Loading...
2186 PBA 19/20-51 Environmental Products GroupCITY OF k O e i � r FINANCE DEPARTMENT r e A PURCHASING DEP ME TRANSMITTAL MEMORANDUM iw CA To: City Clerk/Mayor RE: PBA 19/20-51 Environmental Products Group Inc. (Vehicles, Trailers, Tools, Parts, Accessories and Equipment) The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies ❑ Special Instructions: Piggyback agreement with City of Tallahassee. Signed agreement and Tallahassee agreement attached. Li,a� 6oja obzi4w From SlharePoint_Finance_Purclhasing_Forms - 2018.doc 2/11/2020 Date #WO LZ Fl"NAN7E RT1 F 0 Sm January 30, 2020 Contract/Agreement Name Approval: T���/�l�/70-�1Environmental -------�-- --—-'------ ----r' Inc.(Vehicles, Trailers, Tools, Parts, Accessories andEquipment) P p u chasing Manager Date Environmental Products Group, Inc. Piggyback Contract (PBA 19/20-51) (Vehicles, Trailers, Tools, Parts, Accessories And Equipment, Etc. Relative To City Stormwater Systems, Etc.) The City of Sanford ("City") enters this "Piggyback" Contract with Environmental Products Group, Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose principal and mailing address is 2525 Clarcona Road; Apopka, Florida 32703, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with the government of the City of Tallahassee, Florida, said contract being identified as implementing Request For Proposal Number "096 -15 -KM -RC" or "Contract No. 3708", as may have been amended, in order for the Vendor to a wide array of vehicles, trailers, tools, parts, accessories and equipment, of any and all types and natures, relating to the City's various stormwater management projects and such other projects as the City may deem desirable (said original contract being referred to as the "original government contract"). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. All 1 pricing shall be F.O.B., City Hall, City of Sanford with most favored nation pricing as set forth in the original government contract. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). N/A. Notwithstanding any provisions, however, this Contract shall not be operative for a period of time exceeding 5 years. (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). NIA. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is: Ms. Marisol Ordonez Purchasing Manager Finance -Purchasing Division City of Sanford Post Office Box 1788 Sanford, Florida 32772 Phone: 407.688.5028 E-mail address: Marisol.Ordonez@Sanfordfl.gov 2 (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the goods and services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (h)• (i). IF THE CONTRACTOR/VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CMC, ECRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 3 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. (II). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (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 Chapter 119, Florida Statutes, or as otherwise provided by law. (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 the Vendor 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. (III). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any 4 request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. Entered this day of January, 2020. Environmental Products Group, Inc., a Florida corporation _. M U. !!Oop perHaase resident and Chief Executive Officer Date: I - A/- x -.Z -o 1 City Of Sanford &ab t'�xotmf mof POL Traci Houchin, City Clerk, CMC, FCRM Approved as to form and legal sufficiency. CC 1NIlliam L. Colbert City Attorney 5 Exhibit "A" [Attach original government contract] CONTRACT No. 3-709 THIS CONTRACT is executed this to day of A09-1 2© I L, by and between the C" OF TALLAHASSEE, a Florida municipal corporation, hereinafter called the "City" and ENVIRONMENTAL PRODUCTS OF FLORIDA CORPORATION, hereinafter called the "Contractor", RECITALS The City issued Request for Proposals No. 0096 -15 -KM -RC (such document and all addenda thereto, if any, being hereafter referred to as "W") seeking proposals for furnishing certain vehicles, trailers, and equipment used for cleaning, maintenance and repair of street, storm water and similar systems, as described in the RFP ("Vehicles", `Trailers", and "Equipment" respectively), and the Contractor submitted a certain proposal on September 29, 2015 ("Proposal") in response to that RFP. The City and the Contractor now desire to enter into a contract for the purchase of Vehicles, Trailers, and Equipment as more particularly set forth herein. Therefore, in consideration of the mutual promises and covenants, obligations, and terms hereinafter set forth, and other good and valuable considerations, the receipt and sufficiency of which are hereby acknowledged, City and Contractor hereby agree as follows: SECTION 1.0 PURCHASE OF VEHICLES, EQUIPMENT AND ACCESSORIES 1.1 Contractor shall provide various Vehicles, Trailers, and Equipment as may be ordered from time to time by the City. All Vehicles, Trailers, and Equipment shall be priced, designed, constructed, and equipped in accordance with the specifications set forth in the Proposal and applicable Change Orders executed by the parties unless otherwise stated in this Contract. All Vehicles, Trailers, and Equipment shall conform and comply With all applicable federal, state, and local, laws, statutes, ordinances, and regulations and shall be delivered in accordance with delivery schedules set forth in the RFP and the Proposal. Environmental Products Page 1 of 19 1.1.1 The Contractor and the City Fleet Management Division shall schedule the following meetings with respect to each order received from the City: (i) A pre -production meeting to completely review the specifications and drawings prior to commencing assembly or production. This meeting shall include the equipment manufacturer if appropriate. The Contractor shall be represented by qualified technicians/engineers to properly facilitate the design and construction requirements. At the option of the City, this meeting will be held either at City Fleet Management Division facilities or at the Contractor's facilities; (ii) A second meeting will be planned according to the needs of Fleet Management. At the option of the City, this meeting will be held either at City Fleet Management Division facilities or at the facilities of the equipment manufacturer, and, (iii) A final review and inspection when each Vehicle, Trailer, or Equipment is considered by the Contractor to be complete. In addition to a complete inspection, City representatives will conduct a full performance test of each Vehicle, Trailer, or Equipment and of all integral systems. The Contractor shall provide all technical information and representatives reasonably required to assist the City in these inspections and shall make available to the City all reasonably required third -party certifications. A technician shall be available to complete any needed repairs or to replace