Preview only show first 10 pages with watermark. For full document please download

Dq1-aada-2017-1238 Grounds Keeping Tractor And Accessories

   EMBED


Share

Transcript

DQ1-AADA-2017-1238 Grounds Keeping Tractor and Accessories STATE OF COLORADO DOCUMENTED QUOTE Date: 5, 2017 April DQ1 Department of Personnel & Administration Return all 1525 Sherman 5th Floor Sealed Bids to: Denver, CO 80203 DQ Opening Date: April 17, 2017 AADA-2017-1238 Larry Ryan 3:00p.m. DQ Closing Time: (MST) Grounds Keeping Tractor and Accessories Per the attached specifications, terms and conditions F.E.I.N.: Delivery Date: Authorized Signature: Typed/Printed Name: Title: Company Name: Address: City: Phone Number: Contact for Clarifications: Title: Phone Number: E-mail Address: Payment Terms: (Minimum of Net 45) State: Fax Number: Zip: Fax Number: The purpose of the coversheet is to fully identify respondents so they may be considered, to quickly identify the costs and billing terms, and other basic information. Submit this coversheet (completed and signed), price page(s), supporting descriptive/technical literature for substitutes where applicable, and other enclosures requested or relevant to this solicitation. In the interest of minimizing processing time and economizing our resources, unrelated or unsolicited material submitted with offers will not be considered or retained on file. Vendors are to complete the presented format. Page | 1 of 12 DQ1-AADA-2017-1238 Grounds Keeping Tractor and Accessories IMPORTANT: The following information must be on the outside of the Bid Return Envelope or included with the Electronic Bid: Bid Number -Opening Date and Time Please be advised that mailed or delivered bids will be accepted directly in the Department of Personnel & Administration (DPA) Contracts and Procurement Office (See bid cover page for address). Submit electronic bids (e-mail) to [email protected] . Bidders are advised to utilize delivery verification for e-mail bids. Faxed documents will not be considered. Bidders are urged to read the solicitation document thoroughly before submitting a bid. Bidders are required to submit Federal employer Identification Number (F.E.I.N.) prior to payment from the State of Colorado. The State respects the environment and desires to do business with vendors who share this concern. Accordingly, the vendor who is awarded this solicitation agrees that, wherever required, all reports, catalogs, correspondence, or other submittals will be made on recycled paper with copying on both sides of the pages. (Recycled paper meaning not less than 50% of the total weight consisting of secondary and post-consumer waste, and not less than 10% total weight consisting of post-consumer waste.) In accordance with Procurement Code, CRS 24-103-207.5 titled - Purchasing Preference for Environmentally Preferable Products; bidders responding to this solicitation may seek to qualify for the preference and governmental bodies conducting this solicitation shall award a contract to a bidder who offers environmentally preferable products subject to the conditions in the Code and Procurement Rules. Bidders are advised that no bid responses shall be submitted on an electronic device with a value of fifty ($50.00) dollars or more. Any bid submitted on an electronic device with a value of fifty ($50.00) dollars or more shall be considered as non-responsive. All non-responsive bids shall be removed from any further award consideration. Low Tie Bids: Low tie bids shall be decided in accordance with the provision of C.R.S., Section 24-103-202.5, as it currently exists or is hereafter amended, which give a preference to resident bidders. Any bidder who wishes to be considered a "resident bidder" for purposes of the tie bid procedure provided in C.R.S., Section 24-103-202.5 shall include with their bid proof that he/she meets the definition of resident bidder as set forth in either C.R.S., Section 24103-101(6)(a) or C.R.S., Section 24-103-101(6)(b). The Department of Personnel & Administration (DPA) reserves the right to reject any or all proposals, to waive informalities and minor irregularities in proposals received, and to accept any portion of a proposal or all items proposed if deemed in the best interest of the State This solicitation is published using the Colorado Operations Resource Engine (CORE). Solicitation documents and information are posted on VSS. VSS, vendor registration