Loading...
2015-53 AGREEMENT FOR STORM SEWER CLEANING AND INSPECTION THIS AGREEMENT, made and entered into this/4 day of c7cI 1 2015, A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida (hereinafter referred to as "CITY"), and B&D Waterblasting Company, Inc. d/b/a B&D Enterprises, 215 Old Sanford Oviedo Road, Winter Springs, FL 32708 (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Orlando, Florida through the public procurement process awarded Solicitation No. IFB 15-0048 for storm sewer cleaning and inspection; WHEREAS, based on CONTRACTOR's response to Solicitation No. IFB 15-0048 the City of Orlando entered into a contract for the provision of storm sewer cleaning and inspection, contract number IFB15-0048-02; WHEREAS, CITY desires to utilize the above-referenced awarded bid and CONTRACTOR's response thereto in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the contract entered into with the City of Orlando. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I - SCOPE OF WORK The CONTRACTOR shall provide storm sewer cleaning and inspection services as described in the City of Orlando contract attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in Contract number IFB 15-0048-02 which are a part of these Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit"A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE II - THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in set forth in Exhibit 'A', attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties, and shall remain in effect until February 9, 2016, unless terminated or renewed by the City of Orlando or as provided for herein. 1 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. ARTICLE IV - COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide all items in the timeframe as set forth in Exhibit "A" and the applicable purchase order or notice to proceed. ARTICLE V -PAYMENTS In accordance with the provisions fully set forth herein, CONTRACTOR shall submit a payment request by the third (3rd) day of each calendar month for items provided during the preceding calendar month. CITY shall make payment to the CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for services provided and accepted by the CITY. ARTICLE VI—DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Flonda, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his employees connected with the work of this Project and, in case any work is sublet, the 2 CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) CONTRACTOR's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury& Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. SubCONTRACTOR's Public Liability and Property Damage Insurance - The CONTRACTOR shall require each of his subCONTRACTORs to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subCONTRACTORs in his policy, as specified above. 4. Indemnification Rider (a) To cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless 3 of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subCONTRACTOR under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VIII -NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: B&D Waterblasting Company, Inc. d/b/a B&D Enterprises 215 Old Sanford Oviedo Road Winter Springs, FL 32708 Attn: Donald Hess, Jr., V.P. CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX—MISCELLANEOUS 1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any provision of this agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 4 2. Waiver. The waiver by city of breach of any provision of this agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this agreement. 3. Severability. If any provision of this agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the agreement valid and enforceable under applicable law, the remainder of this agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this agreement may not be modified or amended except by an agreement in writing signed by both parties. 5. Entire Agreement. This agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous agreements between the parties with respect to the performance of services by CONTRACTOR. 6. Assignment. This agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 7. Venue. The parties agree that the sole and exclusive venue for any cause of action arising out of this agreement shall be Lake County, Florida. 8. Applicable Law. This agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. 5 (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. ARTICLE X - AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order/Notice to Proceed 3. All documents contained in City of Orlando Contract number IFB15-0048-02 dated December 11, 2014 (Exhibit"A"hereto). IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this /ft day of S 1 2015. Attest: CITY OF CLERMONT,FLORIDA • BY: B • Tracy Ackroyd, City Clerk Gail L. Ash, Mayor Attest: B&D Wa - I astin: Company, Inc. d/b/a : : D Enterpri -s BY: B . _��/,/ Corporate Secretary NMI - AL- # trY- CIT\CLIC k65 1//0 Printed Name/Title Printed Name/Title 6 EXHIBIT A Mayor Chief Procurement Officer Buddy Dyer • `"1%; David Billingsley,CPSM,C.P.M • • I m CITY OF ORLANDO INVITATION FOR BID(IFB) DATE OF ISSUE: NOVEMBER 13,2014 IFB DUE DATE: December 11,2014 IFB DUE TIME: 2:00 p.m.,Local Time,City of Orlando,FL BID DELIVERY LOCATION: City of Orlando Procurement and Contracts Division 400 South Orange Avenue,Fourth Floor Orlando,Florida 32801 Bid opening to be