Loading...
HomeMy WebLinkAbout2002 10 28 Consent E Purchase of Mower COMMISSION AGENDA ITEM E CONSENT X INFORMA TIONAL PUBLIC HEARING REGULAR MGR. V- /DEPT C G Authorization 10/28/02 Meeting REQUEST: The Parks and Recreation Department requesting authorization to piggyback off of the Orange County School Board Contract # 02-02-01 VH to purchase a John Deere 1600 Wide Area Mower for Parks Maintenance. PURPOSE: The purpose of this item is to request authorization to piggyback off of the Orange County School Board Contract # 02-02-01 VH to purchase a 0700TC John Deere 1600 Turbo Wide Area Mower in the amount of $ 35,082.00. CONSIDERA TIONS: . The purchase of a needed 0700TC John Deere 1600 Wide Area Mower was budgeted and approved from received FRDAP Grant funds. . The best available price is by piggybacking the Orange County School Board Contract. . The purchasing coordinator has reviewed the contract and mower information. FUNDING: $ 36,500.00 in FRDAP Grant Funds were provided in the budget. RECOMMENDA TION: Parks and Recreation recommends recommend that authorization be given to piggyback off of the Orange County School Board Contract # 02-02-01 VH to purchase a 0700TC John Deere 1600 Turbo Wide Area Mower for Parks Maintenance in the amount of $ 35,082.00. 1 IMPLEMENT A TION SCHEDULE: ATTACHMENTS: Attachment # 1 Attachment # 2 Nucrane Machinery Proposal. Orange County School Board Contract # 02-02-01 VH. COMMISSION ACTION: 2 /J..~. (,I. ...... ..' .~~T~.. ':'-':;;;~";7"; .....:. .' '.".. '. ".' .. '., <.....'..... ...... .,,'...".I'''.t,'............... L'.:'NrbuWEMACHINEII~ ~JG~~~..i.:~'>~'.',_" .;." -.', ','i"-'Y''''' 417 Central Park Drive Sanford, FL 32771 (407)323-9555/(407)323-9556 Fax September 10, 2002 City of Winter Springs Parks and Recreation Department 1000 East State Road 434 Winter Springs, FL 32708 ATTENTION: Mr. Chuck Pula, Director We are pleased to submit the following quotation for your consideration: (1) 0700TC John Deere 1600 Turbo Wide Area Mower TCB 10637 Service and Training Kit TCB 13825 Slow Moving Vehicle Warning Kit----------$35,082.00 Tax Exempt Certificate on file. Price quoted is pursuant with Orange County School Board Contract #02-02-01 VB, Expiration date July 27, 2003. We appreciate the opportunity of submitting this and as we may be of further, please do not hesitate to contact us. <:: e en Branch Manager ATTACHMENT III , . , OCT-17-2002 14:58 OCPS F~CILITY PURCH~SING ATTACHMENT-112 m ~ ORANGE COUNTY PUBLIC SCHOOL Facilities Services 6501 Magic Way Orlando, Florida 32809 (407) 352-0031 FAX (407) 351-4553 . Facililies Services . Bnvil'OlImcnlal Compliance . F~cjli.il:$ FilL'lncr..J Infomlauon Services ' . Mainll!rwl/;e . COlli1JUcliOIl MAl13GCl1llenl . Faciliti'$ 5nlCgic Plannin3 . FacililiCJ S LlpllOI' Service:; . PlIl'ClwidG COMPLETE BID MUST BE RETURNED (ALL PAGES} CALL FOR BIDS Sealedl bids or proposals addressed to the School Board of Orange County, Florida, and marked, PROPOSAL FOR LANDSCAPI; EQUIPMENT, in accordance with stipulations and specifications available from the SCHOOL BOARD OF ORANGE COUNTY, FLORIDA, FACILITY SERVICES CENTER, 6501 MAGIC WAY, BUILDING 100B, ORLANDO, FLORIDA 32809 will be received until 2::00 p.m., May 22, 2002. Bids or proposals received after the specified time will not be opened or considered. Complete specifications are attached. SCHOOL BOARD OF ORANGE COUNTY, FLORIDA ~A9.~ BY . t l I SUPERINTENDENT Bid NCI.: 02-03..11VH Attachment 020311/1-'04122/02-1 :39 PM Page 1 of 6 810 NO.: 02-Q3-11VH OCT-1.7-2002 14:58 OCPS FACILITY PURCHASING P.03 0 C SubmIt bids to: School Board of Orange County, Florida ~llBJ Facility Purchasing Section, Building 100B INVITATION TO BID 6501 Magic Way Orlando, FL 32809 VENDOIR NAME: MAlUNf3 ADDRESS: REASON FOR NO BID: CJTY, S'TATE, ZIP CODE: BID NAME: BID#: TELEPHONE NO.: FAX NO.: SIGNA TURE: GENERAL CONDITIONS BlddDr: To InSl,lro accoptance of thD bid, follow Ihlt1JG Instruetlons: SEALEO 811)S; All bid sl\a9t& and thi5 fonn ml.lst be execuled and submitted in a sealed envelop (00 NOT INClUDE: MORE THAN ONe SID PER ENVELOPEJ'. The lace of the enll'9lope Shall conlain, in addition to the above address. ttle date and lime of !he bid opening, !lid name, bid nUlT\b{lr and venClor name and retllm aCklress. All bid$ are SI,Ibject 10 the condlUons specified herein. rhOse which do IlOt comply with these condiUons are $I,Ibjecl 10 reJection. 1. EXEClmON Oil BID: Gid 6hi1D contaill a signalW'e of a represen\illive in \he space provided On attached sheel Bid must be typed or printed In ink. U.e of erasable ink is nol permitted. All corrections matte by bidder 10 hiS bid shall be inilialed. Z. NO BID; II not submitting a bid, respond by reluming Ihis foon, marking it "NO 010. and explain the reason in the space provided above. Failure tQ respl)nll Without jus~fication may be cause for ramollal of the bidtfer's name from the bid mailing fist. 3. BID OPENING: Shall be public. on the date anQ at tile time specified on !he bid fonn, II Is the bidder's re6r;101lslbility to assure that his bid is deliverE~ allM proper lime and to the proper place of the bid opening. Bkls wlliCh for any reason are not so Clefivered, wiH not be conslllere<l. Offer:; I~y telegram, facsimile machine, Of telephone are not acceptable, NOrE: BI(J tabula1ions Will be fumished upon request with an encloSCll. self-addre$sed stamped envelope. ~. P~CE:3 