information, CORE and other information may be accessed at https://codpa-vss.hostams.com/webapp/PRDVSS1X1/AltSelfService . As an alternative to the link provided, vendors may search on Colorado.gov/VSS. Vendors must be registered in VSS in order to be eligible for award. Vendors are strongly encouraged to complete the VSS registration process prior to submitting their bid response and to provide a copy of their W9 with their bid response to prevent delays in the award. Service-Disabled Veteran Owned Small Business (SDVOSB) HB14-1224/C.R.S. 24-103-211 sets a Service-Disabled Veteran Owned Small Business goal of at least 3% of all contracts by dollar value be awarded to SDVOSBs who must be incorporated or organized in Colorado or they must Page | 2 of 12 DQ1-AADA-2017-1238 Grounds Keeping Tractor and Accessories maintain a place of business or have an office in Colorado and who are officially registered and verified as a SDVOSB by the Center of Veteran Enterprise within the US Department of Veterans Affairs (www.vip.vetbiz.gov). DPA shall give a certified SDVOSB a 5% preference in response to any DQ, IFB, or RFP published. SDVOSBs need to submit documentation of SDVOSB certification issued through the US Department of Veterans Affairs in their response to a solicitation. Certification can be received through the Center for Veteran Enterprise website (see above link) 1. Purpose: The State of Colorado, Department of Personnel and Administration (DPA), Division of Central Services (DCS), Capitol Complex Program is seeking the purchase of one (1) each Ventrac 4500Z Bi-Fuel, Front Mount Articulating Tractor or approved equal, to include specified accessories for landscaping and snow removal. 1.1 Schedule of Activities: All Times are Mountain Standard Time / Mountain Daylight Time (MST/MDT) (1) DQ Notice Published on VSS April 5, 2017 (2) Prospective Bidder Written Inquiry Deadline April 10, 2017, 1:00 P.M. MST/MDT (4) Responses to Written Inquiries Published on VSS April 11, 2017 (estimated) (5) Bid Submission Deadline April 17, 2017 3:00 P.M. MST/MDT (6) Contract Award April 18, 2017 (estimated) All dates above are preliminary and are subject to revision by the State. 1.2 Contact Information The sole point of contact concerning this Documented Quote is the Contract and Procurement Unit for the Colorado Department of Personnel and Administration. All communication must be done through the DPA Contracts and Procurement Office, Attention: Larry Ryan, Purchasing Agent, 303-866-3752 office, email [email protected] or mail or deliver to the address stated on the DQ cover sheet. 1.3 Contract The successful bidder will be awarded and issued a State Purchase Order with DPA. The contract will incorporate parts of this solicitation, published addenda, and the response of the awarded vendor. Except as modified herein, the standard State Purchase Order Terms and Conditions included in this Documented Quote (Exhibit B) shall govern this procurement and are hereby incorporated by reference. Bidders shall specify any payment terms, delivery terms, order minimums and/or delivery restrictions or conditions. The State shall review any vendor proposed terms and/or conditions and shall reserve the right to accept or reject any or all at the State’s sole discretion. The failure of the bidder to note any special condition or exception shall be deemed a waiver of any such condition or exception. Any service agreements, privacy forms or other documents which the State must agree to prior to doing business with your company must be submitted with the signed bid. Unless otherwise noted, pricing shall include all bidder costs and shall be quoted “F.O.B Destination”. Bidders are advised that any condition or exception taken to the requirements of this solicitation may be grounds for rejection of their bid as non-responsive. Page | 3 of 12 DQ1-AADA-2017-1238 Grounds Keeping Tractor and Accessories 1.4 Contractual Obligations Any additional terms and conditions proposed by the vendor must be submitted with their offer in order to be considered. The terms and conditions on any offeror(s) time sheets, invoices, or other forms, including but not limited to indemnification, limitation of liability, or cancellation fees, shall be void and of no effect against the State of Colorado or any of its employees. The offeror(s) and State’s rights and obligations shall be solely governed by the terms and conditions of the contract. Any employee’s signature on offeror(s) forms shall be effective only to establish receipt of services. 