held at the Agenda Conference Room, 2nd Floor, City Hall. IFB TITLE: STORM SEWER CLEANING AND INSPECTION IFB NO: IFB15-0048 (IFB NUMBER MUST BE PLACED ON FRONT OF ENVELOPE) THIS IS NOT AN ORDER DIRECT ALL INQUIRIES TO: Maureen S.Bowman,Purchasing Agent II Phone: (407)246-2363 Email: TeamC@cityoforlando.net BUSINESS NAME&ADDRESS BA We rbl -'4 til, Co. JAW (t In .Wk e-pt`(SP S Business Name 0215 Off( h.Pokt OJ l e f dO we THIS BID USES AN ELECTRONIC Address BID PRICE FORM (EXCEL DOC) Olh`kd' Sir i►1cy Fl. 3A90& City, State,Zip ()04611.4.. U ASS i, (L107 5-‘42 73 Contact Person/Telephone Number It is the intent and purpose of the City of Orlando that this Invitation for Bid promotes competitive bidding. It shall be the bidder's responsibility to advise the City's Procurement and Contracts Division at the address noted herein, if any language, requirements, etc. or any combination thereof, inadvertently restricts or limits the requirements stated in this Invitation for Bid to a single source. Such notification must be submitted in writing and must be received by the Procurement and Contracts Division not later than ten (10)days prior to the bid closing date. Rev.Services-07/29/14 Storm Sewer Cleaning and Inspection IFB15-0048 SUBMITTAL CHECK LIST: Bidders should use the following bid check list of standard forms which are to be completed and returned as part of your bid submittal. Failure to complete and return required forms may result in your bid being non-responsive and not considered for award. Return one(1)original and one(1)copy of bid submittal. Additional forms/items may be required to be submitted under the terms of this Invitation for Bid which are not listed below;therefore, it is the bidder's responsibility to read and understand the provisions of this Invitation for Bid. Solicitation Cover Page. ✓ Invitation for Bid Price Form(s) (Unit Price and Total Price Columns completed). Bidder's Certification,signed and notarized. ✓ Bidder's Questionnaire. ✓ Contract and Acceptance Form. ✓ Minority/Women Owned Business Enterprise Participation Form. (If applicable) Veteran Business Enterprise Participation Form. (If applicable) Addendum Acknowledgment Form: It is the bidder's responsibility to contact the City's Procurement and Contracts Division prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid. If you have downloaded this bid from the Internet,please ensure that you also download all such addenda. (If applicable) SpecialciItems: V 1. Bid Security 10% 2. 3. NOTE: Certificate of Insurance: Within seven (7) days of a notification of intended award, the Contractor shall provide the City with the required Certificate(s) of Insurance in a form(s) acceptable to the City. Written Question(s) Form: Written questions must be received at least ten (10) days prior to the solicitation due date. Procurement and Contracts Division Page: 4 Storm Sewer Cleaning and Inspection IFB15-0048 BIDDER'S CERTIFICATION FORM: I have carefully examined the Invitation for Bid, Instructions to bidders, General, Standard and Special Conditions, Specifications,Contract and Acceptance Form and any other documents accompanying or made a part of this invitation for Bid. I hereby propose to furnish the goods or services specified in the Invitation for Bid at the prices or rates quoted in my bid. I agree that my bid will remain firm for a period of up to ninety(90)days in order to allow the City adequate time to evaluate the bids. I agree to abide by all conditions of this bid and understand that a background investigation may be conducted by the Orlando Police Department prior to award. I certify that all information contained in this bid is truthful to the best of my knowledge and belief. 1 further certify that I am duly authorized to submit this bid on behalf of the bidder as its act and deed and that the vendor/Contractor is ready,willing and able to perform if awarded the bid. 1 certify, under oath,that this bid is made without prior understanding,agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a bid for the same product or service. I further certify that no officer,employee or agent of the City of Orlando or of any other Proposer has a financial interest in this bid. I further certify that the undersigned executed this Bidder's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. State of F do. i n r ► .wrJ G G 1.► County of .`)[t wt t hole NAME OF BUSINESS vula ,130�¢ Sworn to(or affirmed)and subscribed before me BY: this j I day of Oec;ewl,lpej ,20_14 by SIGNATURE (hick(hick(hickaal Puy a���lo / Obi tct N r v P A NAME&TITLE,TYPED OR PRINTE� L , Signature of Notary 15 © A 194614-t (✓!todo K?t Notary Public,State of F Int- i4& MAILING ADDRESS onall Known • t d' .1 t 4— r� A� -OR- CITY,STATE, IP CO iE Produced Identification Mo? -5-gx - $7.9 Type: TELEPHONE NUMBER (t oo y- 3- '12- 8'73.6 Company Tax ID# S - 3 75 '11 FAX NUMBER (The City only requires Company Tax ID numbers. The City is not requesting individual social security numbers.) . oAezi 4 _ .r ,t w E-MAIL A i115RESS r�`;ar•'; MICHAEL PASQUARELLO * ,,- * MY COMMISSION I EE 869076 EXPIRES:February 23,2017 Niro**,' Bowed Thu IMO Nam Seines Procurement and Contracts Division Page:49 Storm Sewer Cleaning and Inspection IFB15-0048 CONTRACT AND ACCEPTANCE FORM FOR SOLICITATION NO.IFB15-0048 Upon execution of this contract below by the City of Orlando ("City"), the undersigned hereby agrees to provide all goods