AND TERMS: Finn prices shall be bid aM inr1utle aU packing. haMling, Shipping t:harges anllllellvery to lhe de6lirnttion shown herein. (a) T,~es: The SeI'looI Boattl of Orange County, Florida does not PlIY Floricla exCiSe and Sales Tlll<es olllllred PUrchases of langible pclrSOlla1 property. See exemption number On face of purchase order. (b) DISCOUNTS: Bidders snan reflect cash discounts In Ihe unit plices quote<!. Discounts sh<tll not be coosldemd in determining tI1e lowest nGt co6t for bid evalUation ptJtpOSl!.li. (e) MISTAKES: Bidders are axpeded to el(llmine me spoci6caliom., dl~JNery Sdlodule, bid pli~, eXlenslons. and aD inswclioos pMaining to this bid. FaUure 10 ClO so will be at bldder's risk. In CilISe 01 mislalle In extension, the unit pIice will govem. (d) e'ONOI110N ANO PACKAGING: It Is understood and agreed tl1al any Item offered or shipped as a reSldl of thi5 bid shalllle a nGw, cU1'l'enl prodvclion mooel available at the time of thiS bid unless othelWise noted. Conlaine~ shall be suitable for slorage or shipment. and all prices snail indude l;I;andard colTlm9rcial pacKaging. E;llch canon, package, bOll and/or contalJ'lGr shall blt labelad with name of item. quantity contaIned. PO number. and vEmdor. (D) p./l.vMeNl; Paymltnt will be malle by OCPS after tha items awar(Jed to a velldor have !leen received. Inspected, and lovnd to ctlmply willi award specifications, free of damage or defect and plOper1y iOlloiced. All invoices must bear the purcnase order number, Pa~ment for par1ial sI1lpmcnts shall not be made unless sllecifieo. Faijure to follow these Instructions may result In dUlay in p10cesslng invoices IQr !layment The purchase order number musl appear On invoices, bills of lading, paclqlges. cases. dCliwry lists aM correspondence. S. OEUVERY: Unh:ss actual dellvefy is spedfied (Of if spedfied delivery cannot be met). snow number of days reqvll"Cd to make delivery 3f1er receipt of purc.h~se order In space provided. Oc6vory lime may become a basis IDr mailing an award (see Special CoMltions). Delivery shan be willlin tM wor1<i"9 ',ours 01 \he SChool Soara 01 Orange, Florida Monday PR22/1--4/23/07...1 0:45 AM (hrOl.llJh Friday, 7:30 a.m. - 3:00 p.m., excluding hoti~ unlas6 OtherwiSe speCified. 6. MANUFACTURER'S NAMES ANO APPROVED EQUIVALeNTS: Any manufadureJ"s names, trade names. brand naR1el>. inlonnatton ancllor calalog numbers Iisled In a specificalion are for Information and not illlendell to limit competilion. The bidder may offer any broInd lor wI\Ich he is an iluthorized representaUve, whic;t1 meets or exceeds the speciijcatlons for any item(s), Nole; Sometimes sullstiMe$ we not acceplable, If bids are based on equlvaJent Pf'Odvcls, indicate on the bid fonnthe manufacturer's name and number, Bidder shall submit with his bill. cuts. llllelchl;!S. and desatpUve literature. aJ1d/or complat~ specificatiOnS. Reference to 6terature sl,Ibmilted wIth a pmviOLLS bid will not saUsfy this provi6ion. The bidder snail alSo eJqJlaill in detail the reasons why \he proposed equivalent will meet \tie speclfications and not b~ considered an exc:eplion thereto. 1l1e School Board of Orange Couoty, Florida reserves the right to determine alXleptlilnce of item(s) as an approved llql,livaler1t. BIds whICh do IlOt comply with these requiremltnls are subject to rejection. Bids lacking ani written indication of intenl to quote an alternate blllnd will be received Iilnd collSidered In complete compganoe with the specifications as ~sted on the bid form. 7. tNTERPRETATIONS: M'I questions concerning condiliOll$ and spe<:ificaUons shall be directed to this office. Inql,li/ies must reference tile date 01 bid opening, and bid number. No interpretation shaU be considered binding unless prOvided in wrIIlng by the $(:hoot Board of Orange County. Florida in response (0 l'9CJUe\lt in MI compliance with (his provision, 8. AWARDS: As the llesllntarest of the SctlooI Board of Orange County, Florida may require. the right is reseNed to make aw<inj($) by individual item. gtOUP of itelT1li. aQ Of none, or a COmtlin;ltion lhereof. 10 reject any and all bids Qr waive any mlnor inegularity or technlcality in bids receilled, When It Is datennined !here Is coril~il.ion to (he lowest responsive biddet. \hert other blds may not be ateel. BIdders am cautioned to make no assumptialll; lPlIess theIr bid as been e~ll.Lllted 3S being responsive. 9, SERVICE AND WARRANlY: lJnJel;$ olhelWise speclfiel1, the bid\fer shall define any warranty service BOd replaoomenls Ihat wm be provicled during and SubS8quel1t 10 \tie contract. Bidtfers must explain 011 an altached $heel to what extenl W8rraoty and service fac;ilitie$ are provided , 10. SAMPLES; Sample6 of items, when called lor, ml,lst be furnished fre~ of expense, on, before, or al\er !lid opening lime ana <late as specilled, and if not deSlroye<! may, upon request. be retume<l at the bidder's expense. Ead1 IMI~duaJ sample must be lal)j!led witl1 bidder's name, manufacturer's blllnd name and number, bid number and ilem ref~, 11. INVOICING: The successful bidder will be reql,liretf to submit invoices and reference purchase Ofder nUmbef$ on all requests for payment. All slatements m\lSt referenc;e valid purc:t\ase order nl,lmbe~. lnvoic:es shaU be 1Tla1lC<l direclly 10: Accounting. P :0. Box 4984. Orlando. Florida 32802, A separate invoice muSI be received for each purchase order number. Payment for partial shipments shall oot be made unleS!;l speclflcd. 