1.5 Term of Contract The term of the Purchase Order Contract resulting from this solicitation shall be from the effective date of the Purchase Order through June 30, 2017. 1.6 Definitions “CORE” means Colorado Operations Resource Engine “Colorado PERA” means Public Employee Retirement Association of Colorado. “Contract” means State of Colorado Purchase Order Contract. “DCS” means the Division of Central Services. “DPA” means the Department of Personnel and Administration. “DQ” means Documented Quote. “F.O.B. Destination” means Free On Board Destination - seller pays for transportation to destination. “Capitol Complex” means State of Colorado, Division of Central Services, Capitol Complex program. “Pricing Sheet” means Exhibit A – Pricing Sheet. “Purchase Order” means State of Colorado Purchase Order. “Procurement Code” means CRS Title 24 Government - State, Articles 101 to 112. “State” means State of Colorado. “VSS” means Vendor Self Service 1.7. Written Inquiries Offerors may make email or written inquiries concerning this DQ to obtain clarification of requirements. Inquiries that are submitted by FAX will not be accepted. No inquiries will be accepted after the date and time indicated in the Schedule of Activities. The DPA Contracts and Procurement Unit prefers that all inquiries be sent by electronic mail with the DQ number in the subject to [email protected]. Address Written Inquiries to: Larry Ryan DPA Contracts and Procurement Unit 1525 Sherman Street 5th Floor Denver, Colorado 80203 It is incumbent upon the bidder to monitor VSS at the link provided for response(s) to offerors’ inquiries (if required). Responses will be available for bidder review in a timely manner prior to the bid closing to allow prospective bidders time to complete and submit their bids. Offerors should not rely on any other statements, either written or oral, that alter any specification or other term or condition of the DQ during the open solicitation period. Offerors should not contact any other State office or individual regarding this DQ or this project 1.8. Approved Equal Process (a) Bidders proposing equal equipment to that specified in Section 2. Specifications and Requirements must complete and submit Attachment 2 – Approved Equal Equipment Request Form by the Prospective Bidder Written Inquiry Deadline as stated in Section 1.1 Schedule of Activities subsection (2). Page | 4 of 12 DQ1-AADA-2017-1238 Grounds Keeping Tractor and Accessories (b) To be considered as an approved equal, the bidder must demonstrate on the completed Attachment 2 – Approved Equal Equipment Request Form that the proposed equal equipment meets or exceeds each listed specification, including available warranties. The State will review the completed and submitted Approved Equal Equipment Request Form provided with any bidder request for approved equal equipment and will either approve or deny the request at the State’s sole discretion based on the best interests of the State. (c) The State reserves the right to require additional information from bidders regarding bidder Requests for Approved Equal equipment as needed to support the determination by the State regarding the approval or rejection of bidder request. However, bidders may not be afforded the opportunity to provide additional information and may be eliminated based on their initial submission at the State’s sole discretion. Bidders are required to provide any information requested by the State within twenty-four (24) hours of the State’s written request to the bidder. Bidders who do not provide the requested information within the twenty-four (24) period may be disqualified from consideration for award as non-responsive at the State’s sole discretion. (d) The State will publish all Requests for Approved Equal Equipment and the Approved Equal Equipment Request Form for each request with the State’s approval or rejection of the request on VSS with the Responses to Written Inquiries. (e) Only bid responses proposing the equipment specified in Section 2. Specifications and Scope of Work or proposing equipment that has been approved by the State per the Approved Equal Process will be considered for award. Bid responses proposing equipment that is not as specified in Section 2. Specifications and Scope of Work or equipment that has not been approved through the Approved Equal Process will not be considered. 