and services set forth in its bid in response to the above referenced solicitation ("Solicitation") in accordance with,and subject to,all terms,conditions,and provisions of the Solicitation at the prices set forth in the undersigned's bid for the items and work awarded to it by the City. This Contract and Acceptance Form together with the (i) Solicitation, including all addenda, and (ii) the undersigned's bid in response to the Solicitation, including all schedules and forms submitted with the bid, all of which :re hereby incorporated herein by this reference, shall constitute the formal written co r ac bet ee a �'e ity and the undersigned. . State of r I 0i-tar., SIGNATURE County of 5e In1 ivy(.e. N Ct.l d. i16)55itVi P Sworn to(or affirmed)and subset ibed before me NAME&TITLE,TYPED OR PRINT D this al i day of ()et rv.trJ 1 ,20 i`Ay h1icl�,at Pu.4 �-4P � o • wp43d- N 5 �.r NAME OF BUSINESS Signature of Notary 62.(5 DI CL S tt( til t (p 4&:l Notary Public,State of r t p d-,L MAILING ADDRESS app /� Personally Known (circle iflic ,lce, MICIiAELPAS4UARELLO t lAkt u- � t-(frqe, ` L 322)9 MY COMMISSION 0 EE 889078 CITY, STATE,ZIP COD -OR- EXPIRES:February 23,2017 foe Bonded Thru Budget Notary Swims PHONE:(1197 ) 5 1L - 73 9 Produced Identification : FAX:( y0 ) ) ) y1- 73 6 Type of Identification: E-MAIL: aAl td—bitzl p1'1,`�-e.�pt 005.(CA FOR USE BY THE CITY OF ORLANDO ONLY This contract is awarded to the party listed above as a: Primary Supplier: Secondary Supplier: t✓ This contract is for: All Item Numbers: 1' or Item Numbers: INITIAL CONTRACT TERM: a/b//,' to °V�j'//(" ACCEPTANCE: APPROVED AS TO FORM AND LEGALITY CITY OF ORLANDO,FLORIDA- for the use and reliance of the City of Or do,Florida,only. By: -0(66". Chief Procurement Officer Assistant City Attorney ORLANDO,FLORIDA DAVID BILLINGSLEY,CPSM,C.P.M. Date: �*''� ,20 I Date: itu`'`� 2�D ,20 v 7 Procurement and Contracts Division Page:50 Storm Sewer Cleaning and Inspection IFB15-0048 BIDDER'S QUESTIONNAIRE: The following questionnaire is to be completed by the bidder and provided with its bid submittal. If a question is not applicable,so indicate by writing"N/A". 1. COMPANY NAME: tP kV) .t 6 ` 4-114 1 A G $ Address of Principal Place of Business: aZ 15 (Did _ , (f,) moo p4 City/State/Zip:W lnaer P , 37 Phone: LI Q7- 510, -8 39'/ Fax: Name of primary Contact : OodlceI 1-Ies. DI- Email: d0, IN Q byvko_y -pr.I 2. TYPE OF ORGANIZATION: Sole Proprietorship Partnership Non-Profit Joint Venture yt; Corporation Other: State of Formation: Fine-14 Federal ID#59-375y 655 DUNS#13112265.24 (The City only requires a Federal Tax ID Number,not a Social Security number. 3. EMERGENCY CONTACT PERSON: On-ttJ 4 l- & - Phone: 407•-S`/'a •g'7:1°/ Fax: 907-5Y -8 73 6 Cell: W ) -440.2- Y P 29 4. INSURANCE COMPANY NAME: LoiA5 i4 r Ware. Agent Contact: e rinu,in cep Ti t ai e Z Phone: t1O7- 26- 3 t/y/ 5. EXPERIENCE: A. Years in business: 3 y B. Years in business under this name: j 3 gee,I--.S C. Years performing this type of work: 8 yea-r) 6. SUBCONTRACTORS - for informational purposes only: If bidder intends to use subcontractors, please provide the information below. All subcontractors listed remain subject to approval by the City. Name of subcontractors to be utilized and type of work: Name Type of Work M/WBE VBE Certified? City Certified? (Y or N) (Y or N) evo -sen Wilder ( 4 nrejfiota, W 7. LOCAL SERVICE FACILITY,IF APPLICABLE: A.Name of local service center: B.Address of local service center: Procurement and Contracts Division Page:51 Storm Sewer Cleaning and Inspection 1F1115-0048 C.County local service center is located in: D. Contact: Telephone number: 8. RECYCLED CONTENT: A. Percentage of recycled material contained in the product: in % B. Is your product packaged/shipped in material containing recycled content? Yes No X _ C. Is your product recyclable after it has reached its intended end use? Yes No 9. ADDITIONAL INFORMATION: A. FOB Point Destination B. Discount Payment Terms(if any): off. %, if paid within 10 days after receipt of invoice. C. Is your company willing to accept the VISA ePayable solution for payment of all invoices? X( Yes No D. Is your company willing to serve as a secondary supplier in the event your company is not selected for primary award? X Yes No 10. REFERENCES: Bidder shall submit as a part of their Bid submittal, a minimum of three (3) customer references for similar products which your firm has provided within the last three (3)years. Reference#1: Name: C 1'i-- O I ®:-IGu d P(.c.�p�iG I�tol—t5 Address: I 0 ® Ui e$(9€15 A y Telephone No.:: (07. 2 i f j- 22.89 Fax No.: '!O7-2'/6 - tietro Contact: - pau-t( I kIV.- E-mail: tel oLt) . elk!vt Ci4.1 4 Ot-(034c(0.t�N� Projects/Contracts/Work Orders(List project naive, date completed and value of project): ( l+a-u,5 I L iI 4 Into 6ru.ndsP. *1//41 35g ply e went IDs-'v c ;219/1,2_ 2 Y K Cn Ica v7 Mt-Pail- 2 f 1/y jK Reference#2: Name: Tr CQ1,11 i) C©M - Address: a 1 5ow'-ti, I-644.9 la,vytC3tvct Telephone No.:: <<O7. 379-006,6 Fax No.: e/O71171)v 3 Contact: 7.- 061.v t s E-mail: Tr O a-v --p[Wi,y . too., Projects/Contracts/Work Orders(List project name, date completed and value of project): 70-111-5--oe 14-. (Ma aoia —AO/3 bok ®c.ae,lA. Pa-o-l-ut o 2D/ef' Jy kC 170.%4-U9g1- cor.Vi j t A019, ail K. Procurement and Contracts Division Page: 52 Storm Sewer Cleaning and Inspection IFB15-0048 Reference#3: Name: C vity ©t W t wire- 5 (-1�s 4-0 s-pn. Dtpi- Address: " Telephone No.:: t/O 7. 