Loading...
Agenda 03-06-18The City of Boynton Beach City Commission Agenda Tuesday, March 6, 2018, 6:30 PM City Hall Chambers 100 E. Boynton Beach Blvd., Boynton Beach, FL 33435 Regular City Commission Meeting - REVISED - 2 Items added to Public Hearing, Items A & B Boynton Beach City Commission Mayor Steven B. Grant (At Large) Vice Mayor Justin Katz (District 1) Commissioner Mack McCray (District 11) Commissioner Christina L. Romelus (District III) Commissioner Joe Casello (District IV) Lori LaVerriere, City Manager James Cherof, City Attorney Judith A. Pyle, City Clerk *MISSION* To create a sustainable community by providing exceptional municipal services, in a financially responsible manner. C www. boy nton- beach. org Page 1 of 634 WELCOME Thank you for attending the City Commission Meeting GENERAL RULES AND PROCEDURES FOR PUBLIC PARTICIPATION AT CITYOF BOYNTON BEACH COMMISSION MEETINGS THE AGENDA: There is an official agenda for every meeting of the City Commissioners, which determines the order of business conducted at the meeting. The City Commission will not take action upon any matter, proposal, or item of business, which is not listed upon the official agenda, unless a majority of the Commission has first consented to the presentation for consideration and action. • Consent Agenda Items: These are items which the Commission does not need to discuss individually and which are voted on as a group. • Regular Agenda Items: These are items which the Commission will discuss individually in the order listed on the agenda. • Voice Vote: A voice vote by the Commission indicates approval of the agenda item. This can be by either a regular voice vote with "Ayes and Nays" or by a roll call vote. SPEAKING AT COMMISSION MEETINGS: The public is encouraged to offer comment to the Commission at their meetings during Public Hearings, Public Audience, and on any regular agenda item, as hereinafter described. City Commission meetings are business meetings and, as such, the Commission retains the right to impose time limits on the discussion on an issue. • Public Hearings: Any citizen may speak on an official agenda item under the section entitled "Public Hearings." • Public Audience: Any citizen may be heard concerning any matter within the scope of the jurisdiction of the Commission - Time Limit - Three (3) Minutes • Regular Agenda Items: Any citizen may speak on any official agenda item(s) listed on the agenda after a motion has been made and properly seconded, with the exception of Consent Agenda Items that have not been pulled for separate vote, reports, presentations and first reading of Ordinances - Time Limit - Three (3) minutes ADDRESSING THE COMMISSION: When addressing the Commission, please step up to either podium and state, for the record, your name and address. DECORUM: Any person who disputes the meeting while addressing the Commission may be ordered by the presiding officer to cease further comments and/or to step down from the podium. Failure to discontinue comments or step down when so ordered shall be treated as a continuing disruption of the public meeting. An order by the presiding officer issued to control the decorum of the meeting is binding, unless over -ruled by the majority vote of the Commission members present. Please turn off all pagers and cellular phones in the City Commission Chambers while the City Commission Meeting is in session. City Commission meetings are held in the Boynton Beach City Commission Chambers, 100 East Boynton Beach Boulevard, Boynton Beach. All regular meetings are held typically on the first and third Tuesdays of every month, starting at 6:30 p.m. (Please check the Agenda Schedule - some meetings have been moved due to Holidays/Election Day). Page 2 of 634 1. OPENINGS A. Call to Order - Mayor Steven B. Grant Roll Call I nvocation Pledge of Allegiance to the Flag led by Mayor Grant Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption 2. OTHER A. Informational items by Members of the City Commission 3. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS A. Recreation & Parks Director Wally Majors will present a plaque to Kevin Ramsey and Gail Mootz as a token of appreciation for volunteering their time and labor to build Magic Wheelchairs. Will also present the "Barrier Free" Award to Carly Merkle, who has completed 43 5k, including our most recent Barrier Free 5K Run, Walk or Roll. B. The Mayor to present South Tech Academy C.O.R.E. Transition Program Student Interns, Dakota Tollefson and John Mesa, with a Certificate of Recognition for their internship completion and a summary of the internship provided by ADA & Grants Coordinator, Debbie Majors. C. Announce that the City of Boynton Beach achieved "SolSmart Gold" designation for advancing solar energy growth by Rebecca Harvey, Sustainability Coordinator. D. Announcement of the upcoming Community Fitness Day event by Mary DeGraffenreidt, Events and Program Manager. E. Announce the Boynton Beach CRA 4th Annual Blarney Bash will be held on Saturday, March 17, 2018 from 4:OOPM to 9:OOPM on East Ocean Blvd between Seacrest Blvd and NE 1st Street. Postcards are available in the back of the Chambers. F. Announce Special Meeting of the City Commission and CRA on Tuesday, March 13, 2018 at 4:00 pm in the Library Program Room to discuss Town Square Project. Staff will present the final project budget/costs/schedule, etc. and anticipates having contract documents ready for the City Commission's review and approval. G. Proclaim the month of March as National Women's History Month. Members of the National Coalition of Black Women will be present to accept the proclamation. 