items not meeting specifications. At the option of the City, this meeting will be held either at City Fleet Management Division facilities or at the Contractor's facilities. The Contractor shall coordinate arrangements for these meetings with the City Fleet Management Division and the cab and chassis manufacturer, if appropriate, at least three weeks prior to the scheduled meeting. The Contractor shall bear all costs related to participation of its representatives or personnel in these meetings and activities. Environmental Products Page 2 of 19 1.1.2 The City or the Contractor, at any time, may request changes in the specifications or requirements related to a particular Vehicle, Trailer, or Equipment. No changes shall become effective until reduced to writing and signed by duly authorized representatives of each party ("Change Order"). All such Change Orders shall include, as a minimum, the following information: (i) The specific changes to be made; (ii) Changes, if any, in the time for delivery of the Vehicle or Equipment; and, (iii) Changes in the price of the Vehicles or Equipment. 1.2 Equipment. The Contractor shall provide associated equipment, accessories and tools as set forth in the RFP and the proposal that may be ordered from time to time by the City. Additional equipment, accessory, and tool offerings shall be an option based on functionality. Manufacturers and models may change from time to time but functionality shall remain the same. 2.1 The Contractor shall provide such parts for all Vehicles, Trailers, and Equipment as may be ordered from time to time by the City. The Contractor shall provide on-line parts ordering capability, if available, for the City and, upon request, will provide original manufacturer part numbers. All parts ordered by the City shall 'be delivered FOB to the City Fleet Management Division within twenty-four (24) hours from placement of the order. Delays in shipment beyond the reasonable control of the Contractor shall be subject to Section 10.1; provided, however, the Contractor, in such event, shall promptly provide Notice to the City regarding the details of any such delay so the City can make a final determination regarding responsibility. Long lead time parts or components not reasonable to inventory or fabricated components not reasonable to inventory are examples of orders that may require a longer delivery time. The Contractor shall expedite all such orders as reasonably timely as is possible. Environmental Products Page 3 of 19 2.2 The Contractor shall maintain, at City Fleet Management Division facilities, an inventory of certain high volume of use and long lead-time parts for Vehicles and Equipment ("Consignment Parts"). Consignment Parts shall remain the property of the Contractor until use by the City; however, the City, unless otherwise provided herein, shall bear the risk of loss of all Consignment Parts while in the custody of the City. The City, based on information provided by the Contractor, shall be responsible for monitoring the shelf -life and condition of all Consignment Parts. The Contractor, at its cost, shall ensure that Consignment Parts that are used, otherwise withdrawn from stock, are determined to be obsolete, or are identified as being out of date or in an unusable condition are promptly replaced in inventory. This inventory of Consignment Parts will be audited annually for reconciliation purposes. The City agrees to allow the Contractor to use the Consignment Parts for other customer applications, so long as such parts are promptly replaced by the Contractor. The volume of these transactions should not cost the City additional inventory maintenance expenditures. SECTION 3.0 TERM The Term of this Contract shall be a period of Five (5) years, commencing on the date set forth in the introductory paragraph, unless earlier terminated in accordance with the terms of this Contract. Such term may be extended for an additional Five (5) year period, subject to mutual agreement of the parties. SECTION 4.0 CONTRACT PRICING AND PAYMENT. 4.1 Vehicles, Trailers, and Equipment. 4.1.1 During the Term, the City shall pay the Contractor for each Vehicle, Trailer, and Equipment ordered by the City based upon the Contractor's current pricing at the time a particular order is placed, provided, however, that such price shall not exceed the following: (i) For the current model year, the initial prices as set forth in the Proposal; Environmental Products Page 4 of 19 (ii) For subsequent model years, the purchase price paid for such model during the preceding model year plus any price increases from the manufacturer to Contractor, if Contractor submits confirmation of such increase satisfactory to the City, in its discretion to insure the manufacturer is within acceptable industry perimeters; and (iii) For any manufacturer, models or associated equipment not quoted in the Proposal, a price to be set by mutual agreement, which shall be no greater than the lowest price offered by the Contractor to any other customer. The City reserves the right to purchase Vehicles, Trailers, and Equipment from other manufacturer(s) or dealer(s) whenever the City, in its discretion, determines that it is in its best interest to do so. 4.1.2 All prices shall be F.O.B. City of Tallahassee, Fleet Management, 400 Dupree Street, Tallahassee, Florida,. In addition to the limitations set forth in Section 4.1.1 above, the prices offered to the City during the term of this Contract shall be no greater than the lowest price offered by the Contractor to any customer. The City shall have the right to annually review and audit all Contractor contracts and sales records to verify that the Contractor is in compliance with this most favored pricing requirement. If the Contractor is found not to be in compliance, the City will notify the Contractor, in writing, of such fact, and the Contractor, Within 30 days of its receipt of such notice, shall pay to the City the applicable price differential for all affected Vehicles, Trailers, and Equipment purchased by the City, plus interest thereon at the rate of six percent (6%), for the period from the date of final acceptance of each affected Vehicle, Trailer, or Equipment through the date of such notice from the City. 4.1.3 A standard warranty package (as described in the Proposal) is included in the price of each Vehicle, Trailer, and Equipment. Extended warranties shall be made available to the City at Contractor's cost from the manufacturer. Environmental Products Page 5 of 19 SECTION 4.2 Parts and Accessories. The Contractor shall sell to the City all parts and accessories for Vehicles, Trailers, and Equipment in accordance with the pricing structure set forth in the Proposal; which cost may be modified from time to time by mutual agreement as set forth in an amendment. The pricing offered to the City during the term of this Contract shall be no greater than the lowest price offered