12. VENDOR warranlS thai he/she has not employed Of relalnC<l any company or person other \h8t1a bona fide employee worKing SOlely for VENDOR, to solicit or secure this bid and (hal holsl\e has not paid or 3gr.:ed 10 pay any pQllIOn, company. corporallon, individual, or finn. other Lhart a bona fide employee worldng solely for VENDOR. any fee. commiSsion, pcreenlage, gIft. (l( any other consllleration conlingent upon or resulling lrom the awarCf or making of lhis bid. OCT-1.7-21211212 14:59 OCPS FACILITY PURCHASING P.12I4 If VENIX>R viOlates (his "rovision. OWNER &hall have the rklht (wl1~ ~! cumulalive to Ihe olher riohls OWNEB..1I1ay have! 10 forthwith termiNlle thIs bid wilh9ul liabililY and. lurther, OWNER may, at ils discretion.' deduct from monies then owed 10 VeNDOR. if any, or oJherwl~cover from VENDOR the full llmount of such fee. com'!llilSion. oercenlaoe. Qirt or con'5idel'lllion. 13, ~~ON. ACCEPTANCE AND TITLE: InSllection and aeeaolan~ will be ill deslinalion UI1less ol1lelWtse provided. Tille 8nd risk 01 loss or dam~~ to an ilems shan be the resPoNlbility of ~ntract sUDOlier unm ~~d bv the OItIerina agency. unless loss Or damaQe results from ~ru:e bv 1M Sd'Iool Board of Oranae County. F1oris1!" 14. LEGAl. REQUIREMENT: il.oolicable Drovisions of all Federal. Stale, ~. and LDcal laws. and all ordinances. '1!les and reaulalions shall ~ any and all ~J1ims aod dlsoutes which may anse belWaen ~(sLsubmittina a bid "i!~DonSe llerelo and the School Board 01 Ol'anoEl Counlv. Flof1da ll., and lhroUQh tis of11eers. emolovees. and authorited ~oresentall\les. 0( any other DefSons nalural 0( olherwi~\ ~:k of knDwlP.dge Qy anv bidder shall nDI cOIl$j!lute a coonil:able ~e aaainst the lellal effecllhereof. .u. PATa~ITS AND ROYALTIE;S: Tile bidder. withDut eXDSeliOll stlall ~t!l'll and sava hannlp.!\s toe SChool Board of Oran!;le Countv. F1arida-.!L~ its emolol/8as from liabilitv of any nalu~ or kind includina cosl.!!!~ exPenses tor 0( 011 account or any coovrkrhted. patenled. or ~nted invention. oracess or Miele manufactured or used in the ~:lJmce ot !he c:ontJ:jlct, inclUdillll its use by the SmeaL-Board ot ~~ CounlY. Florida. If tile bidder uses any de~i9n. device. 0( ~li\! covered by letters Daten! or coo'lrioht. if is mutuallv aareBd and unde~tood wilhout exceoliol1 thai lhe bid Meas shl!1I include all rovallie1i or costs artsina from the use of suCh design. device. or mater1llls In any way involved In !he work. 16. ADVElmSING: In liubmittino a bid. bidder aareas not to use the resulls ~Hr\ 8S a Dart of any IC'mmerdal adYl!r1isinll. 17. ~NMENT: Any Purch~J;jl Order i~sued cursuaol to this bid invitation and me monies whir.h mlll' !)(lcorns due hereund~ arc not asslaMble excecl with 1M oriDr wrilte'1 ,~t:)()roYal of lhO School 8qard of OrR~~ County. Florida, 18. UABILJTY: The seller aor~s to indCmnify and saye the SchOOl BDard 9l.Q!!!)ge County. Florida. its officers. allents. an(j employees harmles~ frDm any and all iudQments. orders. awards. cosl and e1o;D:eflSe IneludinQ attomSl/l;:.Jees. and also all daims on aCCOunt of dl,!maaes to orooertx. indudir!!l1l;lJiS of usa thereof or bodilv iniurv (induclillQ deatt'll whiCh may be hemafter sustalnad by lh~ seller. its emolOyees. ils !lubCOlltrnctor.;. or the School Board of Orange CounlY. '::lOrida's emclo~es, or third persons. a~ina out of or in connection wlth this contract and which are !i!lWmI!lned by a court of competent iurisdiction to bIllellar1illbilitv of ths ~ .1!. FACfWIT1ES: 'The Sttlool Board of OtanQe County. FlOrida reserves the daIJ1.!Q fnsoed (he bidder's facimi~ at any lime wvlth oriot nDli~ ~ EJ;lUAI. EMPlOYMENr OPPORTUNITY: "The School Board of ~~ CounlY. Florida. does not discriminate in admissiDn or access to Or trel!J:!!lef1t or emOIDymeot in Its oroorams and flctMtles on the basis Qf race. cDlor. relialO1'l. aoe. sex. national oriqin. m"rilal status. handiGac or an." olher reason prohibited ~y law, TI'1e Equal Ooooriunitv suoervisor ~l:ible for comDllanea is Emma Brown. and she may be lXlnlactetl at 407/317-32~ ll. eSCAI.ATION: Escalation orovillions bv Ihe bidder are nof acceolable unless slJedfied. 16 QUAN'nTY CHANGES: THE SCHOOL BOARD OF ORANGE COUN"rY reserves the richl tll purchase any addilionaJ Quantities of ~ Item(s) from tile suecessful bidder al this bid crice for a oeriOd ~~vear from Ihe date of the awalJl of the bid, provided tile SUCCE!s.sf1.!l bidder is in aoreemcnt at lime 01 order. If a~itional QuantiUes are not aeceotable. the Ilid sheets must be noted "BID IS FOR SPECIFIED QUANTIlY ONl. Y." The School B03(d reserves l~ !!9.!Jt to inaease or decrease the lotal Quantities necessm, 23. RENEWAL: The School Board of Orannc County, Florida reserves Ih$! rj,Qhtlo renew this lXlntract or Rny Dortion. thereof. for UD 10 two additional ~:t oeriods. upon mutual ~9ree(l'lanl. in wrilina, 24. FAllUIl'(c OF PER.FORMANCElDEL.lVERY: If the sllcccssful bidder fails 10 ~rform as rBOuireClI>C( these scec!~catiot'ls. or fails 10 l!. derIVer \tie flem(suoecified in Ihese specifications. he snan recomoe'.!K lhe SChool Board Df OrallQe CounlY_f:lOrida to~ any dllmaae to !he said Board caused by hL~ failure tD oerform as stlllP.