4. PUBLIC AUDIENCE INDIVIDUAL SPEAKERS WILL BE LIMITED TO 3 MINUTE PRESENTATIONS (at the discretion of the Chair, this 3 minute allowance may need to be adjusted depending on the level Page 3 of 634 of business coming before the City Commission) 5. ADMINISTRATIVE A. Appoint eligible members of the community to serve in vacant positions on City advisory boards. The following Regular (Reg) and Alternate (Alt) Student (Stu) and Nonvoting Stu (N/V Stu) openings exist: Arts Commission: 1 Reg and 2 Alts Building Board of Adjustments & Appeals: 2 Regs and 1 Alt Employee Pension Board: 1 Reg Historic Resource Preservation Bd.: 1 Alt Senior Advisory Bd: 2 Alts 6. CONSENTAGENDA Matters in this section of the Agenda are proposed and recommended by the City Manager for "Consent Agenda" approval of the action indicated in each item, with all of the accompanying material to become a part of the Public Record and subject to staff comments A. PROPOSED RESOLUTION NO. R18-035- Assess the cost of nuisance abatement on properties within the City of Boynton Beach. B. PROPOSED RESOLUTION NO. R18-036- Approve renewals of Bid No. 013-1710-13/JMA with Commercial Risk Management and Gallagher -Bassett for Third Party Administration Services for Workers Compensation claims and Adjuster Services for Property and Casualty claims. The total estimated annual expenditures is $68,000. The renewal period begins on January 1, 2018 and terminates one year from that date. C. PROPOSED RESOLUTION NO. R18-037- Authorize the City Manager to sign Letters of Intent (LOI) for three temporary lease spaces to allow staff to negotiate a final lease which will be brought back to the City Commission for review and approval. D. Accept first quarter report on operations of the Schoolhouse Children's Museum an Learning Center for FY 17/18. E. Approval funding in the amount not too exceed $10,000 for a Commercial Interior Build -Out Grant and an amount not too exceed $12,000 for a Commercial Rent Reimbursement Grant to Soleil Early Learning Academy, LLC., 2702 SW 8th Street, Boynton Beach, FL 33435. F. Approve the rankings as recommended by the Selection Committees and authorize staff to conduct negotiations with the recommended top ranked proposers in each of the five (5) Scope Categories, to establish contracts in accordance with Request for Qualifications (RFQ) No. 046- 2821-17/TP for General Consulting Services and as per Florida Statute 287.055, otherwise known as the Consultants' Competitive Negotiation Act (CCNA). At completion of negotiations, contracts will be brought back to the Commission for approval. G. Approve the minutes from the Regular City Commission meeting held on February 20, 2018 7. BIDS AND PURCHASES OVER $100,000 A. Approve the purchase of new and replacement vehicles as approved in the FY2017/2018 budget in the estimated amount of $1,541,289.42 by utilizing the following contracts: Florida Sheriff's Association Contract #FSA17-VEH15.0, FSA17-VEL25.0 & FSA16-VEF12.0, National Joint Power Alliance Contract #031014 -TMP and three bids for a Police vehicle. B. Approve the third and final one-year renewal for the "Annual Supply of Sodium Hydroxide (Liquid Caustic Soda) Bid No. 025-2821-15/J MA to Brenntag Mid -South, Inc. of Orlando, Florida with an increase of $89.10 per dry ton, for a revised price of $632.10 per dry ton. This product will be ordered on an as needed basis for an estimated annual expenditure of $120,000. Page 4 of 634 8. PUBLIC HEARING 7 P.M. OR AS SOON THEREAFTER AS THE AGENDA PERMITS The City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. A. PROPOSED ORDINANCE NO. 18-001 - SECOND READING Approve MILK South Rezoning (REZN 18-003) from MU -L2 (Mixed Use—Low Intensity 2 District) to MU -2 (Mixed Use 2 District) to complete implementation of the CRA Community Redevelopment Plan's recommendation for the subject 2.97 acre area. Applicant: City -initiated. B. PROPOSED ORDINANCE NO. 18-002 - SECOND READING - Approve Neelam (fka Schnars) Business Center Rezoning (REZN 18-004) from MU -L (Mixed Use Low District) to MU - 1 (Mixed Use 1 District) to complete implementation of the CRA Community Redevelopment Plan's recommendation for the subject 0.52 acre property. Applicant: City -initiated. 9. CITY MANAGER'S REPORT - None 10. UNFINISHED BUSINESS A. PROPOSED RESOLUTION NO. R18-038 - Commission to consider a land sale agreement to Leisureville for land parcel adjacent to Palm Beach Leisureville. B. PROPOSED RESOLUTION R18-039 - Approve Resolution supporting firearm regulation. 