by the Contractor to any customer. The City shall have the right to annually review and audit all Contractor records to verify that the Contractor is in compliance with this pricing requirement. If the Contractor is found not to be in compliance, the City will notify the Contractor, in writing, of such fact, and the Contractor, within 30 days of its receipt of such notice, shall pay to the City the applicable price differential for all affected parts and associated equipment purchased by the City, plus interest thereon at the rate of six percent (6%), for the period from the date of delivery of the affected parts or associated equipment through the date of such notice from the City. This provision (4.2) is for the City of Tallahassee only and is not intended for inclusion as part of any purchase by any other entity. Other options contained within the proposal shall be made available to other agencies, such as rentals, leasing, maintenance and buyback programs. The availability of such items to other agencies shall be at the discretion of the Contractor. SECTION 4.3 Payment 4.3.1 All Vehicles, Trailers, Equipment, and parts prices shall be F.O.B. City of Tallahassee, Fleet Management Division, 400 Dupree Street, Tallahassee, Florida. 4.3.2 All proper invoices shall be paid by the City in accordance with the Local Government Prompt Payment Act, Section 218.70, Florida Statutes. 4.3.3 In addition to other remedies available under this Contract, the City shall have the right to deduct, offset against, or withhold from sums or payments otherwise due the Contractor any sums or amounts which the Contractor may owe to the City pursuant to provisions of this Contract, as a result of breach or termination of this Contract, or otherwise. Environmental Products Page 6 of 19 SECTION 5.0 DELIVERY AND ACCEPTANCE 5.1 The Contractor shall deliver, or shall cause the manufacturer to deliver; all Vehicles, Trailer, and Equipment to the City in accordance with the schedule set forth in the Proposal or such other time period as may be agreed by the parties. The Contractor and the City agree that timely delivery by the Contractor is of the essence of this Contract that the City will suffer damages in the event the Contractor fails to so perform, and that such damages may be difficult to precisely calculate or prove. As a result, the Contractor shall pay to the City, as liquidated damages and not as a penalty, the amount of $100 per day, or portion thereof, for each day of delay in delivery of each Vehicle, Trailer, and Equipment ordered by the CRY. Such liquidated damages shall be paid in addition to any other recourse or remedy that may be available to City in the event of such a breach. 5.2 The Contractor shall fully assemble, service, and adjust each Vehicle, Trailer, and Equipment prior to delivery and shall demonstrate, to the satisfaction of the City that each delivered Vehicle, Trailer, and Equipment is in perfect mechanical condition. In the event a cab and chassis is shipped to the Contractor's facility for installation of Equipment, or a cab and chassis is provided by the contractor, the inspection and acceptance of that cab and chassis by the City shall be performed at the Contractor's facility under the direction and assistance of the Contractor. An inspection form approved by the City, provided by the cab and chassis manufacturer, will be completed by the Contractor to establish receipt date and condition of each cab and chassis. Upon delivery to the Contractor's facility, the Contractor shall be responsible for, and shall bear all risk of loss and damage to, each vehicle, equipment or accessory until it is delivered to the City at its specified location. 5.3 Delivery of a Vehicle, Trailer, or Equipment to the City does not constitute acceptance for the purpose of payment or warranty start time. The City shall inspect and test each delivered Vehicle, Trailer, and Equipment to determine whether it meets all specifications and requirements set forth in this Contract, and, within ten (10) days following delivery, the City shall notify the Contractor, in writing, of either its final acceptance of the Vehicle, Trailer, or Equipment or the failure of the Vehicle, Trailer, or Equipment to meet certain specifications and requirements. In the latter Environmental Products Page 7 of 19 case, the Contractor, within ten (10) days following its receipt of written notice from the City, shall deliver to the City a detailed proposal and schedule for corrective action. If the proposed corrective action is acceptable to the City, the Contractor will be given a written notice to proceed, and a new inspection, testing, and notice process shall commence upon completion of corrective action. If the proposed corrective action or schedule is not acceptable, or if approved corrective action is not timely completed, the City may refuse the affected Vehicle, Trailer, or Equipment. Contractor shall bear all risk of loss or damage to each Vehicle, Trailer, or Equipment until final acceptance by the City. 5.4 With each Vehicle, Trailer, and, Equipment the Contractor shall deliver to the City, in an electronic format or hard copy the following: (i) Up to three (3) copies of the technical and service manuals for the Vehicle, Trailer, or Equipment; (ii) Up to three (3) copies of the parts manual for the Vehicle, Trailer, or Equipment; (iii) One copy of the manufacturers preventive maintenance schedule; and one copy of the operator's manual; and (iv) The manufacturers statement of origin, title application, and all warranty documents. 5.5 All Vehicles, Trailers, and Equipment delivered to the City shall be owned by the Contractor and shall be delivered free and clear of all lien's and security interests of any kind. SECTION 6.0 INDEMNIFICATIONS. 6.1 The Contractor shall indemnify and save harmless the City, its officials and employees, from all losses, damages, costs, expenses, liability, claims, actions, and judgments of any kind whatsoever, including reasonable attorneys fees and costs of litigation, to the extent arising out of or caused by any act or omission of the Environmental Products Page 8 of 19 Contractor, its subcontractors, or their respective employees, officers, directors, or agents, in the performance under this Contract. The indemnification obligation under this clause 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 any Workers' Compensation Act, Disability Benefit Act, or other Employee Benefit Act. 6.2 The Contractor shall, at its sole expense, defend any claim, suit or proceeding brought against the City, its official or employees, to the extent such claim, suit or proceeding is based on a claim that any Vehicle, Trailer, or Equipment, or any portion thereof, furnished under this Contract (collectively, "Infringing Work") constitutes infringement of any registered patent of the United States of America or country county of manufacture, provided that