~, OSHA: l11e bidder warrants that tha oroduct or crDduds sUOllfied 10 lhe S<:hool Board of OranQe CounlV. Florida shall conform In all rGSoecu to (he standards set forth 10 the Oocu08tlonal SafelY and Health Ad. or 1979. as amended. and (he faUure tD comcly will be considetl!d a bread'l Qf~tract, ~saesTos STATEMENT: All materiall:UDoIied to !he SrJloor Board of Orenae Countv. FlOrida. under .his bid must be tOO oercent asbestos free unless otl1erwlse soeCilied. Bidder. bv virtue of bidding certifies bv l!ignitp bid Ihat jJ awardad alW oortion of this bkl. wid suDnlv onlv malertal or elluiomenl Ihat Is tOO oercent asbestos free. No bid will be considered unless Ihls Is aQraed by lhe vendor, MATERIAl SAFETY OArA SHEET: The successful bidderlsl must submit a Malerial Safelv Data Shael (MSO~1 with eacn 6hiDment Of each Chemical that YOU are awardoo. FO( bid evaluation DUf'I)Oses. an ~ ll!!V bc r6(luired orior to a relXlmmendalion for award. Failure to ~bm1! iLMtlJenal SafelY Data Sheet within forty-eight (~8) hout:S of such e reQuesl will makC your bid unacceolable, This information must ll!l orovided in comoliance with ~Iorida's Ric;lht-To-Know Law. PUBUC ENTITY CRIME A cerson or affiliate Who has been placed on 1M convicted vendot!!!l1 fQllowiml a convletion fDr oublic entilv crime may not submit a bld o!Ul. contract to Drovide anX 900i;l~ or services to ~pubflc entHv. may ll2l submit a bid on a conlract with a pUblic enlity lor the constl\Jction,.jj![ reJlair of a DUbliG bundina or public work. may nol submit blds--2!l l~a5es of real orooerty t9 DubUc entity. may 1'101 be awarded or perfonn wor\( as a contractor. supcH!!r. subcontractor. or consullsnl under a contract with ~Qv pUblic entity. an may nollransad business with any public entity in excess of 1M th~ashold amounl provlded in Section 287.017 for CAteGORY TWO for a oeried of 36 months rrom Iha dal~ of being olaced on !hI! eonyic(eq vendor list. OTHER GOVE~NMeNTAL AGENCieS: It it; the intent or this Solicitation ID olJtain bids (0 lurnish the product(S!/services herein l!Dedfled 10 the School~oarcJ of O~anlle County Florida. Other school boards llnd QOVemmenlal aoencieSlentilies may ourchase from this solicitation if OOrmilted bv ttle contractDr CL supolier. Sa!!! oroductlsllservices are to be fumSihed in accordance with (he Contract resulti!)Q from this SO~CilaF2!!. POSl1NG OF BID TABULATIONS: Bid labulations willlle oOsted far n:Mew by interested par1ies at (he 10catiDn where bids wefa o~ened and will remaIn pOSted fur n hours. ,:: anura 10 file a protest Within (he lime o~scribed In SeeliDn 120.5315l F'o~ida S!atutes. shall constiMe a waiver ofll~lnas under ChaDter 120. Rorida Slalutes. WITHDRAWING 810: THE Blo. PROpOSAL as submlned bv ~ bidder. shall remain in effe~ fOUl Deriod of sixlv (60) days from lha..t!~ 008ninQ. The bidder aarees not to wnhdraw frDm comoetillOll dutlno this sin., (60) day period to crovide alTJole tima for evaluatton and acceDtance by (he School Board. DAMAGED ITEMS.. JIl the event an ilem(s) Is recei.,ed and it is later delermlnetl i ncealed dama ~ Ihe itam s is un e s oed b Ihe ve al no cosl to the !a2m!. MIITHOD OF ORDERING: Orders Shall be orocessed on,., UOO!' re<lejol of an authorb:ed ourc1lase on:ler issued by the School Soard of Oranae ~tv. Florida. APPROVED EQUIVAlENTS: n-lE SCHOOL BOARD OF qRANGE COUNTY FLORIDA RESERvES THE EXCLUSIVE RIGHT TO DETERMINE APPROVl,;p EQUIVALENTS. DEfAULT: If the bidder defaults afte~ the Board awan:ls a bid a!:!SLl! bond or certlroed Checlc was not reQuired with the bid. tho bidder shaH PIlY 10 the BDard as llQuidaled dampaes an amount BOUlllto S J)et'Cenl of the unll JlfIoes times lhe Quantilv or $25. whl~Yer amDunl is. I/;\r!ler, A successful blddar who falls to oay saiCl liauldatM damaQe~ wilP:lln fifteen 1151 da.,s after nolifir;alioll tttalliQuidation damaQes are due shaq lose eliaibilllv 10 t~ans(lct bUsltlClSS with the Soard for a oeriod Dione (1) year after (he !lid award dale. Thereafter. the bidder shan reouest to be "laced on the biq 6sl. If [his OCCUr!l. tM BOard may DQI 10 re.l><<l contrad or lake next ll<lSllowesl big~ ~ 27. 28. 29. ~ 31. ~ a ~ 35. Note: Any and all Special conditions attached hereto which vary from these general conditions shall have precedence. PR<!2/2..4/~!3/02-1 0:45 AM OCT-1.7-21211212 14:59 OCPS FACILITY PURCHASING LANDSCAPE EQUIPMENT P.12I5 GENERAL SPECIFICATIONS 1. SCOPE 1.1 THIS SPECIFICATION establishes the minimum requirements for LANDSCAPE EQUIPMENT listed and described in the body of these specifications. to be lIsed as noted, by the School Board of Orange County, Florida, 6501 Magic Way, Orlando. Florida 32809. 1.2 THE INTENT of this bid is to establish a contract for a period of one (1) year from date of award, during which time the successful bidder shall guarantee firm discount(s) for the item(s) awarded to him as specified in this bid. 2. TECHNICAL SPECIFICATIONS 2.1 Bidders shall bid a discount percentage off manufacturer's current, published list price. Bidders shall provide, with bid {or within twenty~four (24) hours after re(luest}, three (3) copies of said price lists. 2.2 This discount shall cover the entire line sold under that manufacturer's label. 3. TERMS AND CONDITIONS 3.1 METHOD OF AWARD 810 PRICES will be accepted and considered by the following methods: An "Allor None" Bid per group of items. The Board reserves the right to reject any or all bids or to accept any bid or part thereofl that in its judgment, will be for the best interest of the Orange County School System. The Board also reserves the right to waive all informalities. 