11. NEW BUSINESS A. PROPOSED RESOLUTION NO. R18-040- A resolution of the City of Boynton Beach supporting the creation of a Community Redevelopment Agency (CRA) in the Village of Palm Springs, FL. B. Receive update on sign ordinance as it relates to people holding signs in public rights of ways. 12. LEGAL - None 13. FUTURE AGENDA ITEMS A. Staff to review PBC Ordinance on Panhandlers - March 2018 B. Commission to discuss vice mayor selection - March 20, 2018 C. Result of Textile Recycling RFP and recommendation - March 20, 2018 D. Members of the Commission has requested to review and discuss the Public Arts Ordinance - March 20, 2018 E. Staff to bring information concerning the following land parcels for the Commission to review - TBD Nichols Property Rolling Green Girl Scout Park F. Vice -Mayor Katz has requested the City Attorney to provide update on legal issues with QPODD - TBD G. Mayor has requested to discuss a sustainability committee - TBD H. Approve One Boynton (aka Las Ventana) Rezoning (REZN 18-005) from MU -L (Mixed Use Low District) to MU -4 (Mixed Use 4 District) to complete implementation of the CRA Community Redevelopment Plan's recommendation for the subject 14.6 acre property. Applicant: City - initiated. -- March 20, 2018 Page 5 of 634 Approve Timeless Life Care and 601 S. Federal Mixed Use rezoning (REZN 18-006) from MU -L2 (Mixed Use Low 2 District) to MU -2 (Mixed Use 2 District) to complete implementation of the CRA Community Redevelopment Plan's recommendation for the subject 2.41 acre area. Applicant: City -initiated -- March 20, 2018 Staff to bring back to Commission results of negotiation with property owner a real estate purchase and sale agreement between the City of Boynton Beach and Brittany Bumgardner for a vacant parcel at the end of SW 24th Avenue adjacent to 1-95. - TBD 14. ADJOURNMENT NOTICE IFA PERSON DECIDES TO APPEALANY DECISION MADE BY THE CITY COMMISSION WITH RESPECT TO ANY MATTER CONSIDERED AT THIS MEETING, RUSHE WILL NEEDA RECORD OF THE PROCEEDINGSAND, FOR SUCH PURPOSE, HESHE MAY NEED TO ENSURE THAT A VERBATIM RECORD OF THE PROCEEDING 1S MADE, WHICH RECORD INCLUDES THE TESTIMONYAND EVIDENCE UPON WHICH THEAPPEAL 1S TO BE BASED. (F.S 286.0105) THE CITY SHALL FURNISH APPROPRIATEAUXII.IARYAIDSAND SERVICES WHERE NECESSARY TO AFFORD AN INDIVIDUAL W1THA DISABILITYAN FQUAL OPPORTUNITY TO PARTICIPATE IN AND ENJOY THE BENEFITS OFA SERVICE, PROGRAM, ORACTIVITY CONDUCTED BY THE CITY. PLEASE CONTACT THE CITY CLERKS OFFICE, (561) 742-6060 OR (TTY) 1-800-955-8771, AT LEAST 48 HOURS PRIOR TO THE PROGRAM ORACTIVITY 1N ORDER FOR THE CITY TO REASONABLYACCOMMODATE YOUR REQUEST. ADD1TIONALAGENDA ITEMS MAY BEADDED SUBSEQUENT TO THE PUBLICATION OF THEAGENDA ON THE C1TYS WEB SITE INFORMATION REGARDING 1TEMSADDED TO THEAGENDAAFTER IT 1S PUBLISHED ON THE C1TYS WEB SITE CAN BE OBTAINED FROM THE OFFICE OF THE CITY CLERK. Page 6 of 634 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Call to Order - Mayor Steven B. Grant Roll Call I nvocation Pledge of Allegiance to the Flag led by Mayor Grant Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: Non -budgeted ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: 1.A. OPENING ITEMS 3/6/2018 Page 7 of 634 2.A. OTHER 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Informational items by Members of the City Commission EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: Page 8 of 634 3.A. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Recreation & Parks Director Wally Majors will present a plaque to Kevin Ramsey and Gail Mootz as a token of appreciation for volunteering their time and labor to build Magic Wheelchairs. Will also present the "Barrier Free" Award to Carly Merkle, who has completed 43 5k, including our most recent Barrier Free 5K Run, Walk or Roll. EXPLANATION OF REQUEST: 2nd Annual Magic Wheels & Special Deals event HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 9 of 634 i1M ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: The Mayor to present South Tech Academy C. 0. R. E. Transition Program Student Interns, Dakota Tollefson and John Mesa, with a Certificate of Recognition for their internship completion and a summary of the internship provided by ADA & Grants Coordinator, Debbie Majors. EXPLANATION OF REQUEST: South Tech Academy offers a Career Opportunities and Related Education (C.0.R.E.) Transition Program which incorporates technical training in the student's chosen field on and off campus. The City of Boynton Beach ADA Coordinator and South Tech Academy Transition Coordinator created a Career Exploration Internship opportunity for Dakota and John in the field of technology. This certificate recognizes their completion of the internship. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Partnerships between the City and organizations serving individuals with disabilities is important to educate staff, remove stigmas, and provide opportunities for individuals to try new things, and take steps towards greater independence. The Career Exploration Internship was created to give these students insight as to how technology is used throughout the City to provide services to the public. It included an orientation to City government and a visit to the Human Resources Department, followed by an overview of the Information Technology Services (ITS) Department which included meeting with the ITS Director and staff, reviewing job descriptions, experiencing their work environment and various job duties, and getting tips and hints on how to break into the field of technology from professionals. Dakota and John also visited with IT staff from the Police Department, Fire Department, and