City shall give the Contractor prompt written notice of any such claim, suit or proceeding and shall give the Contractor authority, information and assistance in a timely manner for the defense of the same. The Contractor shall indemnify and hold the City, its officials or employees, harmless from and against all costs and damages awarded, and all attorneys' fees incurred or awarded, in any suit or proceeding so defended. The Contractor will not be responsible for any settlement or proceeding made without its prior written approval. In case said Infringing Work is held to constitute an infringement and the use of said Infringing Work is enjoined, the Contractor shall, at its own expense and at its option, either (a) procure for City the right to continue using said Infringing Work, (b) replace said Infringing Work with substantially equivalent, equally functional, non -infringing work, parts or combination thereof, or (c) modify such Infringing Work so that it becomes non -infringing, while maintaining the same functionality. SECTION 7.0 INSURANCE 7.1 Prior to commencing work, Contractor shall procure and maintain at Contractors own cost and expense for the duration of the Contract, the following insurance against claims for injuries to person or damages to property which may arise from or in connection with the performance of the Scope of Services hereunder by Contractor, its agents, representatives, employees or sub -consultants. The cost of such insurance shall be borne by Contractor. Environmental Products Page 9 of 19 7.1.1 Contractor shall maintain the following coverage with limits no less than the indicated amounts: (a) Commercial GeneraIJUmbrella Liability Insurance - $1,000,000 limit per occurrence for property damage and bodily injury. The certificate of insurance shall state whether the coverage is provided on a claims - made or preferably on an occurrence basis. The insurance shall include coverage for the following: (i) Premise/Operations (ii) Explosion, Collapse and Underground Property Damage Hazard (only when applicable to the project) (iii) Products/Completed Operations (iv) Contractual (v) Independent Contractors (vi) Broad Form Property Damage (vii) Pe, rsonal Injury (b) Business Automobile/Umbrella Liability Insurance - $1,000,000 limit per accident for property damage and personal injury. (i) Owned/Leased Autos (ii) Non -owned Autos (iii) Hired Autos (c) Workers' Compensation and Employers'/Umbrella Liability Insurance - Workers' Compensation statutory limits as required by Chapter 440, Florida Statutes. This policy should include Employers/Umbrella Liability Coverage for $1,000,000 per accident. 7.1.2 Other Insurance Provisions (a) Commercial General Liability and Automobile Liability Coverage Environmental Products Page 10 of 19 City, members of its City Commission, boards, commissions and committees, officers, agents, employees and volunteers are to be covered as additional insured's as respects: liability arising out of activities performed by or on behalf of Contractor, products and completed operations of Contractor; premises owned, leased or used by Contractor or premises on which Contractor is performing Services on behalf of City. The coverage shall contain no special limitations on the scope of protection afforded to City, members of its City Commission, boards, commissions and committees, officers, agents, employees and volunteers. (ii) The Contractor insurance coverage shall be primary insurance as respects City, members of its City Commission, boards, commissions and committees, officers, agents, employees and volunteers. Any insurance or self-insurance maintained by City, members of its City Commission, boards, commissions and committees, officers, agents, employees and volunteers shall be excess of Contractor insurance and shall not contribute with it. (iii) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, members of its City Commission, boards, commissions and committees, officers, agents, employees and volunteers. (iv) Coverage shall state that Contractor's insurance shall apply separately to each insured against whom a claim is made or suit is brought, except with respect to the limits of the insurers liability. (b) Workers' Compensation and Employers' Liability and Proper"i Coverage Environmental Products Page 11 of 19 The insurer shall agree to waive all rights of subrogation against City, members of its City Commission, boards, commissions and committees, officers, agents, employees and volunteers for losses arising from activities and operations of Contractor in the performance of its obligations under this Contract. (c) All Coverage (i) Each insurance policy required by this Article shall be endorsed to state that coverage shall not be suspended, voided, canceled, reduced in coverage or in limits except after thirty (30) days prior written notice has been given to City in accordance with this Contract. (ii) If Contractor, for any reason, fails to maintain any insurance coverage that is required pursuant to this Contract, the same shall be deemed a material breach of contract. City, at its sole option, may terminate this Contract and obtain damages from Contractor resulting from said breach. (iii) Alternatively, City may purchase such required insurance coverage (but has no special obligation to do so), and without further notice to Contractor, City may deduct from sums due to Contractor any premium costs advanced by City for such insurance. 7.1.3. Deductibles and Self-insured Retention's Any deductibles or self-insured retentions must be declared to and approved by City. At the option of City, the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects City, members of its City Commission, boards, commissions and committees, officers, agents, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses, related investigation, claim administration and defense Environmental Products Page 12 of 19 7.1.4. Acceptability of Insurers Insurance is to be placed with Florida admitted insurers rated B+X or better by A.M. Bests rating service. 7.1.5. Verification of Coverage Contractor shall furnish City with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. Upon execution of the contract documents, the certificates and endorsements are to be received and approved by City before work commences. SECTION 8.0 TERMINATION 8.1 The City may, by written notice to the Contractor, terminate this Contract in whole or in part, at any time, either for the convenience of City or because of failure of the Contractor to fulfill its obligations. Upon receipt of such notice, the Contractor shall immediately discontinue all work affected (unless the notice directs otherwise). . 8.2 If the termination is for the convenience of the City, the Contractor shall be paid for each Vehicle, Trailer, and Equipment, all parts, and all accessories delivered and finally accepted as of the effective date of termination. 