1.9 Doing Business in Colorado A vendor wanting to do business in Colorado must register with the Colorado Secretary of State in accordance with Colorado Revised Statute (CRS) 7-90-801. The link for the Colorado Secretary of State’s web site is: http://www.sos.state.co.us/ .(Recommend going to the Alphabetical Index to access Colorado Business Express for services for new and existing businesses and FAQ for frequently asked questions. A copy of the business entity’s Articles of Incorporation and/or Bylaws may be requested by the State. 1.10 Federal E-Verify and Colorado Department of Labor and Employment Program Effective May 13, 2008, Contractors who enter into a public contract for services with Colorado State agencies must participate in either the federal E-Verify program, or the newly created Colorado Department of Labor and Employment Program (Department Program). The option to enroll in the new Department Program instead of E-Verify was created by Colorado State Senate Bill 08-193, which amended the Public Contracts for Services and Illegal Alien Laws, 8-17.5-101 and CRS, C.R.S. 1.11 Vendor Disclosure Statement In compliance with CRS 24-102-206, Contractor Performance outside the United States or Colorado, the awarded vendor will be required to disclose information on where services will be performed under the contract. 1.12 Federal Employer Identification Number (F.E.I.N.) Bidders are required to submit their F.E.I.N. prior to contract, or purchase order issuance, or payment from the State of Colorado. A W-9, Taxpayer Identification form provided by the State may be required. Vendors are strongly encouraged to provide a copy of their W-9 with their bid response (see Attachment 1 for W9 Form). 1.13 Independent Contractor The contractor shall perform its duties arising out of this solicitation as an Independent Contractor, and not as an employee. Neither the contractor nor any agent or employee of the contractor shall be or shall be deemed to be an employee of the State. The contractor acknowledges that the contractor and its employees are not entitled to Page | 5 of 12 DQ1-AADA-2017-1238 Grounds Keeping Tractor and Accessories unemployment insurance benefits unless the contractor or a third party provides such coverage, and that the State does not pay for or otherwise provide such coverage. The contractor shall have no authority to bind the State to any agreements, liability or understanding except as may be expressly set forth in the Purchase Order. The contractor shall provide and keep in force, workers’ compensation and unemployment compensation insurance coverage in the amount required by law, and shall be solely responsible for the acts of the contractor, its employees and agents. 1.14 PERA The State of Colorado DPA / IDS program is a Colorado PERA affiliated employer. Vendor shall comply with Colorado Senate Bill 06-235 and CRS §24-51-1101(2) and with PERA rules regarding contributions for PERA retirees. DPA is requiring the vendor to notify DPA's Accounting Office at 303.866.3904 within fifteen (15) calendar days from the date of this contract if the services provided are being or are to be performed by a PERA retiree. 1.15 Insurance – Not Applicable to This Solicitation 1.16 Demonstrated Performance Ability, Reference Requirements Bidders must be able to demonstrate the ability to provide the requested commodities. Bidders shall meet all requirements of Section 2.6 Vendor Qualifications. Bidders shall submit two references for provision of commercial products and services of similar size, scope and complexity of work. Do not use the Colorado Department of Personnel and Administration as a reference. Bidders shall have experience providing the commodities and services as described in the specifications and requirements of this DQ. The State may require additional information of the apparent successful offerors to determine their ability to perform. This information may include, but is not limited to previous experience of company; years in business; quality and condition of equipment and financial condition. Current Reference Legal Name of the Business: Legal Business Address: Contact Name and Title: Contact Phone Number: Period of Service: mm/yy to mm/yy: Previous Reference Legal Name of the Business: Legal Business Address: Contact Name and Title: Contact Phone Number: Period of Service: mm/yy to mm/yy: Page | 6 of 12 DQ1-AADA-2017-1238 Grounds Keeping Tractor and Accessories 1.17 Vendor’s Prior Services to DPA: One of the elements of this solicitation’s evaluation criteria will be the vendor’s past performance for DPA. This includes services and/or delivery of goods as well as any warranty work or replacements. The State reserves the right to consider vendor for this project. If the vendor has not previously provided services and/or goods to DPA specifically, then bidder is to write “none” in the blocks below. Last Occurrences of Vendor’s Services Provided to DPA Period of Service: mm/yy to mm/yy: Service Provided: Contracted Amount Period of Service: mm/yy to mm/yy: Service Provided Contracted Amount 1.18 Electronic Copy and Document Format Proprietary/confidential information must be submitted on a separate disk and be clearly marked as such. Documents should be single sided on recycled paper, and easy to copy/scan (no bound material, minimize use of tabs and clips, etc). Paper should be white or extremely light paper and no dark backgrounds. Enhance images for pages with a poor image quality. The original hard copy in all cases is the official record. 1.19 Modifications All modifications shall be in writing and posted to VSS. Vendors are responsible for checking VSS prior to the opening date and time for solicitation modifications. 1.20 Public Opening of Bids Only the names of offerors submitting bids will be read at the bid opening. 1.21 Bidder Response Format Submit one copy of the bid properly marked. 1.22 Bidders must comply with and submit the following item(s) in order and clearly labeled: (a) Signed cover sheet. (b) Completed bid response form - Exhibit A – Pricing Sheet (c) Any and all other information as requested herein. 1.23 Performance Outside the State of Colorado and/or the United States [Not applicable if Contract Funds include any federal funds] 24-102-206: Following the effective date of issuance of a Purchase Order or State Contract, Contractor shall provide written notice to the State, in accordance with §16 (Notices and Representatives), within 20 days of the earlier to occur of Contractor’s decision to perform, or its execution of an agreement with a Subcontractor to perform, Services outside Page | 7 of 12 DQ1-AADA-2017-1238 Grounds Keeping Tractor and Accessories the State of Colorado and/or the United States. Such notice shall specify the type of Services to be performed outside the State of Colorado and/or the United States and the reason why it is necessary or advantageous to perform such Services at such location or locations. All notices received by the State pursuant to this §8.C shall be posted on the Colorado Department of Personnel & Administration’s website. Knowing failure by Contractor to provide notice to the State under this §8.C shall constitute a material breach of this Contract. 1.24 General Product Specification Information Items offered must be new (not used, remanufactured, refurbished, rebuilt, etc.) and are not to contain components that are not newly manufactured, unless specifically stated otherwise in the bid specifications. Items are to come in original, unopened manufacturer's packaging. The manufacturer's warranty and any offered rebates, as applicable, shall be included. 2. Specifications and Requirements 2.1 Overview (a) The Capitol Complex Program manages State facilities in Metro Denver and provides infrastructure and support services for those facilities including landscaping and snow removal services. The State is seeking to purchase the specified Ventrac 4500Z tractor and attachments or approved equal equipment to support the provision of landscaping and snow removal services. 2.2 Ventrac 4500Z front mount articulating tractor with specified attachments or approved equal equipment. (a) Tractor shall be a Ventrac 4500Z front mount articulating tractor. (b) Engine shall be bi-fuel ready Kubota, minimum 32.5 horsepower. (c) Tractor and attachments shall be delivered as a fully functional unit. (d) All wiring, hydraulics, brackets, cab and accessories shall be included to ensure required full functionality of the tractor and attachments. (e) Tractor must be capable of operation on slopes up to a maximum of 30 degrees. (f) Tractor shall include the following: (1) Dual wheel kit (2) Hand and foot control (3) Suspension seat (4) Digital slope guage (5) Back up alarm (6) Twelve (12) volt front