327-,�9 Fax No.: Contact: 7 /► E-mail: z P ere w s0.4ed-SP I St l- s f � Projects/Contracts/Work Orders(List project name,date completed and value of project): _____Cit.e.5.1-1404- Rd. 14/ tt k Pe-afr-04 14-c( IV/ ji r 3 ie. Reference#4: Name: Pr`lvu.e Comil-Pa.c -rt-i� Address: J t .l b 14 ivtak kr- f ..w19CL P1. 336 fb� Telephone No.:: 10 7- 37y '1 3/ Fax No.: 07--6, Contact: Sea." ',r-eht-te_ ' E-mail: 54-,5 la.44 ,' Pt- ✓tc..L4 - sdc,CDI4t Projects/Contracts/Work Orders(List project n me,date completed and value of project): /410_50 + H W ) iy� J2 11- O C/et- H 7j IK w wSO wu, -& 3J 0) 2- 6 10. CCTV NAME AND VERSION: The Contractor shall include the name and version number of the CCTV software in their bid,and certify that it will provide DVD videos in a format compatible with Microsoft software running on the Windows 70S. Pori L $e1510 Procurement and Contracts Division Page:53 Storm Sewer Cleaningand Inspection P IFB15-0048 WRITTEN OUESTION(S)FORM: 9 Any questions relative to interpretation of specifications or the solicitation process must be ° addressed to the City in writing. For uniformity, the City requests that you use the following format. No verbal inquiries will be accepted. Written questions must be received at least ten (10) days prior to the solicitation due date. Written questions received within ten (10) days of the solicitation due date will not be responded to. Please submit all questions to the Purchasing Agent as identified in this Invitation for Bid. This form is provided for your convenience, however, emails to the Purchasing Agent are acceptable. Only written answers and clarifications in the form of a written Addendum to the solicitation will be binding. Oral answers will not be authoritative. SOLICITATION NUMBER: IFB15-0048 DATE SUBMITTED: SOLICITATION TITLE: STORM SEWER CLEANING AND INSPECTION COMPANY NAME: ADDRESS: CITY: STATE: ZIP: CONTACT NAME: PHONE: 1. 2. 3. 4. 5. Procurement and Contracts Division Page:54 Storm Sewer Cleaning&Inspection IFB14-0252 MINORITY/WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION FORM: Chapter 57, Article II, Minority Business Enterprise (MBE), and Article III, Women-Owned Business Enterprise (WBE) of the Orlando City Code, establishes goals of 18% (MBE) and 6% (WBE), respectively, of the City's annual monetary value of contracts and subcontracts for supplies, services and construction to be awarded to Minority and Women-Owned Business Enterprises(MWBE). For further information regarding this program, please refer to Chapter 57 of the Code of the City of Orlando or contact: Minority Business Enterprise City Hall at One City Commons 400 South Orange Avenue- 5th Floor Orlando,Florida 32801 (407)246-2623 If your company is currently certified, please enter the certification number and the expiration date in spaces provided below or submit a copy of the certificate received from the City stating that your _ company is certified by the City as a Minority/Women-owned Business Enterprise: Business Name: N A Certification Number: Expiration Date: There shall be no third party beneficiaries of the Minority Business Enterprise or Women-Owned Business Enterprise provisions of this contract. The City of Orlando shall have the exclusive means of enforcement of the MBE/WBE Ordinance and contract terms. No right of action for non-signatories of the contract is intended or implied. The City of Orlando is the sole judge of compliance. All solicitations and submittals awarded will be evaluated in accordance with Chapter 7 and Chapter 57, Articles II and III. In order for a bidder to receive credit for MBE/WBE certification, the firm must be certified with the City of Orlando MBE/WBE Office on or before the date set for submittal of bids. Procurement and Contracts Division Page:55 Storm Sewer Cleaning and Inspection IFBI5-0048 VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM In order to foster economic development and business opportunities, promote the growth and development of local businesses,and rectify the economic disadvantages of service-disabled veterans and wartime veterans who have made extraordinary sacrifices on behalf of the nation,the City of Orlando has adopted a Veteran Business Enterprise ("VBE") Preference. For further information regarding this program,please refer to Chapter 7 of the Code of the City of Orlando. In order for a bidder to receive credit for VBE certification for this solicitation, the bidder must have its principal place of business in the Metropolitan Statistical Area (i.e. Orange, Lake, Seminole or Osceola Counties) and be a certified veteran business enterprise by the State of Florida Department of Management Services as set forth in Section 295.187 of the Florida Statutes as of the date set for submittal of bids. If your company is currently certified, please enter the certification number and the expiration date in spaces provided below or submit a copy of the certificate received from the State of Florida Department of Management Services stating that your company is certified as a veteran business enterprise: Business Name: N 4 Certification Number: Expiration Date: There shall be no third party beneficiaries of the Veteran Business Enterprise Preference provisions of this solicitation or resulting contract. The City of Orlando shall have the exclusive means of enforcement of the Veteran Business Enterprise Preference Ordinance and any contract terms. No right of action for non-signatories of the contract is intended or implied. The City of Orlando is the sole judge of compliance. All solicitations and submittals awarded will be evaluated in accordance with Chapter 7 of the Code of the City of Orlando. Procurement and Contracts Division Page:56 Storm Sewer Cleaning and Inspection W815-0048 ADDENDUM ACKNOWLEDGMENT FORM: The undersigned acknowledges receipt of the following addenda to the Documents(Give number and date of each): Addendum No. 1 Dated ) 2. ) 5/I V Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Failure to submit acknowledgment of any Addendum that affects the Bid prices is considered a major irregularity and will be cause for rejection of the bid. 