8.3 If the termination is due to the failure of the Contractor to fulfill its obligations under this Contract, the Contractor shall be liable to City for reasonable additional costs incurred by City as a result of such breach. 8.4 If, after notice of termination for failure to fulfill its obligations under this Contract, it is determined that Contractor has not so failed, the termination shall be deemed to have been effected for the convenience of City. Environmental Products Page 13 of 19 8.5 The rights and remedies of the parties provided in this Section 8 are in addition to any other rights and remedies such party may have at law, in equity, or under this Contract. SECTION 9.0 WARRANTY AND MAINTENANCE 9.1 The Contractor hereby warrants all Vehicles, Trailers, and Equipment as set forth in its Proposal and the individual warranty documents delivered with each item. The Contractor will respond, on-site in Tallahassee, for all warranty repairs within twenty- four (24) hours following notice from the City. Contractor may request an additional twenty-four (24) hours where circumstances prohibit agreed upon response time. The City reserves the right to deny any such requests based on the needs of the City. 9.2 Through the manufacturer, the Contractor will make available to the City, at any time during the first thirty (30) days after each Vehicle, Trailer, or Equipment has been placed into service, the option to purchase an extended warranty for such Vehicle, Trailer, or Equipment at the Contractor's cost of such warranty from the manufacturer. 9.3 The Contractor shall provide training as provided for in the Proposal. The City prefers to have the Contractor complete all warranty work, and the City shall perform such work only in the event of exigent circumstances. The Contractor, within thirty (30) days of receipt of an invoice therefore, will pay the City for all such warranty work completed by the City in an amount equal to the fully loaded costs for personnel performing such work. At the request of the Contractor, the City will provide documentation of such costs. 9.4 The Contractor agrees to place at least one manufacturer -trained technician approved by the City's Superintendent Fleet Management (*Superintendents), at the Fleet Management Division facilities at 400 Dupree Street. This technician shall facilitate and expedite' both warranty -related work and general repairs, as directed by the Superintendent with respect to all Vehicles, Trailers, and Equipment purchased under this Contract. The Contractor shall process all paper work in conjunction with Environmental Products Page 14 of 19 warranty -related work or claims. The City shall not be obligated to pay the Contractor for any warranty -related repairs or replacements; however, the Contractor shall be entitled to receive any reimbursement or payment that may be offered by the manufacturer with respect to warranty repairs, replacements, or claims performed or paid by the Contractor. Non -Warranty repairs performed by the Contractor at the City's facility will be billed to the City at $60.00 per hour at the time repairs are performed, which labor rate shall not increase more than the Contractor's actual cost for such labor for the duration of this Contract. Warranty related activities will be the first responsibility of the technician. In cases where the amount of warranty work does not require 40 hours in a particular week the City shall provide non -warranty assignment. Warranty and non -warranty assignments together shall not be more than 40 hours in any week. This excludes weeks where vacations, holidays or sickness prevents the technician from an actual 40 -hour week. VI&I 10.1 Time shall be of the essence in performance of this Contract; provided, however, that either party shall be excused from timely performance under this Contract to the extent that, but only to the extent that, such delay is the result of any cause beyond the reasonable control of, and not the result of negligence or the lack of diligence of, the party claiming such excuse from timely performance. 10.2 Failure to enforce or insist upon compliance with any of the terms or conditions of this Contract or failure to give notice or declare this Contract terminated shall not constitute a general waiver or relinquishment of the same or any other terms, conditions, or acts; but the same shall be and remain at all times in full force and effect. 10.3 If written notice to a party is required under this Contract, such notice shall be given by hand delivery, recognized overnight delivery service, or by first class mail, registered and return receipt requested, to the Contractor as follows: Environmental Products Page 15 of 19 Jeffrey H. Haase Environmental Products of Florida, Corp. 2525 Clarcona Rd. Apopka, Florida 32703 And to the City as follows: City of Tallahassee Fleet Management Division 400 Dupree Street Tallahassee, Florida 32304 Attn: Fleet Superintendent 10.4 Contractor shall not assign any of their rights or obligations under this Contract without prior approval by the City. 10.5 Contractor shall be responsible for the actions of any and all of their subcontractors and consultants. Neither subcontractors nor any consultants shall interface directly with the City. 10.6 This Contract and every question arising hereunder shall be construed, interpreted, or determined according to the laws of the State of Florida. Venue for any action brought in relation to this Contract shall be placed in a court of competent jurisdiction in Leon County, Florida. 1 10.7 As required by Section 287.138, (2) (a), Florida Statues, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or a public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s.287.010 for CATEGORY TWO for a period of thirty- six (36) months from the date of being placed on the convicted vendor list. Any Environmental Products Page 26 of 19 person must notify the City within thirty (30) days after a conviction of a public entity crime applicable to that person or to an affiliate of that person. 10.8 The language of this Contract shall be construed according to its fair meaning* and not strictly for or against either City or Contractor. The section headings appearing herein are for the convenience of the parties and shall not be deemed to govern, limit, modify or in any manner affect the scope, meaning or intent of the provisions of this Contract. If any provision of this Contract is determined to be void by any court of competent jurisdiction, then such determination shall not affect any other provision of this Contract and all such other provisions shall remain in full forge and effect; and it is the intention of the parties hereto that if any provision of this Contract is capable of two constructions, one of which would render the provision void and the other of which would render the provisions valid, then the provision shall have the meaning which renders it valid. 