plug/switch (7) Twelve (12) volt rear plug (8) Dual front hydraulic kit (9) Single rear hydraulic kit (10) Horn (g) Cab shall be Ventrac KW452 or approved equal equipped with the following: (1) Defrost fan kit (2) Windshield washer kit (3) Heater Kit to be minimum 4500Z (4) Hazard lights kit (5) Strobe light kit (6) Mirror kit (7) Lift swing to allow removal of cab 2.3 Attachments for Use with Tractor (a) The following Attachments, subsections (c) through (l) are to be provided with the specified tractor. Page | 8 of 12 DQ1-AADA-2017-1238 Grounds Keeping Tractor and Accessories (b) Each listed Attachment shall be capable of integration with the tractor at the time of delivery and the awarded contractor must demonstrate that the tractor and each attachment is completely operational with full functionality. (c) Ventrac 4500Z MJ840 Contour mower deck with mulch kit. (d) Ventrac 4500Z HB580 Power Broom with electric actuator for reverse rotation and slower speeds. (e) Ventrac 4500Z SA250 drop spreader. (f) Ventrac 4500Z KH500 Versa-loader (minimum 500 lb) front loader bucket with pallet fork kit. (g) Ventrac 4500Z KX523 Snow blower with electric chute actuator. (h) Ventrac 4500 KV55 V-blade with polyurethane cutting edge. (i) Ventrac 4500Z three-point hitch with hydraulic top link. (j) Ventrac 4500Z ED200 Edger with debris blower. (k) Ventrac 4500Z RV602 side discharge HM602 finish mower. (l) Ventrac 4500Z RV602 Vacuum Collection System with HM602 collection boot and HM602 docking station. 2.5 Warranty (a) The warranty for all equipment shall be a minimum one year from the date of acceptance and shall include all parts and labor. (b) The warranty period shall commence upon delivery of the equipment and the written acceptance of the equipment by the State following confirmation that all equipment is fully functional. (c) The awarded vendor shall be responsible of the provision of warranty repairs. 2.6 Training (a) Vendor shall provide one (1) comprehensive onsite training session for up to eight State employees. (b) Training shall be provided at no cost to the State. (c) Training shall include routine maintenance procedures and schedules. (d) Training shall include the operation of all equipment and the installation and removal of attachments. (e) A minimum of one complete set of all manufacturer equipment operating and/or manufacturer user manuals shall be provided by the vendor at the time of training. (f) Training shall be scheduled by the State Project Lead and the Contractor and shall be completed within two weeks of the date of acceptance of the equipment. 2.7 State Project Lead Person (a) The State Project Lead for the delivery, training, and acceptance of the Tractor and Accessories is the Grounds Manager, Steve Ziemann, 303-866-4357. 2.7 Delivery (a) Delivery shall be completed no later than five weeks after receipt of order (ARO). (b) Delivery, acceptance and invoicing must be completed no later than June 25, 2017. (c) Delivery shall be FOB Destination and all shipping expenses shall be included in bid price. (d) The location for delivery is 1350 Sherman Street (entrance is on alley), Denver CO 80203. Contact Steve Ziemann at 303-866-4357 to schedule delivery and for additional location details 2.8 Invoicing (a) Invoices shall be provided by the Contractor following delivery of equipment, completion of training and written acceptance by the State. (b) Invoice(s) shall identify each unit of equipment by manufacturer and model number. (c) The tractor and cab shall considered to be one (1) unit of equipment. (d) Each Attachment shall be considered to be one (1) unit of equipment. (e) The invoice(s) shall provide a total price to be the sum of the prices for the listed equipment. 2.9 Optional Attachments Page | 9 of 12 DQ1-AADA-2017-1238 Grounds Keeping Tractor and Accessories (a) The State reserves the right to place orders for additional attachments, listed below as Optional Attachments, at the prices provided on Exhibit A – Pricing Sheet at its sole discretion. (b) Orders for Optional Attachment shall be placed by the State no later than June 7, 2016. (c) Delivery of State order(s) for Optional Attachments must be delivered and invoiced no later than June 25, 2017. (d) Each listed Attachment shall be capable of integration with the tractor at the time of delivery and the awarded contractor must demonstrate that the tractor and each attachment is completely operational with full functionality. (e) Ventrac 4500Z EA600 Aera-Vator. (f) Ventrac 4500Z HQ680 Aerator with Core Tine’s. (g) Ventrac 4500Z HQ680 Tough Cut Mower. (h) Ventrac 4500Z KA160 Blower. (i) Ventrac 4500Z EC240 Sod Cutter. (j) Ventrac 4500Z KL480 Tiller. 