3.2 LENGTH OF CONTRACT Prices shall remain firm for a period of one (1) year from date of award of bid. This stipulation shall be subject to a thirty (30) day written notice of cancellation by either party. 3.3 CONTRACT RENEWAL The Orange County School Board reserves the right to renew this contract or any portion thereof, for up to four (4) additional one-year periods, upon mutual agreement, in writing. . 3.4 DELIVERY CHARGES ~ The bid price must include all delivery ch$rges to the delivery point: any School Board location within Orange County, Florida. The term "DELIVERY POINT' includes the performance by the supplier or his agent, of tailgating the materials delivered. Palletized cargo will be off-loaded by the County, with the assistance of the supplier. Nonpalletized cargo will be palletized by the supplier. Delivery charges. if any, shall be included in your bid and none shall be noted on your invoice. No common carrier/drayage charges will be honored by the School Board of Orange County, Florida. 3.5 DELIVERY Delivery, as specified herein, shall be within two (2) calendar days from the date of the receipt of the Purchase Order. If unable to meet this delivery, please specify best possible delivery schedule on bid price sheet. 3.6 NOTIFICATION OF DELIVERY Orange County School Board Personnel must be notified at least twenty-four (24) hours in advance of delivery. Telephone (407) 317-3700, extension 5301. Hours for delivery are 7:30 A.M. to 3:00 P.M. 3.7 LOCAL BIDDERS As most of the materials are picked up by the School Board of Orange County, bidders must be located in Orange County. Please indicate, on the Bid Price Sheet, the complete address where material will be located for pick-up. 02031112~04/2210Z-1;J9 PM Page 2 0/6 BID NO.: 02-t13.11VH OCT-j,?-2002 15:00 OCPS FACILITY PURCHASING P.06 3.8 MINIMUM ORDER DELIVERED Items shall be ordered as needed. The minimum dollar amount to be ordered at one time shall be $200.00. 3.9 LABELING Each carton, package, box and/or conlainer shall be labeled, Each label shall identify each carton as follows: A. Name of item. B. Quantity of item contained. C. Purchase Order Number. D. Vendor. 3.10 DAMAGED ITEMS In lhe event an item or items is received and it is later determined there is concealed damage when the item or items is unpacked, lhe item or items must be replaced by the vendor at no cost to the School Board. 3.11 QUANTITY The estimated dollar amount that will be spenl during this bid period of twelve (12) months is $60,000.00. Please note that these are estimates only and in no way obligate the School Board to purchase these amounts. These estimates are intended as a guide in submitting your bid. The actual quantiUes purchased under this bid may be more or may be less. 3.12 QUANTITY CHANGES The School Board reserves the right to increase or decrease the total quantities necessary. 3.13 WARRANTY The manufacturer's standard warranty shall apply from the date of the acceptance by the School Board. 3.14 APPROVED EQUIVALENTS THE SCHOOL BOARD OF ORANGE COUNTY, FLORIDA RESERVES THE EXCLUSIVE RIGHT TO DETERMINE APPROVEO EQUIVALENTS. 3.15 QUESTIONS REGARDING SPECIFICATIONS OR BIDDING PROCESS: A. To ensure fair consideration for all bidders, the school board prohibits communication to or with any department, bureau, or employee during the submission process, except as provided in paragraph "S" below. Such communications initiated by a bidder may be grounds for disqualifYing the offending bidder from consideration or award of the bid then in evaluation and/or any future bid. . . 8. INTERPRETA ION OF BIDDING DOCUMENTS No interpretati n of the meaning of the Bid Document, no correction of any apparent ambiguity. inconsistency or error therein, will be made to any Sidder orally. Every request for such interpretation or correction should be in writing, seven (7) days prior 10 bid date, addressed to the Purchasing Representative. All such interpretations and supplemental instructions will be in the form of written Addenda to the Bidding Documents. Only the inlerpretation or correction so given by the Purchasing Representative, in writing, shall be binding and prospective 6idders are advised that no other source is authorized 10 give information concerning, or to explain or interpret the Bid Documents. C. It shall be the responsibility of the bidder to contact the Office of Purchasing prior to submitting a bid to ascertain jf any addenda have been issued, to obtain all such addenda, and to return executed addenda with the bid. 3.16 RECEIPT OF BID PACKAGE 11 is the bidder's responsibility to aS5ure that his bid is delivered at the proper lime, in Ihe proper form, and to the proper place of the bid opening. Submit bid to Orange County Public Schools, Purchasing Section, Building 1008, 6501 Magic Way, Orlando, Florida 32809. Bids. which for any reason are not so delivered. will not be considered. Offers by telegram, facsimile machine, or telephone are not acceptable unless otherwise specified. 