10.9 Contractor agrees that it will not discriminate against any employee or applicant for employment for work under this Contract because of race, color, religion, gender, age or national origin and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, creed, color, sex, marital status or national origin. The Contractor will post a copy of this pledge in a conspicuous place, available to all employees and job applicants and will place or cause to be placed a statement in all solicitations or advertisement for job applicants, including subcontracts, that the respondent is an "Equal Opportunity Employer". 10.10 Either party shall be excused from timely performance under this Agreement to the extent, but only to the extent, such delay is the result of any cause beyond the reasonable control of, and not the result of negligence or the lack of diligence on the part of, the party claiming such excuse from timely performance. 10.11 The Contractor, if requested by the City, shall repurchase/buy back Vehicles, Trailers, and Equipment as set forth in the Proposal, provided that such Vehicle, Trailer, or Equipment is in good mechanical condition with body damages exceeding $1,000.00 in repair costs having been repaired to original equipment manufacturer standards. The City and Contractor agree to the repurchase/buy back rates for such Environmental Products Page 17 of 19 Vehicles, Trailers, and Equipment as set forth in the Proposal (Binder #2). The Contractor's obligation to repurchaselbuy back Vehicles, Trailers, and Equipment shall not be contingent on the City's purchasing a replacement unit from the Contractor. 10.12 The Contractor shall make Vehicles, Trailers, and Equipment available to other governmental entities on the same terms and conditions as set forth in this Contract. Should any such entity purchase a Vehicle, Trailer, or Equipment on such basis, the Contractor shall report such purchases to the City and, within thirty (30) days following final payment for each such purchase, shall provide payment by check to the City in the amount of 0.75% of the purchase price of such Vehicle, Trailer, and Equipment. This provision shall apply to all purchases initiated during the term of this Agreement, excluding parts and maintenance, even if such purchase continues and payment is received after the expiration of the Term. 10.13 The City and Contractor may, at the discretion of the City, participate in, Preventive Maintenance Plans, Full Service Maintenance Plans, Buy -Back Plans, Extended Warranty Plans, Rental Plans or Leasing Plans as set forth in the proposal or by mutual agreement. The City reserves the right to participate in any programs or incentives that may become available through the Contractor or manufacturer, which in the opinion of the City, would be in its best interest. 10.14 It is understood and agreed that this Contract, including exhibits and references (if any), is the entire Contract between the parties and supersedes all prior oral agreements and negotiations between the parties relating to the subject matter hereof. City and Contractor, by mutual agreement, may change or amend the terms and conditions of this Contract. All such changes or amendments shall be set forth in a written amendment to this Contract. 10.15 If any portion of this Contract, or any Exhibit or portion thereof, is held to be invalid by a court of law, such provision shall be considered severable, and the remainder of this Contract shall be construed and enforced in a manner consistent with the intent of the Parties. Environmental Products Page 18 Of 19 10.16 It is the intent of the Parties that any provision of this Agreement that, by its terns or by any reasonable interpretation thereof, is intended to survive termination (whether by expiration, default, extinguishment or otherwise) of this Agreement, including indemnity obligations, will do so IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by their duly authorized representatives, effective the date first above written. Attest: By: James . Cooke, IV City Treasurer -Clerk Approved . • f City Attorney U U L� • Contractor Environmental Products Paye 19 of 19 CITY OF TALLAHASSEE r Andre Manager•Procurement By - f rF'= . IIIII��N♦ 1 ;ORPORATE 15215 Clarcona Rd. Apopka. F132703 407.7 98.0004 )EERFIELD BEACH 907 SW 43- Terrace )eerfield Bch, FL 33442 ,.-954.518.9923 , 954.518,9926 iTLANTA 410 Wendell Dr SW tjar)ta, GA 30336 : 404,693.9700 :404.693.9690 2-22-17 Mr. Jeff Shepard City of Tallahassee Fleet Management 400 Dupree Street Tallahassee, FL 32304 Via Email: jeff.shepardgtaIqovxorn Ref: Contract #3708 Dear Jeff: The purpose of this correspondence is to request a name change on contraot to Environmental Products Group Inc., dba Environmental Products of Florida. The FEIN 59-3757718 stayed the same. Attached are the documents verifying change from the State of Florida. If there are any questions, please feel free to contact me. President 407-798-0004 352-427-6621 Cell ihaase(cDmyepq-com PC.Eddie.tyer@,LalAov.com AnqeIa.baIdwin(a-_)talgov.com Terry.loweata!99-y-com imiller(Wmemco-m VenSi ht Pro Plus Systems List Price Contract #3708 Price Verisight PRO Plus Push Camera System - Standard Package with 200' cable, axial camera, tri -frequency sonde, battery powered control unit with viewing, control, text generation, recording and digital output, E -V -SYS -SPP -009 accessories case with USB memory stick, 3 skids, and tooling. 10,156.25 9,957.11 Verisight PRO Plus System - Standard Package with 330' cable, axial camera, tri -frequency sonde, battery powered control unit with viewing, control, text generation, recording and digital output, accessories case E -V -SYS -SPP -109 with USB memory stick, 3 skids, and tooling. 11,197.92 10,978.35 Verisight PRO Plus System - Standard Package with 130' Cable, axial camera, tri frequency sonde, battery powered control unit with viewing, control, text generation, recording and digital output, accessories case E -V -SYS -SPP -409 with USB memory stick, 3 skids, and tooling. 8,840.00 8,663.20 Verisight Pro 360 200' Pan/Tilt Push Camera with Digital Viewer/Recorder - Standard Package with 200' cable, pan/tilt camera, tri -frequency sonde, battery powered control unit with viewing, control, text generation, recording and digital output, accessories case with USB memory stick, 2 E -V -SYS -360-019 skids, and tooling. 22,880.00 $ 22,422.40 Verisight Pro 360 330' Pan/Tilt Push Camera with Digital Viewer/Recorder - Standard Package with 330' cable, pan/tilt camera, tri -frequency sonde, battery powered control unit with viewing, control, text generation, recording and digital output, accessories case with USB memory stick, 2 E -V -SYS -360-119 skids, and tooling. $ 24,960.00 $ 24,460.80 Verisight Pro 360 130' Pan/Tilt Push Camera with Digital Viewer/Recorder - Standard Package with 130' cable, pan/tilt camera, tri -frequency sonde, battery powered control unit with viewing, control, text generation, recording and digital output, accessories case with USB memory stick, 2 E -V -SYS -360-419 skids, and tooling. $ 21,840.00 21,403.20 Cameras E-V-CAM026-SP Pan & Tilt Camera 360 for Veris ht Pro Plus $ 13,541.67 13,276.14 Accessories E -V -ASS -002-008 1500mm Roller Skid 8"/9" pipes) $ 681.20 $ 667.58 E -V -ASS -002-009 200mm Roller Skid 12"-15" pipes) 873.60 856.13 External Video Input lead - NTSC for Verisight Pro - Can be used with QVH E -ASS -001-632 and other video inputs. 