2.10 Removal of Old Equipment (a) The Contractor shall remove and take possession of or dispose of one (1) 1996 John Deere 932 Front Mount Landscaping Tractor located at 1881 Pierce Street, Lakewood CO 80214. The tractor is in poor condition and does not run. (b) All costs associated with the removal of the old equipment shall be included in the Contractor price for the Tractor and Accessories. 3. Evaluation and Award (a) The bid will be evaluated and awarded based on the acceptable response that is most advantageous to the State, price/cost being the primary consideration. (b) To be considered for award, bidders must provide all requested pricing without modification or exception. (c) Bidders must be capable of providing all items requested; partial or incomplete bids will not be accepted. The State will be the sole judge in determining the acceptability of an offer and in determining the most beneficial offer to the State. Award shall be made with reasonable promptness to the bidder who is determined to be the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in this solicitation. The Remainder of this Page is Purposefully Blank See Exhibit A – Pricing Sheet on following page Page | 10 of 12 DQ1-AADA-2017-1238 Grounds Keeping Tractor and Accessories Exhibit A - Pricing Sheet A. Bidders shall complete EXHIBIT A – PRICING SHEET and return with bid documents by the Bid Submission Deadline. B. To be considered for Award, Bidders must provide all requested pricing without modification or exception. Bid Responses with an incomplete or modified Exhibit A - Pricing Sheet may be rejected as non-responsive. C. Bidder pricing shall include all costs including, but not limited to cost(s) for equipment, parts and materials, labor, shipping and handling, warranties and delivery per Section 2. Specifications and Requirements. D. Bidders shall provide pricing for the equipment listed on lines D1 through D11. The State shall calculate E. Total Price per Award as the sum of lines D1. through D11. D1. Ventrac 4500Z Tractor and Cab per Section (a) through (g) $___________________ D2. Ventrac 4500Z MJ840 Contour mower deck with mulch kit. $___________________ D3. Ventrac 4500Z HB580 Power Broom with electric actuator. $___________________ D4. Ventrac 4500Z SA250 drop spreader. $___________________ D5. Ventrac 4500Z KH500 Versa-loader front loader bucket $___________________ D6. Ventrac 4500Z KX523 Snow blower with electric chute actuator $___________________ D7. Ventrac 4500 KV55 V-blade with polyurethane cutting edge $___________________ D8. Ventrac 4500Z three-point hitch with hydraulic top link. $___________________ D9. Ventrac 4500Z ED200 Edger with debris blower. $___________________ D10.Ventrac 4500Z RV602 side discharge HM602 finish mower. $___________________ D11.Ventrac 4500Z RV602 Vacuum Collection System $___________________ E. TOTAL PRICE FOR AWARD $_________________ (Sum of Lines D1. Through D11.) F. Bidders are requested but not required to provide pricing for Optional Accessories on Lines F1 through F6. (1) Pricing for Optional Accessories will not be evaluated for award but will be retained by the State for possible orders that may be placed at the State’s sole discretion per Section 2.9 Optional Attachments. (2) The State makes no guarantee regarding the actual number of accessories that may be purchase or the actual amount of funds that will be expended. (3) Vendor pricing shall be effective through June 15, 2017. F1. Ventrac 4500Z EA600 Aera-Vator Page | 11 of 12 $___________________ DQ1-AADA-2017-1238 Grounds Keeping Tractor and Accessories . F2. Ventrac 4500Z HQ680 Aerator with Core Tine’s $___________________ F3. Ventrac 4500Z HQ680 Tough Cut Mower $___________________ F4. Ventrac 4500Z KA160 Blower $___________________ F5. Ventrac 4500Z EC240 Sod Cutte. $___________________ F6. Ventrac 4500Z KL480 Tiller. $___________________ Date of Bid: ___________ ___________________________________________________ Bidder’s Authorized Signatory ___________________________________________________ Title Bidder shall complete Exhibit A – Pricing Sheet and return with bid documents or by the Bid Submission Deadline Page | 12 of 12