Library and took several "behind the scenes" tours of each department for a deeper look into the many uses of technology. Staff in each department, provided them with a very valuable career exploration opportunity. FISCAL IMPACT: N/A ALTERNATIVES: N/A STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Page 10 of 634 Is this a grant? No Grant Amount: Page 11 of 634 Nua ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Announce that the City of Boynton Beach achieved "SolSmart Gold" designation for advancing solar energy growth by Rebecca Harvey, Sustainability Coordinator. EXPLANATION OF REQUEST: The City of Boynton Beach is receiving a Gold designation from the national SolSmart program for making it faster, easier, and more affordable for homes and businesses to go solar. This designation recognizes Boynton Beach for taking bold steps to encourage solar energy growth and remove obstacles to solar development. For companies looking to expand, a SolSmart Gold designation is a signal that Boynton Beach is "open for solar business." SolSmart is led by The Solar Foundation and the International City/County Management Association (I CMA) and funded by the U.S. Department of Energy Solar Energy Technologies Office. More than 180 cities, counties, and small towns have achieved SolSmart designation since the program launched in 2016. To receive designation, cities and counties make changes to their local processes to reduce the time and money it takes to install a solar energy system. This includes evaluating local permitting processes, as well as planning and zoning procedures. SolSmart designees also develop innovations in areas such as market development and finance. SolSmart uses objective criteria to award communities points based on the actions they take to reduce barriers to solar energy development. Communities that take sufficient action are designated either gold, silver, or bronze. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? As a SolSmart designee, Boynton Beach is helping solar companies greatly reduce the cost of installations and pass those savings on to consumers. This allows more local homes and businesses to obtain affordable, clean, and reliable electricity through solar. The actions Boynton Beach has taken will help encourage solar companies to do business in the area, driving economic development and creating local jobs. To receive its SolSmart Gold designation, Boynton Beach streamlined its permitting process to a three-day turnaround, reviewed its zoning codes to ensure that accessory use of PV is allowed by right in all major zones, provided cross -training of inspection and permitting staff on solar PV, created a "solar energy" page on the City website, and completed a number of other actions for a total of 260 points (at least 200 points needed to achieve Gold). FISCAL IMPACT: Non -budgeted There is no impact to the City's budget. ALTERNATIVES: Not announce that the City of Boynton Beach achieved "SolSmart Gold" designation STRATEGIC PLAN: Page 12 of 634 STRATEGIC PLAN APPLICATION: CLIMATE ACTION: Yes CLIMATE ACTION DISCUSSION: SolSmart participation helps the City achieve the following three Climate Action Plan goals (currently under revision): Goal 1: Reduce [Scope 2] emissions from electricity use in City buildings and facilities Goal 4: Reduce community emissions from electricity [Scope 2] and natural gas [Scope 1] use by residents and businesses Goal 10: Demonstrate leadership and recognition for climate change mitigation and adaptation Is this a grant? No Grant Amount: ATTACHMENTS: Type Description Attachment SolSmart Gold Designation Email Page 13 of 634 From: Marcus Travis <mtravis@icma.org> Sent: Friday, February 9, 2018 3:28 PM To: Harvey, Rebecca; Prymas, Angela Cc: Jen Baren holtz; Chris Walker; Zach Greene Subject:SolSmart Designation for Boynton Beach - Congratulations! Follow Up Flag: Follow up Flag Status: Completed Hello Rebecca and Angela, On behalf of the entire SolSmart team, I want to thank you for Boynton Beach's engagement in the SolSmart program and your commitment to making it faster, cheaper and easier to go solar. Based on our review, we are pleased to share Boynton Beach has received 260 points and met all required program prerequisites, which qualifies for Gold designation. Congratulations! This designation is in recognition of all the hard work and leadership your community has shown to reduce soft costs and barriers to going solar. Please find a list of credits that you applied for and the review team's decision on each one at the link below. For credits not awarded, the team has included an explanation for the reasoning. Should you have any questions about your assessment or wish for further clarification, please let us know. Credit Summary Link: https://drive.google.com/open?id=1FOCQ2OmwEySacHdkl_owUmT2xEoWLprh Prerequisite Summary Link: https://drive.google.com/open?id=IkYYrDfb9t7_47RFFjm_JJg3FY1xRDQVE Jen Barenholtz and Chris Walker worked with Boynton Beach to complete the objectives on your developed workplan. If you would like to pursue additional points and send the required documentation, we are happy to continue to work with you. In the future, there will be additional recognition categories that you may want to qualify