243.36 238.49 Locators LF 2200 Multi frequency digital receiver with hard carrying case, FV 10 E-LF2200-FV 10 transmitter andspring carrier 3,120.00 $ 3,057.60 LF 2200 Multi frequency digital receiver with hard carrying case, FV20 E-LF2200-FV20 transmitter andspring carrier 3,432.00 3,363.36 LF 2200 Multi frequency digital receiver with hard carrying case, FV40 E-LF2200-FV40 I transmitter and spring carrier 4,160.001$ 4,076.80 C) \ \ \ \ \ / % m \ % 7 7 } 2 7 $ * 0 * ... ..f. co ....2. . .. .. w c k / \ / \ \ \ § \ \ W') / / \ \ / \ m� 8 � \� e /Ln /c te=e »6° � �a_ID� � \\/ / c�§ ,. pxo f a) LU Co = } \ \ ) lie c _iz� � © /\\ \( \ u / § \ ± 0 & � / / \ k 3 $ / \ / 2 ± a = g ) § _ < ygp . := _ \ \ / / \ / x _ w x ®2 m / E 0 9 � 2 5 2» 4 0 } / / 5 / \ 6 ; 2 _ 5 2 \ \ m m 2 f o G \ \ / / \ ■ Cl) \ \ / $ # G Cl) \ G / \ / 9 /9— 9 \ ..E. ...............f.......$. ....ƒ..\ g Cl) @ \ $96 : > � 5< / Ce) w LO Q k . 0 \ i \ \ \ LO \ / coƒ m < \ m { / Cl) \ — : a. Q. 00 @\o t Eo ° o \ o/0 zG4« _uo / //�� *E\\ //} \0) y @- s 0 >< Eg%y\ \\ / 2~ Go o 0 2c o o \24\0 f&°e 2 �7 /66 7� m f \f40 e«&22 a)=2 r) e°°® §� cE o $ sz= «»/C }Cc: \wc oz e w/B*/ Ee0 a0a Eco@§ s<e/\ E92�= 2\ j3 ) / o�oo� 00.3&& o'oo. ©tcoJ&$/_ 0-,o6o % �) 0) �J�� ����� � /7\/\ \_ 0-0- z$oo0 \\/z3 zeoo6 z6oe3 \\ \ 0®7>0 o=/*o o=bbo \z • 00 o 3=&e° &±ez@ e- o a-0-0 &%@z@ a) _ -0 0 a o ®>! ,/ =c \ \ o\/*} D Q) .0 r; \ o@°�'0 0 7% ± 3LLJ 0L- zz2\ §§j\; � \ 2//�§ ////§ \\/±% 2/({} \EE4) 7/ $/ e \ 0 G 9 E 5 \ \ \ \ \ \ ui U-1 \ \ \ ui LU ; j ± Vehicle Build Outs Outpost System Enclosures Contract #3708 Price 1 E-Oul oSI-RX-V3.0 Outpost Portable Enclosure/Inspection Platform; Aluminum Box is 46.5'H x 41.11"W x 42.25" 0. interior pointed non -glaring black. Box interior has shelving for monitor. VCR, CCU and Cable reel, Single Tool drower. Includes Washdown System, S 10.510.88 i__-...�.._._...__...___...... 1 E-Outp-GenslideOut Outpost Generator Slide -out Upgrade; A slide fray made to hold the generator in the upper right mor compartment would be supplied. The generator will slide out of the compartment approximately 24 inches permitting the generator to stay fixed on the t $ 629.64 E -U2000 U2000 Honda 2KW Generator $ 1,675.65 Buildout to Customer Supplied Chassis Preferred Buildout Base Prices Nissan MEPS Build Build out of provided vehicle including 6.3kW A4EPS Rood Power Source see buiid sheet for odditionol information $ 37,236.61 Promaster Inverter Build Build out of provided vehicle including 3.OkW Xantrex inverfer (see build sheet far additional Wor-lion) 29,902.13 Promaster MEPS Build Build out of provided vehicle including S.OkW MEPS Rood Power Source (see build sheet for additional information) $ 37.123.78 Transit MEPS Build Build out of provided vehicle including 6.31,W MEPS Read Power Source (see build sheet for additional information) S 37,800.81 Tronsit Gas Generator Build Build out of provided -hide including 5.5kW Onan super quiet gos- on gas Generator (see buiid sheaf for additional information) $ 33,795.05 14' Cutowoy Gas Generator Build Build out of provided vehicle including 5.5kW Onon super quiet gas - on -gas Generator (see build sheet for additional information) $ 35,826.14 14' Culaway MEPS Build Burd out of provided vehicle including 6.3kW MEPS Rood Power Source (see build sheet for additional information) $ 38365.00 14'D Freight Diesel Generotor Bu id Build out of provided vehicle including 6.OkW Onan super quiet diesel -on -diesel Generator (see build sheet for additional information S 43,442.72 Tandem Axle Troiier Gas Generator Build 14' Trol er with buildout including 7000-W Honda Generator (see build sheet for additional information $ 42.878.53 Available Build Options Safety Root/LED Strobes additional - front or rear 9 451.35 Arrow board Additional- front or rear S 789.87 LED Strobes in o:i 4 corners S 677.03 Carbon Monoxide Detector battery operated S 118.48 Audio Visual Printer cotor with ink $ 394.93 Video monitor additional to, RX/SAT S 784.23 19'Tru-Vu Monitor additional forrackmouni computer 784.23 Mu'fi TV mount - 3 Monitors required for SAT & Rockmount builds - 3 monitors 677.03 Underdesk keyboard Troy required for SAT $ 169.26 5-1101 Readable Monitor Sumi ht -viewable monitor $ 1.692.57 Ethernet Port with cable $ 394.93 Illumination I IN Swinq out ❑ hf additionani htina 282.10 12v Handhelds ofli ht 225.68 Corner -mounted spotlights for trailer builds only $ 225.68 Cabinet Ii hts with acutotars in operator & equipment areas $ 620.61 utility Cable Reel Slide Swivet with Support frame S 1.579.74 Coble reel slide Swivel S 1,122.74 Sink S 14354.06 Pedestal Crone western Mule $ 4,400469 Bumper Drawer pull out drower $ 2.143.93 Bedsiide $ Mitt.09 Pocket Door $ 1,122.74 Air compressor ci, 150psi 596.91 Metal Detector 930.92 Bench Vise 4 1/2" Vise 208.75 Magnetic tool holders over workbench $ 135.41 Pea board over workbench 169.26 Chassis insulation 1.122.74 Upgrade to 16' Aluminum Cutaway Box S 789.87 Upgrade to 16' Aluminum Dry Frei ht Box $ 789.87 Rog -.p rear door 451.35 Upgrade to Onan 5.5 gas generator w/alum. Enclosure $ 4346.80 Front Bumper cone mount $ 112.84 Underbod, Generator Mount S 451.35 Power Upwade to 7-Okw Onan aenerotor S 2,538.86 UPS rock -mount unilerru lible power supply $ 1.122.74 Extemol denial Box external access cummins coon oenset box install $ 1.354.06 Storage Quick View Brackets 225.68 Vensighl Brackets $ 225.68 Comfort Wail mount Heater one oni S 253.89 Rearawnin S 2.031.09 RVX do die door 784.23 SAT doggie door 784.23 ? j ' €€k I s •� d t9 O h M u � U N N h v tZ b. e- Ln Nr tis C) rt' 10 rn V' to M an - to N vt O m to N to an O V M vt OVI �i 10 M tit �O to <1' to F Ln c.o ,o .0 v=O7 .o C: LU tz } `s u On Dn _ = c S �/ ii rn a) N 0 N O E 3 f V? co < o 0 0 ~ o ~ c u w w N O O fu tL6 F- t/7 F --F2 r ' �> p p o o w 6] F' O F- 0 O �—, 0� �� w� > > > > o �! LO �� Rte' N, 0w NY aaiw o S = I U. 3u 3U O wv o c �v w l3_J [ O C Yw YW DY O ?..+•N•N 0 0Y O 0 I "t Q_ , I Nj •^ M L O 0J U O c 0J U� c N L N 30 p N N•.- 3N v, N L! 30 p N N •.- " 0 O N �Q Lnpo Vi COQ a 0 O m o 3 w 3 W > 3 3 H 3 W v� > C c i� u3 Da b DQ 0CL m in vEi =Ono Ham Ono N E c E c O to to 'Y' O h m In M L Ln fi d' O h m L1 L = w c On c n con w R V i w E W E EM F- E� V' JU V'JF" . JU '7 JF- C) Ln > C N N > G o Uc Ory U `- Ohm U `- U U- fl, TW Lf_a0 u_ Tip F- U -r- T.O L, 00 TSD F- to N � O� R c OLnN C1 06N on= .p A '�( M fa LL.� a) >`" C O E a) T�.