'd-I Comp / / , , Signature Vl I()Title Procurement and Contracts Division Page:57 C'T OF OO DATE: December 5,2014 — TO: All Prospective Respondents FROM: Maureen S.Bowman,Purchasing Agent II Procurement and Contracts Division SUBJECT: IFB15-0048 Storm Sewer Cleaning and Inspection Project STW0003 P Addendum No.One(1) Please be advised of the following changes/clarifications to subject solicitation. The solicitation is hereby changed accordingly. CLARIFICATIONS TO SOLICITATION A. The Pre-Bid Conference held on November 21,2014 was Non-Mandatory. B. Bid Security: Bid Security shall be made payable to City, in an amount equal to ten percent of the bidder's Total Base Bid in the form of a certified check, cashier's check, or a Bid Bond issued by a Surety that is licensed to conduct business in the State of Florida and has at least an "A-" rating in accordance with the most current A.M. Best Company financial strength rating. The Bid Security of the low bidder shall be retained until such time as the City has executed and provided the awarded bidder with the Contract and Acceptance Form, and the bidder has furnished the required contract security, any insurance certificates and endorsements, whereupon it will be returned. If the low bidder fails to comply with the solicitation requirements, or to furnish any required contract security or required insurance certificates and endorsements, within seven (7) days of the notification of intended award, the City may cancel the intended award and the Bid Security of that bidder may be forfeited up to the difference between the total bid of the forfeited bidder and the next lowest bidder. The Bid Security of all other bidders may be retained until the earlier of thirty (30) days after execution of the Contract and Acceptance Form or ninety (90) days after bid opening,whichever occurs first. PROCUREMENT AND CONTRACTS DIVISION CITY HALL•400 SOUTH ORANGE AVENUE•P.O.Box 4990.ORLANDO,FLORIDA 32802-4990 PHONE 407.246.2291 •FAX 407.246.2869•CityofOrlando.net•esupplier.cityoforlando.net IFBIS-0048 Storm Sewer Cleaning and Inspections Addendum One(1) Project No.STW003 P December 5,2014 C. FINAL COMMENT: Only written questions answered in writing by formal Addendum will be binding. Oral and other interpretations or clarifications will be without legal — effect. As indicated in the solicitation, questions received after 12:00 p.m. on December 1,2014 will not be given any consideration. Firms are reminded to review the original solicitation and all subsequent Addenda issued. THE ATTACHED SIGNATURE PAGE MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL AT THE END OF THE SUBMITTAL. In other respects, except as specifically stated above, all other terms and conditions of the solicitation remain unchanged. Page 2 of 3 C ? IMIIMIL., A-i..,. 0 o0o o v , poo o 0 o 0 0 0 0 0 c; ........aac;. a'.1 •-,-;,',Ti o o o o olin n in n o cctn C r.,l. egi. Cr- e d LA f•-•:. tu ,,,,,y, ifl,•,- ' l'''' ''.. rce,--P;.• UT 41). 111- V. 1.4 VT CU tn. .... • 't.t. In ff,--..„,-. .,'...,::?,„:. LIP •tO VI .".,",,,,`;., i''', : 1.7. r.I.4:`,3,: 1:4*' •.'-' * e4%, CD >•,;,7.,1 k, "i cu 44: gA4'', Z IP 4E1 V!q -'. 00 >: ,V W ,.. 't'",,•,,Nqq,,,61%, N. or.4, v,i A.,,,,,t-:,. 0 , . .„_ :014.:1',sii• '1,4' IL ,IctithWI' -St-t: cc ,,,,,,,, al , P.•.,. .63 055A-'-i- •ct ',4;',A4 c) R,..'4'„I'A c i ',!t,-; 0.0 -5-A r. c,..,,,) 0- } I t•,,,;:• Ig VW' tol' V,ve-‘,..' t-14-4 0 0 o o o o a .,-.. (1 tri IA in Ln in u'l ilr•-, -tit 1 .6. x444. ; ._ vi., ',.,,r co 4 Lei '.0LAis: cm .0'..", tn. V} 11). 1/1. VI in• 4/1. > %T.,,,,,,oz, :•-.,[±22 t-,r 0' ea ^ni;•,,,.' 2 ,t▪ -A'T4 le U. t.':. z Ce :,'-'. 0. r-f,' 1., ,•, ,--••,,,,I'. 1:','''if" CD C 0 ';''.1`r VI iy, ,,Li I , N .,'"VI'S., '''.''''-'-'"4-4'.6 U- LL LL LL LI- LL LL -.1 .J ...3 J -I ....1 ....I 7") , t ID ; .... Ei a L) tr) E b a 5 Z sr:f'l C 2 in- rir ---)-, ; o o o csr r -2 5 't iv 0 2 v, r4 (.:•1 iro'-'' 00 0 00 0 00 0 00 0 8 0 0 8 . co !.,2' ba LI "I Z I- Z 0 ti; F. cc ?„90, C 0 - < i,„ (..) C . • .0 CI .' W Z C 0 ILI e, IL" iiiii.j 1'10 Z ° t73 0 vil' A:J/ o u - I'Ll J- ::•,..f 1- J 1- ,-, IL ...14Et. w 0 „ - ,:t. ILI ', - Z `•1 2 cl• 6 E la ,, , 0 -- Xi" 8 a '4.,•;! R tg 2 Z ,,,- cc 1.- rg 0 0 • E 0 9 Z5 CI. 0. 5 -1 Ir PM GI 5 EL3 a a 0 la - ca '';' 0 < IAJm' ZL` Z 0 Del O :3 0 iu p _ L) Fj) 11.0 1,1) OZ . 131,u cill D I .",- 0 tai < - 0 :,,,:i.A.- %- ,c„,,,„ (I) til i...... 0) 'Cr.) I x E IE. cc Lu. 0 LT - 4.- 4-, t 0, LA I-- U. hi x„;t . 1JJ < 4.. .,3.,11, CD 'f'''.'"1' E a) cu cu E E E -1 ›- ccuur-i .--.. - ce -3,.,. 02 d o < 2! rci liA.:}; 1°- ro u. 1:1-- CO -0.- co 0 ;•;;;'.." LI- D c:1 1.- u.. 0 1.- i„,i, .7 4- 4- 4-. 