for, including recognition for most awarded points. We welcome working with you to discuss opportunities to highlight and promote your designation. If you prefer to not publicize your designation, please let us know as soon as possible. We plan to include your achievement in the next update of our SolSmart Designee Map. At the link below, you will find your Gold communications toolkit that contains a variety of outreach templates, and we encourage you to proceed with issuing your own press release and begin designation promotions at a time that works best for you. The toolkit also includes your Gold designation logo, which we ask that you proudly display on your community's solar landing page. Please let me know if you have trouble accessing the toolkit. Toolkit Link: https://drive.google.com/open?id=OBz7odsZT96OJRCIIcXFycWpjeXM The SolSmart program is honored to award Boynton Beach your SolSmart Gold designation plaque to commemorate your achievement. This plaque is provided free of cost to the city. Could you please provide me the name, phone number, and address of the contact to whom we should ship the plaque at your earliest convenience? Again, Congratulations! Page 14 of 634 Sincerely, Marcus Marcus Travis SolSmart Team Member I ICMA Outreach Communications Specialist [o] 202.962.3515 mtravis@icma.org Follow SolSmart on Twitter: @GoISolSmart #BeSolSmart SolSmart makes it cheaper, easier, and faster to go solar. Apply Today! Page 15 of 634 3.D. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Announcement of the upcoming Community Fitness Day event by Mary DeGraffenreidt, Events and Program Manager. EXPLANATION OF REQUEST: On Saturday, March 10, between the hours of 10:00 a.m. and 1:00 p.m. the Recreation and Parks Department, in conjunction with the Human Resources and Risk Management Department, the Police Department, and the Community Caring Center, will host a Community Fitness Day. This new event will take place at the Amphitheater and along Ocean Avenue. More than 25 fitness, health and wellness vendors and activities will be available for all ages. The Community Caring Center's Hunger Walk and the Police Department's Bike Ride Route will complement the event. The event is free to the public. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The goal of the event is to educate and motivate participants toward a healthy lifestyle. All hours accumulated at the event, by the public, will be contributed towards the Let's Move Boynton Beach program. FISCAL IMPACT: Budgeted The Community Fitness Day is budgeted in Recreation and Parks Program Department (general budget). ALTERNATIVES: Do not announce the Community Fitness Day. STRATEGIC PLAN: Boynton Beach Branding STRATEGIC PLAN APPLICATION: The City of Boynton Beach has participated in the Palm Healthcare Foundation's Let's Move Campaign since 2013. For the past four years, the City's results have earned us top placements in the countywide competition. As a result, the City has received press coverage on WPEC TV12, print sources and social media outlets. CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Page 16 of 634 Is this a grant? No Grant Amount: ATTACHMENTS: Type D Addendum Description 18 Community Fitness Event Postcard Page 17 of 634 Lj- i4 „gin Y a lit Z , . . a ,,���,,,� t ,i'' �„ co Cc= m WNcoV �� lr 11; W n,�� p Ca- p p am; V CQ- W � � LV r � �� ■ . . m Lai Z W p �� ��,. A V,it sl,i, tl,i, s p C% A 1,14 A t s A t+ �J Z raj Z p �� )l�f iitr )l�f IUr 1 r 7 III W C% W QM R CCI CCI CCI C3 eci 3.E. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Announce the Boynton Beach CRA 4th Annual Blarney Bash will be held on Saturday, March 17, 2018 from 4:OOPM to 9:OOPM on East Ocean Blvd between Seacrest Blvd and NE 1st Street. Postcards are available in the back of the Chambers. EXPLANATION OF REQUEST: On Saturday, March 17, 2018, the Boynton Beach CRA will host the 4th Annual Boynton Beach Blarney Bash in the downtown district. • The event is FREE and will run from 4:OOPM - 9:OOPM • East Ocean Avenue will be closed between Seacrest Blvd and NE 1st St • Live music from Rogue Theory, Steeltown Religion, and Celtic Mayhem • Performance from the students of the Aranmore Academy of Irish Dance Food court with variety of options, including authentic Irish cuisine • Craft beer selections from local Boynton Beach Breweries • Inflatable and interactive activities for children • Green costume contest for both children and adults HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: Budgeted Event is budgeted in the CRA's adopted budget. The City of Boynton Beach supports this events through site preparation, garbage collection, departmental assistance. ALTERNATIVES: Do not announce the Blarney Bash. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 20 of 634 ATTACHMENTS: Type D Attachment Description 2018 Blarney Bash Flyer Page 21 of 634 n illINIK",! F Music div , e Fam i ly F , 1,, �, Page 22 of 3. F. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Announce Special Meeting of the City Commission and CRA on Tuesday, March 13, 2018 at 4:00 pm in the Library Program Room to discuss Town Square Project. Staff will present the final project budget/costs/schedule, etc. and anticipates having contract documents ready for the City Commission's review and approval. EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 23 of 634 3.G. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Proclaim the month of March as National Women's History Month. Members of the National Coalition of Black Women will be present to accept the proclamation. EXPLANATION OF REQUEST: The President of the United States each year signs a Proclamation celebrating the women pioneers and leaders in our history as well as those unsung women heroes of our daily lives. Women's contribution to our Nation's life, culture history, economy and families have shaped us and helped us fulfill America's promise. During Women's History Month everyone should pause to pay tribute to the remarkable women who prevailed over enormous barriers, paving the way for women of today to not only participate in, but to lead and shape every facet of American life. The 2018 theme is "Nevertheless, She Persisted; Honoring Women Who Fight All Forms of Discrimination Against Women" HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? No affect. FISCAL IMPACT: Non -budgeted None ALTERNATIVES: Do not allow proclamation to be issued. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 24 of 634 ATTACHMENTS: Type D Proclamation Description Proclamation Page 25 of 634 Proclamation WHEREAS, American women of every race, class and ethnic background have made historic contributions to the growth and strength of our Nation in countless recorded and unrecorded ways and served as early leaders in the forefront of every major progressive social change movement and served courageously in the military; and WHEREAS, American women have played and continue to play a critical economic, cultural and social role in every sphere of the life of the Nation by constituting a significant portion of the labor force working inside and outside of the home and American women have played a unique role throughout the history of the Nation by providing the majority of the volunteer labor force of the Nation; and WHEREAS, American women have been leaders, not only in securing their own rights of suffrage and equal opportunity, but also in the Abolitionist movement, the Emancipation movement, the Industrial labor movement, the Civil Rights movement, and other movements; especially the peace movements, which created a more fair and just society for all; and WHEREAS, despite these contributions, the role of American women in history has been consistently overlooked and undervalued, in the literature, teaching and study of American history,- NOW istory;NOW THEREFORE, I, Steven B. Grant, Mayor of the City of Boynton Beach, Florida, do hereby proclaim the month of March, Two Thousand Eighteen as: Women's History Month. IN WITNESS WHEREOF, I have hereunto set my band and cause the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach Florida, the 6eh day of March, Two Thousand Eighteen. Steven B. Grant, Mayor ATTEST: Judith A. Pyle, CMC City Clerk 5.A. ADMINISTRATIVE 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Appoint eligible members of the community to serve in vacant positions on City advisory boards. The following Regular (Reg) and Alternate (Alt) Student (Stu) and Nonvoting Stu (N/V Stu) openings exist: Arts Commission: 1 Reg and 2 Alts Building Board of Adjustments & Appeals: 2 Regs and 1 Alt Employee Pension Board: 1 Reg Historic Resource Preservation Bd.: 1 Alt Senior Advisory Bd: 2 Alts EXPLANATION OF REQUEST: The attached list contains the names of those who have applied for vacancies on the various Advisory Boards. A list of vacancies is provided with the designated Commission members having responsibility for the appointment to fill each vacancy. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Appointments are necessary to keep our Advisory Board full and operating as effectively as possible. FISCAL IMPACT: Non -budgeted None ALTERNATIVES: Allow vacancies to remain unfilled. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 27 of 634 ATTACHMENTS: Type D Other Description Appointments Page 28 of 634 APPOINTMENTS AND APPLICANTS FOR MARCH 6, 2018 Arts Commission III Romelus Alt 2 yr term to 12/19 Tabled (3) IV Casello Alt 2 yr term to 12/19 Tabled (3) Mayor Grant Reg 2 yr term to 12/19 Tabled (2) Applicants None Building Board of Adjustments and Appeals I Katz Alt 2 yr term to 12/19 Tabled (2) IV Casello Alt 2 yr term to 12/19 Tabled (3) Mayor Grant Reg 3 yr term to 12/18 Tabled (3) II McCray Reg 2 yr term to 12/19 Tabled (2) Applicants None Historic Resources Preservation Board I Katz Alt 2 yr term to 12/18 Tabled (3) Applicant None Employee Pension Board III Romelus Reg 4 yr term to 12/20 Applicants None Senior Advisory Board II McCray Alt 2 yr term to 12/19 III Romelus Alt 2 yr term to 12/19 Applicants None Page 29 of 634 CONSENTAGENDA 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R18-035 -Assess the cost of nuisance abatement on properties within the City of Boynton Beach. EXPLANATION OF REQUEST: In accordance with the Municipal Lien Procedure on file in the City of Boynton Beach, the attached list contains the addresses of properties cited by Community Standards for nuisances abated by a City - contracted vendor. Finance sent an invoice to each property owner. There was no response