02031113-04/22/02--1 :39 PM Page 3 Of 6 aiD NO.: 02~3-11VH 3.17 3.18 OCT-17-2002 15:00 OCPS FRCILITY PURCHRSING P.07 FAILURE OF PERFORMANCE AND/OR DELIVERY lithe successful bidder fails to perform as required per lhese specifications, or fails to deliver the item(s) specified in these specifications, he shall recompense the School Board of Orange County. Florida, for any damages to the said Board caused by his failure to perform as stated. If the vendor Is unable to lJerform/deliver the work in a tlmelv manner as aClreed UlJon, the School Board shall have the rinht to rescind the purchase order and award to another vendor. BID PROTESTS A. BIDDERS are advised that any and all Bid Protests must be made in accordance with the requirements of the TERMS AND CONDITIONS of this bid, Ihe Administrative Rules of the Florida Department of Education, and Chapter 120, Florida StaMes. B. ALL BIDDERS aCknowledge Ihat the significant damages and losses that will be suffered by the OWNER as a result of tile time lost and costs associated wIth an unsuccessful Bid Protest will be difficult, If not impossible to prove. Therefore, any and all Bid Protests must be accompanied by SECURITY In an amount equal to one (1 %) percent of the total value of the contract or $5000.00. wllichever is less. C. THE SECURITY may be in the form of a bank cashier's check or bank certified check payable to "The School Board of Orange County, Florida." Or the Security may be in the form of a Bond naming as Obligee therein "The School Board of Orange County, Florida." Each such Bond shall be executed by the BIDDER, as the PRINCIPAL therein, and by a Surety. The Protest Bond sllall be dated the same date as the date shown on the BIDDER'S Protest. There must be attached to each Protest Bond a duly authenticated or certified Power of Attorney evidencing that the Attomey-In-Fact who exeCutes tile Protest Bond on behalf of an in..the name of the SURETY thereon, has the authority to so execute the Protest Sond on the date of the Protest Bond. 10. Should the protesting BIDDER be successful in its Bid Protest, the SECURITY submitted by that BrODER shall be returned to the Protesting BIDDER in full, I::. Should the protesting BIDDER'S protest be unsuccessful, the SECURITY submitted by the prOlesting BIDDER in the form of a caShier's check or certified check shall be kept and retained by the OWNER and OWNER may receive and retain all monies represented by such check and the Protesting BIDDER shall have no right to same or to a refund of any part of same. I~. If the Protesting BIDDER'S protest is unsuccessful, and the SECURITY submitted by the BIDOER is in the Form of a Protest Bond, the BIDDER and the Surety on said Protest Bond shall forthwith pay over to the OWNER the full monetary amount and penal sum of said Protest Bond, and such amount and sum shall be retained by OWNER. To Qualify as a successful Bid Protest: t f In the case of a protest of another BIDDER'S Bid, the Bid being protested by the Protesting BIDDER must be rejected by the School Board for the reasons slated in the Protesting Bidder's Protest. In the case of the BIDDER protesting Ihe rejection of its own Bid, for the protest to be successful, the School Board must award the contract to the Protesting Bidder. 3.19 INVOICING 1ihe successful bidder will be required to submit invoices and reference purchase order numbers on all requests for payment. All statements must reference valid purchase order numbers. Invoices shall be mailed directly to: Accounting, P.O. Box 4984 I Orlando. Florida 32802. A separate invoice must be received for Elach purchase order number. Payment for partial shipments shall not be made unless specified. Invoices which do not reference valid purchase order numbers or which are erroneous (incorrect contract prices, rninimum order charges, elc.) shall be returned 10 the vendor for resolution of the discrepancies. IT IS THE ~IOLE RESPONSIBILITY OF THE VENDOR TO RECONCILE THE PURCHASE ORDER AND THE YENDOR'S INVOiCe AND TO NOTIFY THE PURCHASING REPRESENTATive OF ANY PESCREPANCIES PRIOR TO BilLING. THE SCHOOL BOARD Will ONLY PAY THE DOLLAR ~~MOUNTS AUTHORIZED ON THE PURCHASE ORDi:R. 3,20 n\lQUIRIES Please direct all inquiries concerning this bid to: Valerie Hightower, Facilities Purchasing, 6501 Magic Way, Eiuilding 100B, Orlando, Florida 32609, facsimile; (407) 317-3783. 020311/4.....(14/22/02.-1 ::39 PM Page 4 of 6 BID NO.: 02003-11VH OCT-17-2002 15:00 OCPS FACILITY PURCHASING P.08 LANDSCAPE EQUIPMENT BID PRICE SHEET MANUFACTURER PERCENTAGE OFF MANUFACTURER's LIST PRICE GROUP 1 1. Echo Equipment '% 2. Echo Repair Parts % GROUP 2 3. Briggs & Stratton Equipment % 4. Briggs & Stratton Repair Parts % GROUP 3 5. Gravely Equipment % 6. Gravely Repair Parts % GROUP 4 7. Jacobsen Equipment % 8. Jacobsen Repair Parts % GROUP 5 9. Stihi Equipment % 10. Stihi Repair Parts % GROUP 6 11. Tanaka Equipment % 12. Tanaka Repair Parts % GROUP 7 13. Toro Equipment % 14. T 0(0 Repair Parts % GROUP 8 15. Exmark Equipment % 16. Exmark Repair Parts % . GROUP 9 ~ 17. Honda Equipment % ! 18. Honda Repair Parts % GROUP 10 19. Hustler Equipment % 20. Hustler Repair Parts % GROUP 11 21. Scag Equipment % 22. Scag Repair Parts % 020311/5-04/2210"..1 :39 PM Page 5 of 6 BID NO.: 02.