0 0 LL a7 rIfi Vin 0 0 0 0 e 0 0 •-• Ce J 0 . . -.4 :,'Yt * * * es CS U 1.‘L'' C IC = 2 VI '''F cr) cn cri -1 0 0 1-,.. .- U 2 -,:, - I- a 1.= a c-it 74 N -C u9 2 .c 0 0 0 N N .c .c ag, u u u c :; cu .0- 0-e• c •-• c 4-. c ..- • o a '.4. c`) cv) is z,„ 4.. = ce Lu cd LU uJ co an VI •• c L• .... = •-▪ • ',efi c cz, 0 cc 0 - A,,,V,, w 4-, -5,_ w- 4•J -c w. 4 fa.l . -c I' -c c 0 .c.., c 0 o LJ ‘ ! ' CD .0 a) C Z •'...-;,';' -o z iu = ,.. v.,. EEE -E.. E -6E -6 ,..,0Ec .c opc 03 *• ''..'.'.. 0oZ En- cEoiaj ..2* , = to ' Un W Lra) 0° 0 . 1 a04c- aEco) tti,: 2 os al 2 os wkil 2 os al 2 co t41 .22, , 0 Tj o 0 a 4-' 5 045 4-. ,..,,• 111 re Ce ... 0 ,5-',;''. ej ILI Cl• /.... 0 1,),%;- 42 tr) .rZLI 0 v) .r4 0 0 ,ni 0 ,,,,) ,ni ,-, v., .rsi ..._ cn .0 ,_ 0 ,C ",•i",''',' i CI ,,,' =1 r.. ,,v„, 4_, ,7,. in 4'4.. -c. Di !--: •r_ 4.7i 4.-. c iri ?- -c (7) 5-c 9. c c 52 ...4 2, at .c 0) a) •fti)) MI <Q . . 84 313 -0 *-- II° 9-'CI " -13-1/ '0 'LI af -co ..." -1-13 -CC17) 9.lir) 1:1 o a = .. a ,..P.../ J ....... 0- -J ....-.• CL .J .......... O.. ..--. ....... .... - ...... ....-,..- .......,cf) .._ la I.i.1 2 •- • .1 , 0 _ u 1-1. I-I ' , , Isi PI " et, Ats ,to ' ' '' CL C 3 O Q O T.; . 0 O 0 O O O 0 0 0 O O O 47r... 0 0 0 0 O o ++ p0O p0Cp0p p00 o O O O co u1 O O P. LIN O N 0 0 0 O O O O O O vi N 0 0 ,r, rl 4.4 t/1 0 N 0 vt o0 0 d• 00 04 OO 0 0 y .4 co' 00 yin. a-1 to M N N M' N N' '4:, N N ri v-I y in th ` V? in t/} in in ih inin. /}iin tt/1 S � 3 t PA in ` k�'¢ 0O O0 O0 000 ' ' Q 0 0 O O O 0 0 0 0 O 0 O O O O O O O Ol O O ' Lr) u) u1 O O O O O O O O O 3N N .-1 v-1VO 0 A N N N OOO OOO OOO ; in. t/} in. to rl rl in in i/} N N N !o N 00 tri N 00 In tR •- { in in t/} to e-I N t/} rl N 3,; in i/} in in Z 1 t. ' '',..4 Nil > ti = _ 118111:11:111111:11181 C ar N E ti 'k.1 .iz' C t• (QY d itfg F N co koopo 00 00 ea 1111111111111111111 p O O p z toO m C Rh rl rl rl ri Fli U V N Q ` U C c i-,3 p m = 8 . . 0 3 3 0 7 7 ( Z '~"� 3 �% L E E L E E L E E L E E \ •F+ •4 O O Q) g � v) 3 '4 a a a u, c 'c 'c •c 'c .0 'c c Wo, E E E E E E E E EE D o O r as as 'aa a j U f0 ++ 1 O O O O O 0 0 tf O N 0 U) ''r, L L L C L c C C ce 41, oo E a s CU s a s a s .0 U U 0 E 009 E 2 +pi`s"; >- > >• >• >• a as f.,, c c c oo 0 v, O , CO ro CO CO CO CO CO m 00 z g '-4 w m o0 00 00 00 �� N � � o LL ` 0: U) N03 e0 N M n rnO . 7 O 7 7 0 co ftp, a .c t _c LL C V ++ a+ ++ ++ m O O U U U U Ip • r Z- • C C c C U E N '4. 4 u7 O s* NI- -0 0O ri M in 00 2 E {Y E E E E U) L. O O O O C Q) in in0) in0) 0 4, 901 N N N N O 'O U) 1{` L t .0 U of .H .y H 0 co 0 c c c d a O. O a) N -4'. N co 0o 0 - a •Q O- o 2 N `i 4-, 0 0 0 O c i� t. ,_ ,_ 2 o0 00 oa o0 Nco 0 � c c c c t > 0 U� .0 .0 C _ t v ` 0 O N c c c C 0 0 0 0 c . • v $ oi`. v aUi ac'i cu ch CO a) CO et 2 a: M u`fl opo c c c c •E -a r• 0 0 �tE E E E o 0 0 0 a) = a� CO 0 0 0 0 0 t E E E Y. w 4- 4- cu V � c»Lo c` ilii In ami G - an a 00. i N N N N N VI V) V) f/) .0 >, 7 T> 'Hi .� •� •y •y )4. C C C C 0) 1 of N H w �4 O O O 0 ai w v. 0 2 0 .N , a o. a 0. a s v :) 2 CO = V) I 1a'4 a a 'a a ! `"'» 0o o) i3G a �j; 1310812111111211311EigEME10 ;��®� 2 C 10 E ' J 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 o O o 0 c ;', 00000000000000000000000000 C) 0 CO uiouioui oininin00000000000000000 00 ~`'F N in N in N Ln N N N in in in in in in in in in in in in Ln in in in Lel Ill Ln S$$ to 4 in e-i in 4-t /)•tt-I in N In N4" in M in m an- m in m iiin Min M in PnAn- M i c '_ in. in. In in in in. i/1 in in- in in. V! VI- in . N t , 03 1 4+ ' C �5 ` 5 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O ;� • 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O V IA O Lni O Ln O Lei is 11i O O O o O O O O O O O O o O C O O O O N in N in N in N N N in in in in in in in in in in in in in 111 in in Ln in in i.'.ii i/} e-1 i/► v-I in- N V? Nin en in- v-I iin en iin- en V1 M /1• en iin en VI- M4/1. en in en >g in in- i ). in i/1 iR in inin in i/)- in in. in ' tp d FAQ _ o C '')�.' aaaaaaaaaaaaaa44aaaaaaaaa -4 < • p W W W W UJ W W W LU W LU UJ LU. LUW LU LU W W W LU LU W LU w w '!{ky�l O y� v i`2 Gco ainE ce0 O c _ , .-I .-1 ri .-I v-I r-1 t--1v-Ir-I r-I ri r-I r-I v-I e-I e-I v-I v-I v-1 v-I v-I rI .-i .-I ei vv-Ie.-1 v-I ' N00 fV ) k.' o iE U a C 'y , Z O Lu ?` �., u z 3 A ILI OC N ' 0 o Ln `' Q o o a m • LL L m YYY d o z» m } C C C , C C C C ; C Ci C C CC 3▪ R ; 4-, 4 4- 4 +3 ' 4-. y .i . } 4-i • L, N . . oPC OCOCoCOCOC OcocC OCo cc 6 .c OC '—'5 '— '5 , O O • O O0 o ,0OOoO0o _OL •OL • L • LL • L L • LL L • L L L N 17 'L{�%�5,y O. Ln C. Ln an nn a Lkv+ a .in Q I, .in - Ln O a O n a.in in 0. .in L ,,in ,a. illLU U UV 'UUU U UU U UU U 'U .c. r�1' U •_ U L U L U 'L U _ U '_ U 'L U 'L 'L U L 'L U 'L 0) c U a ' L a •L Q' .L n' •L a7L a •_ a 'L a .C. d •L d •L n' •C 0' •L d Ln- 'C 4+ 1 a +_' a +_ a +_• a +.' a +-, a +' a + a +-. a ;I-, a +_ a +_ a +' a :I-, a c� .L.