within the required 30 -day period. Copies of the invoices were then forwarded to the City Clerk's Office for continuation of the procedure. The property owners were again issued a copy of the invoice and a letter which offered an opportunity to pay the invoice within an additional 30 -day period. The attached list contains the names of the property owners who have still not responded to our correspondence. At this point in the procedure, authorization is requested to record liens against these properties in the public records of Palm Beach County within 30 days of adoption of the Resolution. Prior to sending the Resolution to the County for recording, the City Clerk will send another letter to each property owner notifying them they have another 30 days to pay the invoice before the Resolution is sent for recording. An additional administrative fee of $30 will be added to the assessment when the Resolution is sent to the County for recording. Thirty days after the Resolution is recorded, the property owners will receive, by certified mail, a copy of the Resolution and another letter stating the unpaid balance will accrue interest at a rate of 8% per annum. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: This process allows us to place liens on the properties in order to reimburse the City for the services that were provided when the nuisances were abated. ALTERNATIVES: The alternative would be to not place liens on the properties and not collect for the service provided. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Page 30 of 634 Is this a grant? No Grant Amount: ATTACHMENTS: Type D Resolution D Exhibit Description Resolution approving nuisance abatement action E)diibitA Page 31 of 634 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 RESOLUTION NO. R18 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA ASSESSING THE COSTS OF ABATEMENT OF CERTAIN NUISANCES AGAINST THE OWNERS OF THE PROPERTIES INVOLVED; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, a contract vendor was requested by Code Compliance to mow the lots, remove vegetation and board up structures on the properties, described in Exhibit "A"; and WHEREAS, the owners of the parcel(s) of property hereinafter described were invoiced by the Finance Department in an effort to recoup these costs with no response; and WHEREAS, said nuisance was not abated as required; and, WHEREAS, all of the property owners listed in the attached Exhibit "A" were sent letters offering them an opportunity to remit within 30 days in order to avoid incurring a lien on their property; and WHEREAS, the City Manager or her authorized representative has made a report of costs actually incurred by the City and abatement of said nuisance as to the property(s) involved, which is described in Exhibit "A" attached to this Resolution; and WHEREAS, upon passage of this Resolution, the property owners will be furnished with a copy of this Resolution, and given one more opportunity to remit all costs associated with the abatement in full within 30 days of the passage of the Resolution, before transmittal to the County for recordation of Liens; and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA AS FOLLOWS: Section 1: Each Whereas clause set forth above is true and correct and incorporated herein by this reference. Section 2: The amount of costs incurred by the City and the abatement of the above-described nuisance as to the parcels of land, owned and indicated to wit: SEE ATTACHED EXHIBIT "A" C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\9C1EF82E-B596-45F0-85C8-1432D4C20DC3\Boynton Beach. 9223.1.Nuisance Abatement for 030618 - Reso.doc Page 32 of 634 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 Subject amount is hereby assessed as liens against said parcels of land as indicated, plus an additional administrative charge of $30.00 for each Lien. Liens shall be of equal dignity with the taxes there from for the year 2018, and shall be enforced and collected in like manner pursuant to applicable provisions of law. In the event collection proceedings are necessary, the property owner shall pay all costs of the proceedings, including reasonable attorneys fees. Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this day of , 2018. CITY OF BOYNTON BEACH, FLORIDA Mayor — Steven B. Grant Vice Mayor — Justin Katz Commissioner — Mack McCray Commissioner — Christina L. Romelus Commissioner — Joe Casello ATTEST: Judith A. Pyle, CMC City Clerk (City Seal) VOTE YES NO C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\9C1EF82E-B596-45F0-85C8-1432D4C20DC3\Boynton Beach. 9223.1.Nuisance Abatement for 030618 - Reso.doc Page 33 of 634 ca, 0 0 0 0 0 0 Q 00 00 00 00 00 00 Ln Q0 rn Q0 Q0 r, c 0 v� u r C 00 00 00 00 00 00 ao 0 Ln 00 Q0 Ln Q0 �0, LMn ©, Q v: ' N rn ci rn O rn O1 M l0 M 00 M M M M M M M qT � � � � 000 oN 0 Ln Ln o qT Ln ci ci N M O M M O O O O O O m O O O O O O � U: M l0 Il M ci ci ci i N ci ci ci ci 00 ci N N N N N N Ln Ln Ln Ln Ln Ln 00 00 00 00 00 00 ol O ol O ol O N I, M O -1 l0 O^ O^ N � O M -ZT �... ci ci ci ci ci ci n n n n n n ci ci ci ci ci ci J ... LL t LL LL LL J LL a J u t L U W (B Q t Uco U (6 t U (10 (10 41t CO E 41 m m 41 m y,. i O y'. CO (6 chi C C C 0 L!1 ci l0 Q O Ln Q C MC: l0 N M M C M l0 E C M T O M Y T v >- O >, '... 