()3.11VH OCT-17-2002 15:00 OCPS FACILITY PURCHASING LANDSCAPE EQUIPMENT P.09 BID PRICE SHEET MANUFACTURER PERCENTAGE OFF MANUFACTURER's LIST PRICE GROUP 12 - John Deere EQuiDment and ReDair Parts on Iv 23. Hand Held Equipment 24. Hand Held Repair Parts 25. lawn & Garden Equipment 26. Lawn & Garden Repair Parts 27. Commercial Walk-Behind Mowers (36" - 60" cutting decks) 28. Commercial Walk-Behind Mowers (36" - 60" cutting decks) Repair Parts 29. Commercial Front Mount Mowers (60" and up) 30. Commercial Front Mount Mowers (60" and up) Repair Parts 31. Zero Turn Radius Mowers (54" - 60" cut) 32. Zero Turn Radius Mowers (54" - 60" cut) Repair Parts 33. GOlf & Turf Equipment 34. Golf & Turf Repair Parts 35. Off-Road Utility Mtc. Vehicle 36. Off-Road Utility Mtc. Vehicle Repair Parts 37. Compact Utility Tractor Equipment (16-40 PTO HP) 38. Compact Utility Tractor Equipment (1640 PTO HP) Repair Parts 39. Utility Tractors & Equipment (40~95 PTO HP) 40. Utility Tractors & Repair Parts (40-95 PTO HP) % % % % % % % % % % % % % % % % % % -Best Delivery Time .....Address.Where Equipment can be picked LIp "*This jis an "ALL OR NONE" Bid per Group. Bidders must bid on both items that make up a Group. I certify that this bid is made without prior understanding, agreement or connection with any corporation. firm, or person submitting a bid for the same materials, supplies or equipment, and in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify Ihat , am authorized to sign this bid for the bidder. NAME (Typed) TITLE VENOOR NAME SIGNATURE DATE TELEPHONE NUMBER FACSIMILE NUMBER 020311/6.-04/22102..1:39 PM Page 6 of 6 610 NO.: 02-03-11VH OCT-17-2002 15:01 OCPS FACILITY PURCHASING P.10 DRUG-FREE WORKPLACE CERTIFICATION FORM In accordance with Florida Statute 287.087, preference shalt be given to business with drug-free workplace programs. Whenever two Or more bids which al,'e equal 'with respect to price, quality, and service arc received by the State or by any political subdivision for the procurement of commodities or contractual servicc;s, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: (I) Publish a statement notifying employees that Lhc unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees fot' violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drugufree workplace, any available drug counseling, rehabilitation, and employee assistan~e programs, and the penalties hat mny be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notifY the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will .abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States 01' any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. BIDDER'S SIGNATURE PR40 OCT-17-2002 15:01 OCPS FACiLITY PURCHASING P.ll IS more than 51% of this business owned by a minority (or minorities)? The !'ollowing are classified as minorities: Black, Hispanic, Asian, American Indian, c:.nd/or females. AU Bidders shall sign the following: (I) (We) If indiividual- Naml9 of Owner If indiividual trading and doing business under a name and ~ityle other than his own. If Partnership, State Name of Partners: If a Corporation, in what State Incorporated: If not incorporated under the laws of Florida, are you licensed to do business in Florida? Yes NO WitnE!SS Date Yes NO (I) rNe) certify that this bid is made without any previous understanding, agreement or connection with any person, firm or corporation making a bid for the same supplies, materials and equipment, and is in all respects fair and without collusion or fraud. . (I) (We) proposed to furnish and deliver the above materials in accordance with the above specification, at the prices quoted above. Signed by Address Telephone Number Firm Name Address Signed by Telephone Number Name of Partnership: Signed by Address Telephone Number Name of Corporation: Signed by Typed Signature Tille Address Telephone Number PLEASE HAVE AN OFFICIAL OF YOUR COMPANY SIGN THIS PAGE AND HAVE THE SIGNATURE WITNESSED. PR361'1-4123102.10:45 AM OCT-1'7-21211212 15:1211 OCPS FRCILITY PURCHRSING ( P.12 m m (, ORANGE COUNTY PUBLIC SCHOOLS Facilities ScrviCJ;s 6501 M:lSic Way Orlando, Florida 32809 (407)317-3700 FAX (407)3t7-378) I:,,~ilili~a SCl\Iiees .Mainlenance !:lI..;",nmcnl~l Conljlli3"CC f'acililics Pin311C,.1 InConll3110n Servi= . ('acilities SUllpClrl Service.. . Purcha~illg GOf\5ltUelioo Management ,r-.cililica Sltltollic Planning August 5. 2002 Mr. Shawn Spencer Jo:hn Deere Company 2000 John Deere Run CSlry, NC 27513 De,ar Mr. Spencer: The School Board of Orange County, meeting in official session on July 30, 2002, voted to award the bid for Landscape Equipment at the price as listed on the attached sheet. The contract period shall run from July 30, 2002 through July 27,2003. This letter is notification of award only. Do not ship or order materials without an authorized purchase order. Purchase orders shall be placed as needed by OCPS personnel and delivery must be completed within the time specified in the bid. Upon receipt of this letter, please submit a current certificate of insurance. Sincerely, ..... ~di1 ~ l Val~rie S. Hightower i Procurement Specialist. Facilities Procurement The School Board of Orange County, Florida (Orange County Public Schools) Attachment O<!OJI1 1/1-06/0Sf02-8:48 AM PR6 OCT -1.7-2002 15~~1 l'IHT-4!t:!'-C:IOIOL J.:>' OCPS F~CILITY PURCH~SING U~~~ ~~!LlIT ~~~MH~lNU P.13 P,01/08 March 24, 2000 j~eMORANDUM '.0: HENRY R. BOEKHOFF Chief Fln~ncial Officsr A.TTENTION; KEVIN GASTON Director, Pr~urement Setvfces FI~OM: VALERIE HIGHTOWER Procurement Specialist, PurChasing SIJBJf::CT: AWARDING OF BID FOR LANDSCAPE EQUIPMENT - BID NO.; 02-03-11VH VE:NDOR(S) RECOMMENDED FOR AWARD; VENDOR NAME AMoUNT AWARDeD ITEM OR LOT fI. Trail Saw & Mower Service LaYm Power & Equipment. Inc. Percentage DiSCOunt Percentage DiScount Groups #1,2,3; 5, 6. 