+ c ++ C -, C ++ c 4•' c C -, C 4. c ++ c ++ c ++ c -, C +_•' C ED CD c O EDCD EDCDED c O c 0 c O c O c D c t .0 L .0 • .0 . .0 .0 .0 v .0 .0 .0 .0 U ,, , Vi .c U _ UIL U t U .c U t 0 L U •c 0 U _c U L U _C U L U C • U C c U CU C U C U C U C U c U C U C U C U C U C U C C in C 00' CTr C o .0 to C N C 00 •C '4' C O C to C r.i C c to C °0 r-1 ei NM M Ln toLD 0 (pi Ln 00 � 0 t0 N 00 � O to N Ct up � r-I y,>O. r•i I c-I I N ' en ' en I 'CF . I in I to ' to I N I oo I p1 L p I 411 I 0) k 0) ' N i N ' N ' °) L °) i 0) L 0) ' °) I 0) I U i N ri N k L L L L L L L L L L03 L L L L N H Ln N g1 N M In N h H N to y is a E 61 E (DE U E °) E ',DE °) E °) E °) E (DE a E °) E °) E °) E 1F1a. o 0 y Oy 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ' Y 12� U) ate-' Ln F/)4 h H N N N 2 N {{nn N 4H H V) H Ln Ln N Ln N , '� C C C C C C C C C C C C C C C C C C C C C C C C C C C C 0 0 0 0 0 0 0 0 0 0 0 0 O_ o O O O O O O o O O_ S O O O O ID 1.5:1-i Tr in st in 'd• in 't Ln Cr in Tr in !t in ,,:t. in .4 in ct in et in et in �n .47n O - - , da Cu, o pi N en .4 in to 1' 0o Cu 0 ei N en q in t0 h 00 Cu 0 i-i N` in ti in to' y e•1 N N N N N N N N N N ret en en en a en en en en, en tF it et Ct et' l} !t 0. c g II ! HhI # HHHWO OO OO O Og O Oo 0o O of$ oL i Lno 00 0 001-- 1� 00 0oan Ln o✓, N Tr Tr lD l0 1� 1� O O C Z i/? i/� i/� t/� i/? V1 l/1 i/)• i/? N i/T t!? e-I' a-I W . '� V> c x oa, Q A;,i M gi N O O O O O O O O O O O O O O O O O O O O O O O O o Q O o O O O O O 0 O O O G O C O O O Lfi u1 O O O O O O O In O in O Ln O O O I� I� o0 0o in p O a Ln i/� I/1 i/1 N N N N N ei it t0 O 1` n O O in• i/>• i/? V► in in VI- i/1 i/1, in in. 4/1• rj r-1 a N ih y U' w+ Z K ,f Z �+ o c , 4 4 a a 4 4 4 4 4 4 4 4 a a < a < y p i� LU W W LU LU LU LU LU W LU W W LU W LU W W 5 t r4V E - - y E v) tY,. • 9 c i' .;= ri r I . e-1 vi rI ri e-1 . c-1e-1 .1 r I ri e-I I-1r I ZNm k4 oo , U q E 4,4 ` '•f i- w k a3 c CO C CO 4-, a a el W N y szr. N 'o oy' •o °y' o 'Q. 'n. 0. !n 6 a`) a`, !h o .i '/' ., .. L Q (0 O m a R a c a CealN C fo c CO C CO w L H ti U) y y y U c o � •o a`) •o 5 •o a`) `a `n - c u C u c u C Cll o K as W 4.? Ti c la c fa c a) a) 'O 'L O 'L 'O 'c 'Q i v O 4 r - yam, a) N ��, N c C_ ++IA m �= +' fa :14 to o fn c > c > c > C i C c C Z gZ 3 o O �+ O 'O ++ O 'O C ^ •^ 4, 4-, a-, -0 gg;r� '-1 C C r+ c C C •1 c C �p C C vi vi C vi .2 o C`.' O 0 •° �O �. .o., O Yo " m .` N G) C o ,o o co O co o co m O 7, e-I - ei L r I 4- e-1 L ei C 1•-1 N C C L. y y y y c CIO c 0.0 w 5 to a.- 0 I.) c o c ° c o c c "-' c c •on r� c .-i c .--1 E �..I c - ca a) co a) co a) CO a) m a CO c) _ C O .o O .o O ... O 0 F.,.' ,cif 0. ,7i AY N G. v+-'i U ti ..,) L �• m3ca+ co r•+ Io + + m + fa + C y C L C y C L C .- C 0- to +••' (/1 +, 4�., c C c c L• C c c d •- - IZ •- 4.,, C C C C y a) L. C O L L L `�' a) `� :1':,, `�' a) `- !_' `� U `� C 4 O . .L3-,C a+ a0-, 111 .-c viil > = > ' I' E c c ._,E 6 E 0 E a) •`-" a) '.4 a) 23). 2 o 0)) 0 L o o }� L. -- v 0o s- ` 00 L- p aa)) u a) u aa) V) -C a -c 2 t '° .Lc 'o "t '_ •7 V •5 '3 '3 C '3 ri L •i L •L L +' C + ( t+ ( • }, C o c Q 0 o- c a 0 Q cr 0 '3 a 5 •a 5 °�' 3 ,,._i 3 ri ri 3 `° a) a) aJ a) N w *' +� Q as r1 .Q r 1 .0 r I .1-1 , r .0 d0 -C C .0 -C •Ct t •C L! j 7 a� O O O o _ E E E •o _ E ++ +� O ++ a+ O ++ t t .r t C p LO O C --. o L 3 '� 3N3 �' 31n3 +' 3 = `' c w -'— n c .s� p s7 c o .+, .0 0 3 c 3 c 3 `� �'' •� "' •� 0 o C •L ai ai ai ai 0) • od ° � o � o � o � o a, 000000o cC . a a •° a a •� a a •� a 3: 'L N L N L Ln L N L 00 L N ..... q ...., - L .- •a L •- Q L Q `+-• O "- .y 4- O 4- .y 4- O `- .y O a0-, O �O O p i) O �n U a N N O y �. a . C a) C a C a) C a C a) C a v- • w • 4- r-1 O V) O O !!) O O !^ O O O qo O N O O N O O N O 5. dA C bD t .c t t .0 C t w C N .y CO N .O N p N .O N .a N d v C •` C C L C C V C C .V C N d . i` F. a_ w- _ a_ C•. a_ 4- +-' 46 ++ '46 To •C Cr d O CL 0 �-.LO CI- LO .-. N N 0..fl `d) .0 a-0 In .0 a.O of `o O O > N +_ N a-, M :' M +3 en +_' M ++ ..:1- +' d' .f•+ cc o LcC 0 n30 cu _ cc o 0 cc o L cC o m 3 al 3 a) 3 00 L C L c L C L c L c L c L C L C G G VVI G G VOf G 4O• G 'v)t4 E 'v) 0 O Il ? LL .� LL ? I.OL .� 11 ? LL .� I.OL ? LL 0 'S ' N C) - O .•1 N M a ,II) • to N co O 0 1-1 N rn Q 'CI' in in Lfl in IA in in LA In 'in �, lb 40 1O m C E 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O q 0 o 0 0 o O o 0 0 0 0 0 m o 0 0 0 0 0 0 0 o o 0 d o 0 0 00 0o Ln In in Ln 0 0 0 0 in in in in H Lei ri H H H N 01 (-4 01 in in m m c• in in to N r1 -i 4 4 14 t/' 1-1 V1' 14 r-1 i r-1 e-1 4 H N ri y in V) V? V) 11). V1 V1 V? V► V> ii to In- ill in. •7 Ero +i C o0 0 0 0 0 0 0 0 0 0 0 0 0 O O O o O o O O q O O O o o o O O a O O 0 0 0 d d 0 0 o 0 d 0 0 o o O o 0 O O o0 00 in in in in O O O O in in inLn H ri ri riri N Ca N O1 In in m m .t Ln Ln04. ri 4 4' r-1 1" ri V? 4 4 4 4 ri ri r .4 r•1 in. V1 La V} V} V? VI- V} tn. V1. 4/1 V> V? V? V► CD Z 0 2 a - — O c Q < < Q Q Q < Q Q < QQ < Q < 4 t7•1o w LU w w w w w W w w w LU LU w w LU > t o w E a E n c ce o C ri H H ri H H ri H H H H H H H H H ri I-• N m ' O r. C U Tr 0 o y Q \ U ra d L L L L L L L vi uiL l!J eN-1 N To 0. CO Cl. (o Co 0. 0. CO O. @ O. fo a to 0. CO K CLI an ':A N VI 1�/1 •n •n 14 VI tv/f .n y rin �/f N N U p Ul C U C cu u C_ C CU U v C cu U C u C V C o C at Ol Oo 0 •L o L o o L • d o ▪ O - L L 0l a ' o a a a 0. a a E 0 v, To c c c C c c c c c c C C C C C c C Z g LL Cvi vI c C C4-i 'a 0 Cr)LO 0 f0 0 (o 0 0 f0 cc 0 o 0 ti 0 fo 0 co 0 m O) H O1 H H O) O) 01 r'I 4l 'r'1 0) ..-1y ri > O O • 0 O in in 0 in O v1 O N 0 O V e-I o H • ri ri ri • ri ri ,-4 C ri D O O O O O rI. O V- O V- 'O rF ,O rr.. O O '� O '^ O O +r70 a+ fo .F' 4' f0 CD a.' f0 4• Lo 4, To 4-, (0 4' 0lC C 0)C C Cl)C OJ C C C C)C L.C v i C CU ` C C C E +°J' E +°'' E E 2 .2 E +°1' E +l E 4, E E `l C `l ,C OJ OJ C C i C L C O a. C II C y 3 > a > .5 .a w 0`l '5 CU '5 v '5 a`, '5 a� 5 > > c > o > a- > a• > a c, o 0 v 0 o O v 0 a) 0 °' o a L L ms .0 L 'O L 'O .0 'a L 'a t -o L 3 ° 3 H 3 3 co ° ° 3 ° 3 H 3 � 3 f0 3 .0 r-i _a ri xi .0 ri r-1 .0 ri _a ri .o ri .0 ri oE o E o oE E oEo EoEoE • • oi ^ O '- 0 L L O LO L O ` ^ O ` ^ O L.w OO 0 �` . HavCC C C C C C C Clr ON ci 'O N di 'a 0;. 