+ O E Y 0m0 0 F'- Y Om 0 Y 0C 0 0 E'- Y :3C 0 L a0+ c to ,p U�> f6 Ute-% c 1 U v O _ OO O _ OO O L�E L3- L5� L30 fp N F- N 3 :N c 0 c 0 aQ c uCU () . Q CL (U 4) Q a) . c g w O C > >" N O C '^ o 0 0 ;,Q o W N -O u C.< W -O to �- w :rnQ Ln �- O :00 vi N w =oQ N N 0 LSO n. > LO_� I- F- U LO ~ V a) .� a) a) O a) �7 a) L O a) .n d 'r, W L -O W •p d L •fl 'O W L -Q W J E -j 'd J W L �` vEi 'O J c '� a) 0 L ti to O to U- Ln O Ln t,.. v fn N O R 03,0 t, U o O q d ti U v7 O �a N ti U o O 0 d tL u N O � r+i h _I 0-W tL w ni Ln O •«-N m w I i 0 0 0 0 } 0 cn t t c fa m R � 4L- YL- •(U t Y Y u u o L o 0 E E E E E E f J = 0 0 0 0 10 s fa m m m m Q v o 0 k M L L y U- Y Y F c Ln w Ln Ln Ln n V y Ln .o N W W lL Ll. lL U- v LL M M L_...__,.,_._...,._.,....__.. u LL W W LL U- l.t_ LL > Of WINCAN Software r uic o ck Part / Kit Nuber __ , m __ .._. Oasatption _ __ __ List Pd<e Conhact 63708 Pdce Packers Installation ealioons QL-VP 150.200 Off set Packer NW 156-200 mm f6'-9'1 $ 4.105.46 $ 4,023.35 Off set Pecker VFW NW 200.300mm (8'.I T') w/ $ 6,228.43 QL-VP 200-300 VFW ad astable chassis $ 6.355.54 QL-VP 350-500 Offset Packer NW 350-500mm 14"-D" $ 7,096.24 $ 6.954.31 QL-VP 500-600 Offset Packer NW 500-600mm (20'-241 $ 8.784.83 $ 8.609.14 QL-VP 600-700 Offset Packer NW 6DO-700mm (24'-28'1 9.333.89 $ 9.147.21 QL-VP 7004M Offset Packer NW 700800mor 28-32" 10.550.09 $ 10,339.09 - -� QL-VP-L 150-250 Installation Balloon NW 150-250 6"-10" is 2.952.451s 2.843.40 QL-VP-L 275- 10 insiallotion Balloon NW 275-400 I I"-16" $ 4.091.99 $ 4.010.18 QL-VP-L 450-600 installation BOAoon NW 450-600 1 18' 24 $ - - 5,127.941$ .....5,025.38 part Kit Number D-1 tion QL-BIGWE Assembl Tool.four-Pert. Ind Accesso $ 4,593.39 $ 4.501.52 OL.C750113 8011 Head Conn -ion 94.27 $ 92.39 _ QL-C750114 8125 LED Connection $ 181.29 $ 177.66 QL-C750505 RX 130 Connection $ 129.49 $ 126.90 QL-SVI 40 Adaater SVI 40 Crawler Connection $ 254.84 $ 249.75 QL-KST 02 Special C.-Unct Be,, 470 mm $ 557.34 $ 546.19 QL-LA Loser for the OL Seriol lnstanaitcn DV 150-700 $ 993.47 $ 973.60 I Par[ f Kit Number HDesar ptson Standard Sleeves QL-6-Sleeve High-grade steel sleeve ON 150 L 400 mm w EPDM- rubber sea] ON ISO $ 526.26 $ 515.74 _, _ High-grade steel sleeve ON 150 L 400 mm w EPDM- QL-6-Sleevc-I More rubber sea] ON 150 w/ i Rare $ 526.26 $ 515.74 _ High-grade steel sleeve ON 150 L 400 mm w EPDM- QL-6-Sleeve-2 Flare rubber seal ON i SO w 2Flcres $ 526.26 515.74 _,.-, OL -8 Sleeve High-grade steel sleeve ON200 L 400 mm w EPDM- h-,., secl DN200 571.84 560.41 High-grade steel sleeve ON200 L 400 mm w EPDM- QL-B-Sleeve- i Flare rubber seal DN200 with 1 Rare $ 571.84 $ 560.41 High-grade steel Meeve ON200 L 400 mm w EPDM. QL-BSleeve- 2 Rare rubber seal ON with 2 Fbms $ 571.84 $ 560.41 OL -10 -Sleeve High-grade steel Meeve ON250 L 400 mm w EPDM- rubber seal DN250 $ 641.25 628.43 _____ High-grade steel sleeve ON250 L 400 mm w EPDM- OL -10 -Sleeve- I Rare Nbber seal ON250 w/ I Flare 641.25 628.43 _ High-grade steel sleeve ON250 L 400 mm w EPOM- OL-10-Sleeve-2 Rare rubber seo1 DN250 w72 Hares $ 641.25 $ 628.43 OL -12 -Sleeve High-grade steel sleeve DN300 L 400 mm w EPOM- rubber secs DN300 $ 699.26 $ 685.28 High -geode steel sleeve DN300 L 400 mm w EPDM- QL-12-Sleeve- 1 Rare rebberseal DN300 w/ I Flare $ 699.26 $ 685.28 _ _ High-grade steel sleeve O1,4300 L 400 mm w EPDM- QL-12-Sleeve- 2 Rom rubber seal DN300 w/ 2 Rcres 699.26 $ 685.28 QL-14-Sleeve High-grade steel sleeve DN350 L 400 mm w EPDM- rather seal DN350 771.78 $ 756.35 High-grade steel sleeve DN350 L 400 mm w EPDM- QL-14-Steeve- i Rare rubber seal DN350 w/ 1 Flare $ 771.78 $ 756.35 _ High-grade steel Meeve DN350 L 400 mm w EPDM- ' OL -14 -Sleeve- 2 Rare rubber seal ON350 w/ 2 Flores $ 771.78 $ 756.35 OL-I6-Steeve High-grcde steel sleeve DN400 L 400 mm w EPDM- ribber seal DN400 838.08 $ 821.32 ___ High-grade steel serve DN400 L 400 mm v EPDM- I__ QL-16-Sleeve- I Rare rubber seal DNa)0 w! I Fl- $ 838.08 821.32 High-grcde steel sleeve DN400 L 400 mm w EPDM- OL-ib-Sleeve- 2 Rare rubber sea] DN400 w/ 2 Flares $ 838.08 $ 821.32 QL48-Sleeve High-grode steel sleeve DN450 L 500 mm w EPDM- wbberseclDN450 $ 1.007.98 $ 987.82 High -geode steel sleeve ON450 L 500 mm w EPDM QL-18- i Rare rubber seal DN450w i Flare 1.007.98 $ 487.82 _.___. ;_..._. High grade steel sleeve ON450 L 500 mm w EPDM- ',,-. QL-1&5leeve-2 Rare ribber seal DN450w 2Flares 1.007.98 $ 987.82 QL-20-Sleeve High-grade steel sleeve DN500 L 500 men w EPDM- rubber sees DN500 $ 10007.98 $ 987.82 _ _ High-grade steel sleeve DNSOO L 500 mm w EPDM- OL42OSlerve- I Here rubber sed ON500 w/ I Rare $ 1.007.98 $ 987.82 High-grade steel Meeve ON600 L 500 mm w EPDM- OL-24-Sleeve rubber seal ON60D $ 1.196.52 $ 1,172,59 QL-24-Slceve- I Rare High grade steel sleeve DN600 L 500 mm w EPDM- wbbar seoi DN606 W i Flare $ 1,196.52 $ 1.172.59 High -geode sled sleeve ON700 L 500 mm w EPDM- QL-28-Sleeve rubber sed ON700 1,369.52 1,342.13 high-grade Steel sleeve ON700 L 500 mm w EPDM- OL -28 -Sleeve- I Ace rubber sect DN700 w/ i Flare $ 1,369.52 $ 1,342.13 _ QL-36-Sleeve-Big High-gradesteel sleeve DN900 L=200mm. 2 parts w/ EPDM D1,1900 $ 1,796.33 $ 1.760.41 End Sle eves __..._-_. QL-6-End Sleeve High-grade steel sleeve ON 150 L=250mm w EPDM $ 464.97 rubber sees ON 150 $ 47446 QL-B-End Sleeve High-grcde steel sleeve DN200 L=250mm w EPDM $ 497.46 robber seat DN200 $ 507.61 QL-10-End Sleeve High grade steel sleeve DN250 L=250mm w EPDM $ 538.07 robber seal DN250 $ 549.05 QL-12-End Sleeve High-grade steel sleeve DN300 L=250n,m w EPDM $ 588.83 ribber seal DN300 $ 600.85 ._._..-__.... QL-14-End Sleeve High-grade steel sleeve DN350 L=250mm w EPDM rubber seal DN350 667.15 $ 653.81 - QLA 6 -End Sleeve Nigh -grade steel sleeve DN400 L=250mm w EPDM $ 753.30 wbber seal DN400 $ 768.67 OL -18 End Sleeve High-grade steel sleeve DN450 L=300mm w EPDM $ 883.25 ribber seal DN450 $ 901.27 QL-20 End Sleeve High-grcde steel sleeve DN500 L=300mm w EPDM $ 928.93 robber seal DN500$ 947.89 OL -24 -End Sleeve High -geode 1-1 ,1.... DN600 L=300mm w EPDM $ 1,027.41 rubber seal DNW) $ 1.048.38 CITY OF SANFORD, FL ATTN: TYLER SHINNER 422 W. 14TH STREET SANFORD, FL 32771 10/18/2019 Quote — Envirosight Self Leveling Push Camera Quantity Item/Part No. Description Contract Price Extended Price Price Direct from Tallahassee Purchase Contract #3708 I E -V -SYS -SPP -009 ENVIROSIGHT VERISIGHT PRO+ PUSH CAMERA $ 9,957.11 $ 9,957.11 Verisight PRO Plus Push Camera System - Standard Package with 200' cable, axial camera, tri -frequency sonde, battery powered control unit with viewing, control, text generation, recording and digital output, accessories case with USB memory stick, 3 skids, and tooling. Sales Tax $ 0.00 Total 11 �S 9.957.111 Thanks for the opportunity to earn your business! Please reply to: Brian Stewart, Inspection Division Manager Environmental Products Group 2525 Clarcona Road Apopka, FL 32703 Cell: (407) 608-0544 Email: bstewart@myepg.com Environmental Products Group www.myepq.com