7, 8, 9 & 11 Group #12 CO"TRACT iERM: July 28, 2002 through July 27, 2003 NUMBER Of: BIDS MAILED: 15 RECEIVED: 6 FUNI) S'Ot.iRCE: Operations & Maintenance DePl f SCHOOL OR DEPT.: Operatio~ & Mainten~ Oepl E z COMMENTs: Tn"", will be no recommendation for 8WB.o for Groups #4 & 10. No viable ~ were received. )> , CO~ICUR WITH THE RECOMMENDED AWARD: MIWBE DEPT w o s: 2~. Ol- PURCHASING W/L 020311W/1..&28m-a:02 AM A \Ill AROED BY BOARD AT MEETING OF _JUlLJ 1...z002 OCT-1'7-2002 15:01 OCPS FACILITY PURCHASING - .-..--... -..-....-....- P.14 ,...~::o July 10. 2002 MEMORANDUM T.): HENRY R. BOEKHOFF Chief Financial Officer A'rieNTION; KEVI N GAStON Oirector, Procurement 7ces VALERIE HIGHTOWER Procurement Specialist, Purchasing FF~OM: SUBJECT: RESCINDING AND REAWARDING OF BID FOR LANDSCAPE EQU'PMENT -. BID NO.: 02-02-01VH Onl June 11, 2002, an award was made to Lawn Power & Equipment, Inc. for Group #12. A retter ha:s been received, dated June 27, 2002, from Albert Bori of Lawn Power & Equipment, Inc. stating thalt they win not be able to honor the bid they submitted. It is recommended that the second uLowesr vendor, John Deere Company, be awarded for Group #1~~. .. ,:,:..!,~ RESCINDED AN? ARD REA1vVA!\DED BY BO . .... LGOZ AT MEETING OF ~ JUL 3 ~OZ 040311/ -'()7/1 SI02-:C;04 PM PR19 T . I , I ITEM: NO : GROUP 1 1 Echo Eq uipment 2 : Echo Repair Parts !GROUP 2 3 lBriags & Stratton Equipment 4 IBriggs & Stratton ReDalr Parts ! ,GROUP 3 5 !Gravely Equipment 6 Gravelv ReDair Parts . GROUP 4 7 i Jacobsen Equipment 8 1 Jacobsen Repair Parts ! GROUP 5 9 !Stihl Equipment 10 IStihl Repair Parts ; GROUP e 11 iTanaka Equioment 12 TTanaka Repair Parts ~ GROUP 7 13 .Toto EQuipmenl 14 :Toro Repair Parts ;GROUP a 15 iExmark Eauipmenl 16 : Exmark Repair Parts 'GROUP 9 17 : Honda EQuiDmenl 8id No.: 02.03.11VH !:-~t:'.g~CAPE_ E~UI.~~~~I._...__~___._.__. ..__ __I ____ --t May 22, 2002 . . -----.----- I i 1 Cook's Mower. . & Golf Carts ; o () -' -i I I ~ john Deere ; !-Lawn Power i "'Thraiikiii Bike. "'Traii Saw & : Wasco Tu 1 Company i & Equipment i& Mower Center. Mower Service Supply,!no ~ (S) I\) MANUFACTURER % OFF % OFF % OFF - I . MFR'S I MFR'S i MFR'S i I LIST PRICE i LIST PRICE! LIST PRICE: i , I . I : , . -------1- i ---L-- i 2% I ! 5% ! I TOTAL GROUP 1; 7% % OFF % OFF , MFR'S I MFR'S LIST PRICE i LIST PRICE TOTAL GROUP 2: TOTAL GROUP 3:: I I I . I ; TOTAL GROUP 4:: .. -- !-------:I I : I TOTAL GROUP 5:! ! ~ TOTAL GROUP 6:- r i i TOTAL GROUP 7: ----.- 1------- i I ~ _____....IOT ~ GRO.UP ~.___.___ -J-----+-----:7-t ._.______________--1-______._ Ii: ! 11%, i ; .... Page 1 of 2 % OFF M FR'S Ui LIST PRIC (S) I\) . ! .--- ------ ----- - - - - 21% 26% 23% ! 23% ---- - 44% ~ 49% 0 - () ! , "U (J) 15% 25% I . T1 32% 25% D () 47% 50%' ..... r ..... -i i 25% -< , "U 20% c : --- ;;0 45% () I i D (J) ..... i -. Z G1 p--- -----_.-.- .---- 22% 30% 52% i 27% 25% 52% 22% 22% 44% 35% 18% 53% --"U --.--- --..... lJl 15% 11161G2 3:10 PM ~.___._._.._ _.. __'__ _ ___n _.'._ _______ .____._u._____ ____________ n___~AND~CA?E_~~M~!___ __n____.____.__ r-==::=---=-:.: ===- --==- -- - :==-- :::=-=:---=--=~~=iiy ---:::'.2002 ,. , I n ,. '''1 A Q",^: .T......_IIL,ill Dit,_ I a () -l *T.._:. ~_. .. C LA.____ -r.......lII J.. --J I I\l lSl lSl I\l I ...,..:-00., s l"IO~"/er: ,........ O.rll 00 ...a\../n I ",\\-.,r i 'II'QIHU'. Ull'\tg II <211 .;;ICI"" Cl Y\l'C3~ lUll ....V-I.II ....,""'~IQ I & Golf Carts Company : & Eauioment & Mower Cente Mower Service; SuOply, Inc. -- I : , % OFF ! % OFF %OFF %OFF % OFF , % OFF ITEMi , MFR'S MFR'S i MFR'S MFR'S MFR'S , MFR'S .- .- LIST PRICE I LIST PRICE NO MANUFACTURER LIST PRICE LIST PRICE LIST PRICE LIST PRICE ! I : I 18 jHonda Repair Parts 13% , 15% I TOTAL GROUP 9: 24% I 30% 'GROUP 10 ! 19 : Hustler EQuipment ! I : ~Hustler Repair Parts .___ , .. I T I -I I i .. TOTAL GROUP 10: GROUP 11 I I I I ! I I 21 Scag Eauioment i : 19% , 25% - ! I ! ---- 22 Scag Repair Parts -L--_ 21% 23% .-.--- I : TOTAL GROUP 11:: 40% 48% I jGROUP 12. John Deere Eouicment & Reoalr Parts ; i : 23 IHand Held Equipment I 10% 20% - . ; 24 Hand Held Repair Parts 0% I 5% ! -- --- I 25 :Lawn & Garden Equipment i 24% I 28% i - 26 : Lawn & Garden Repair Parts i 0% : 5% ! 27 Commercial Walk-Behind Mowers (36" - 60" cutting decks) I 25% , 28% -- 28 ,Commercial Walk-Behind Mowers 36" - 60" cutting decks) Repair Parts; 0% I 5% -----~---- 29 I Commercial Fronl Mount Mowers ( 60" and up) i i 26% 28% I 30 : Commercial Front Mount Mowers ( 60" and up) Repair Parts I I 0% 5% I , 31 IZero Tum Radius Mowers (54" . 60" cut) ; 25% ! 23% , 32 iZero Tum Radius Mowers (54" - 60" cut) Repair Parts ; 0% 5% 33 ulGolf & Turf Equipment 20% -' 0% ~ -.. ! 34 IGolf & Turf Equipment ReDair Parts 0% ! 0% I . , 35 iOff-Road Utility Maintenance Vehicle 26% I 28% ! 36 :Off-Road Utility Mainlenance Vehicle Repair Parts 0% ! 5% ; 37 Compact Utility Tractor Equipment 16 - 40 PTO HPi~_ I 25% ! 28% ! I : 38 Compact Utiti!y_!ractor Equipment (16 - 40 PTO HP) Repair Parts 0% I 5% I ~ __-4___ -l- I I ; -__'__0- 39 :Ulility Tractors & Equipment (40 -- 95 PTO HP) -I 28% 29% -- - i . [ . .. ~_~lility -'::ractors !. EquipJ!1ent (40 - 95 PTO HP) Repair Parts 0% 5% , TOTAL GROUP 12:: 209% I 252% ! ~ Ul lSl I\l a () "U (J) " D () - r - -l -< "U C ;0 () I D (J) - Z Q -l a -l D r "U "U ~ en ~ en Bid No.: 02-OJ-11VH Page 201 2 7/16102 3:10 PM