'p Ol 0) ci l' 0)'a N al a 'p 07 a 'p pj ci '5 a a a 0. _a 0. a a a • a 0. 0. G. a a a 0. •, a 0, a a v a a a a, a a a a, a aa, a aa, a a a, 'o. 0. v V)4-' a UI O U, IA G U, G a+UI , Uri O IA VII a VI O vagi In O• 4.• 0- an an 0 !!I O 0 !!l O O .0 O L6 O 0 O !0 O O !0 O O !0 O O !0 O O !? .0 O .0 .0 OJ = .0 0) .0 O .0 S .0 0l .0 t L .0 N .0 .0 U .o .0 O C ` C C ` C C L C .L C CC .` C C L C C ` C C V C C u L 00 0- 00 +s ' -- 0- v 0 0ID L O tc .-. N 0- N 0o a co v a et o +- 4.i CD CO .N t0 !_' n +S 1\ +' n ++ CO +' 00 ++ 01 +' 001 ++ Cr)r +_ L C L C L C L C L C L C L C L C L C L C I- C L C L C f- C L. C L C L C C ? 050DaOLLn0 = O .O O 'O O M O 'O O O O 'O O O O 5 0 0 0 0O = COLL I • IIl •-� LL .�LL .....,LI- LL LL .�LL LL •—, LLLL .� LL �...LLLL O\ -3 ` to up ' 1'. CO 01 O ri N 61d. 1A tp N 00 in O to 1C to to to lbto N N N N. --N N N , N. . 1,n N , 00, m a1- C 10 E o 0 0 o 0 ,�'` O O O O 0 0 0 0 • ';°•j 3 °� 0 0 0 0 0 `i o d 0 O 00 , ,< 0 0 0 0 0 0 0 0 ,i 00 0 •, o o o o o o o 0 Vi tD co 00 O 0 .a" in In O O to co O O h. N i iv [t N CF ''t l0' y • i/1 in in /1 i/� +h A+�j V? 4.414 V1 +h A i- } ,,,-.3m oFf n a ,44 S 'v C v_ .ii d O O 0 0 0 �r4 0 0 0 0 0 0 0 0 0 4,; 0000, 0 0 0 0 ba O 0 O O 0 e Ui u1 0 0 0 0 0 j c_ r•i Iii 1n 0 0 j , N N to O in O Ln in 'r t0 00 00 O O x V} i/- in t0 in N ei r-1 O1 r-I a-1 ei N N' `. y; rj ih in V? `• } tn. in in in 'V? - { in. ',-! L �i' 'yi O Int CO si,.' i W u Y ao a ,' C 7 1111111 7 7 7 EA I w w w w w = 0 0 0 ••• u > S -i .0 iil b 0 ? C v i 0 0 0 O O C z c ,..-1 .-1a-f ‘-i .-1 0 0 O N t0 O N % N ,-1 N a-I O m C �< E Z o w • 'a cj vi vi 0i ;a .i w ,� al au m a Ts a k C 2 �, w a v w au �, O vs :3- , U 0 '^ U O ` O c ' �' • •' •E o a, co .L a a „, 56 d a0 a f6 }' /0 ' t �':.'} ':,'i 13 E C O N !_' C C C C tr 3 03 Z g m C C "4,, ++ y _ "'I V u.. Ti 0 N 0 N ::h,; �I`'j 0 C_ o z,,,���r??? ; 03 C ri C ,- C air' F+ N r-. 70 1 r), U 'I 6. c acu - ":.. W E 4 C rte+ ' N .i A 4- 01 c N c 3 a 0 i 1 t's, to I V L 3 4J 3 N i, C i p N > c > cs 0) > .,ilx 0 0 3 .0 u o .c 'a .cC "O r �n 3 C j N c +_ co - 03 o C O i D: �0 3 3 �+ c u o +� i $i E u o 0 � ro • Z o .. o in, 0, +� 10 ` 4- O) C 6 0) C o 4- (A .pi N O) OJ �.1 iF N a .p a C. •O •O- ia, M LA '. 0 O) .0 N ~00 -, co ....,CL a ` a .a •� a ,;=. o 0 o in c o ?'7 iii 0 O 0 O ` O O t 0) N .� 6- m ' `1 O .c V1 .0 .0 h .0 a 0 3 0 C V C C u C o / a. m a s a U SO S N • ,',. tp O a 0 O 00 C C C C yaNh E -• • ' Ol }; a-1 ++ .--1 4; ri ++ } OJ 10 - L C L. C I- C 1- C f.. C 1,7,-,p,-o E = r.+ U E 000 a' LL .O LLL = u_ .p LL = PL .O - y,ww V 0 to U u CC O . . LI- co `C3 Gl 00 00 CO CO CO to or VEHICLE LIST AND TAG WS OW 7 FR"Y"r�'M-".'r. 'i;:r^ -C'^nrz�t .rr ,e:+.r a rr_ Tr, - J"' •;r'.�Kr'� ,�n..r °tiar`�t �� ?i:"��kr �4�SV�r���' ::��`�r;+�'.�$�.*.,�.'�. ���'�� '�'�n y}tt�� :.F ftr�t %i_ti•y-'' :r 'r-s�=L-„q�. „-4 r�� fil n, �,��r,� ;1 a; :5r� �): ...`S }.y`ti 4" :i` r < -'+.y', es ,..k \ r k' 1,^�r,-J A .;:"F1 7 -t. A�^Y .key >'0. y.r M 3 hr �Af,rr,`}%;n�.stsYk�"' i'� t.� J�SL 'ems � � f a i}}''��� r�,"n� �' �; n,..,M r,Et s,y a,..'�:>'� a:1'p-;,,,=`=�;,� ;��:�,'.:.1:h,x�;�.,,,�s,;:; ia,. 1 ,'. ,�'.*2'; 'r'15'., y'jr' y?= �� (ayycKd, ° N i= ��r•' �+..d.°,k,. • t,;; i.• 0-PIP✓.' �r�l ° " , � �T 1: {i. • t �p ', �y,4..4„4411:� � "`/+ i H° 1:'x }t i 1 �`- '��"t-'„ t}} r r;i .sy4 X Y r'a 7 4i >` A •8 'v,.,4� y 1C i'4 'rL ?sA� .R if1 �}..."�x: a Ll. R U c( )r a Or° "1 t ,r �r M 'ra�TIk n .�_� � ��. ,v. � =t' �L•.. �G 7� ���t�ii:4 u .'�S�i wrE�is`�e5 �'� s^SZ�,»r�d.�.��`�i5, T-1 2013 FORD Man.Truck F150 BLACK 1FTFWICT4DFB16356 _ T-2 2005 FORD Work Truck F350 WHITE 1 FDWF37P75EB33325 T-3 2006 Ford Work Truck 250 4X4 WHITE 1FTSF21P46EC41330 T-6 2001 FORD Work Truck F150 BLACK 2FT2F072X1CA53943 1-7 2000 BERING Work Truck TRK WHITE KMFPB69B1YC008476 _ T-9 2001 FORD Work Truck F350- WHITE 3FTSF30S11 MA68977 T-11 2012 FORD Man.Truck F150 WHITE 1 FTMF1 CM5CKD38006 T-12 2012 FORD Man. Truck F250 WHITE 1FTBF2A68CEA23779 _ T-13 2003 FORD Man.Truck F150 BURG 2FTRX072X3CA84030 _ T-14 2006 FORD Work Truck F350 RED 1 FTWX31956EA44607 T-15 2004 FORD Work Truck F150 WHITE 1FTRF12W54NC07764 T-16 2007 FORD Man.Truck F150 BURG 1FTRF12247NA37639 T-17 1998 FORD Work Truck F150 BLACK 2FTZX17W7WCA74844 T-18 2014 FORD Dons Truck F150 RED 1 FTFW1 CF1 EFA75454 T-19 2015 FORD Work Truck F250 WHITE 1 FTBF2B64FEB67168 T-61 2008 FORD Work Truck F250 BLUE 1 FTSW21 R18EC08614 T-64 2011 FORD Dons Truck F350 BURG 1 FT8W30T2BEC39274 V-1 1997 FRT LINER Vac Truck FL-80 BLUE 1FVXJJBB4VH714789 V-2 2007 Peterbuilt Vac Truck 340 WHITE 2NPRLZ0X67M738021 V-3 2007 STERLING Vac Truck LT7500 WHITE ZFZHATDA77AX30476 _ V-6 2013 FRT LINER Vac Truck VAC ALL WHITE 1FVHG3DV4DHFD3050 WESTERN V-7 2013 STAR Recycle Vac 4700SB WHITE 5KKHAXDV8DPBT0671 WESTERN V-8 2013 STAR Recycle Vac 4700SB WHITE 5KKHAXDV4DPFF1976 V-7 body 2014 Cappellotto Recycle Vac V-8 Body 2014 Cappellotto Recycle Vac V-9 1998 Intl Vac Truck Vac Con WHITE 1 HTGBADR8WH561292 R-1 2002 FORD Grout Truck E350 WHITE 1FDWE35LX2HA45060 _ R-2 1994 FORD Grout Truck VAN WHITE 3FCLF59M6RJB01585 _ R-3 1996 GMC Grout Truck P3500 WHITE 1GDKP32YXT3500044 L-1 2008 RAUSCH Laser-TN Unit TRAILER WHITE 5A3C712D68L002822 L-2 2008 RAUSCH Laser-TN Unit TRAILER WHITE 5A3C712D98L004452 _ L-3 2007 FORD Laser-TN Unit E350 WHITE 1 FDSE35P97DA87901 L-4 2012 MERCEDES Laser-TN Unit 3500 WHITE WD3PFICCXC5719881 S:\B12/11/2014 Equipment Master\Vehicle List and Tag#s.xlsx