00 M J M LL CO M 0_ M 00 M 4 0 Oor m v 0 K J> i t 6 C 41 M + m + N N QJ C OJ CO Lu � 00 _ ) J i � O -O - i — V (n 41 W Ln 41 l0 O M N O t '..... Ln Q N K K c -I F N N I N Y O_ 7 O aJ O E ZaiN Y (D O_ O C aJ O O_ CL U C Gai to > 6 E U' ai Lor C — U J LL J Z E: N m Y z W � CN C L a J G E 02S gyp' ai W Z C c(6 G ro W i W = pp 7 n > O 0 Zn CONSENTAGENDA 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R18-036 - Approve renewals of Bid No. 013-1710-13/J MA with Commercial Risk Management and Gallagher -Bassett for Third Party Administration Services for Workers Compensation claims and Adjuster Services for Property and Casualty claims. The total estimated annual expenditures is $68,000. The renewal period begins on January 1, 2018 and terminates one year from that date. EXPLANATION OF REQUEST: On December 4, 2012, City Commission approved a three year contract (Resolution No. R12-125) with Commercial Risk Management for Third Party Claims Administrative Services for Workers Compensation, and a three year contract with Gallagher Bassett Services for Adjuster Services for Property and Casualty Claims. The RFP allowed for three (3) additional one-year renewal terms with the same terms and conditions and mutually agreeable rates. City Commission approved the first one-year renewal to these contracts on November 17, 2015. At the meeting of January 3, 2017, City Commission approved the second one-year renewals with a 3% rate increase for Gallagher Bassett Services. On November 3, 2017, Purchasing Services contacted both vendors about their interest in renewing the Contracts for the third and final renewal term. On November 3, 2017, Commercial Risk Management responded with their interest in renewing the Contract at the same prices, terms and conditions. On November 21, 2017, Gallagher Bassett responded with their interest in renewing the contract, but requested a rate increase of 3%. Negotiations between City staff and Gallagher Bassett have been ongoing since November 21, 2017 and have recently been finalized. Commission approval will authorize a 3% increase for the sixth and final year of the contract retroactive to January 1, 2018. Director of Human Resources and Risk Management and the Procurement Manager handled negotiations with the vendor and recommend approval. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? A one-year extension to the contracts will allow for continued claim administration for the City of Boynton Beach for the period January 1, 2018 through December 31, 2018. These services will be resolicited during the fourth quarter of this fiscal year or the first quarter of the next fiscal year. FISCAL IMPACT: Budgeted Funds for the Third Party Administration Services are budgeted and available from the following Risk Management accounts: Workers' Compensation Self -Insured: 522-1710-519-45-12 Other Contractual Services: 522-1710-519-49-17 ALTERNATIVES: To issue another Request for Proposal for these services, or to hire additional staff to perform claims services. Page 35 of 634 STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Resolution Description RESO Addendum for Gallagher Bassett Agreement Page 36 of 634 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 RESOLUTION NO. R18 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO SIGN AN ADDENDUM WITH GALLAGHER BASSETT FOR ADJUSTER SERVICES FOR PROPERTY AND CASUALTY CLAIMS FOR THE SIXTH AND FINAL YEAR OF THE AGREEMENT WITH A 3% RATE INCREASE; AND APPROVING RENEWAL WITH COMMERCIAL RISK MANAGEMENT FOR THIRD PARTY ADMINISTRATION SERVICES FOR THE SIXTH AND FINAL YEAR AT THE CURRENT RATE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on December 4, 2012 the City Commission approved a three year Agreement with Commercial Risk Management for Third Party Administration for Workers Compensation and with Gallagher Bassett for Adjuster Services for Property and Casualty claims; and WHEREAS, the RFP allowed for three (3) additional one-year renewal terms with the same terms and conditions and mutually agreeable rates; and WHEREAS, staff has negotiated a 3% rate increase for the sixth and final year of the Agreement with Gallagher Bassett; and WHEREAS, upon recommendation of staff, the City Commission does hereby approve the City Manager to sign an Addendum to Agreement with Gallagher Bassett for Adjuster Services for Property and Casualty claims with a 3% increase for the sixth and final year of the Agreement and approves renewal for the sixth and final year of the Agreement with Commercial Risk Management at the current rate. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, AS FOLLOWS: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 100073490.1306-90018211 1 Page 37 of 634 31 being true and correct and are hereby made a part of this Resolution. 32 Section 2. The City Commission does hereby approve the City Manager sign an 33 Addendum to Agreement with Gallagher Bassett for Adjuster Services for Property and 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 Casualty claims with a 3% increase for the sixth and final year of the Agreement, a copy of which Addendum is attached hereto as Exhibit "A" and approve renewal of the sixth and final year of the Agreement with Commercial Risk Management for Third Party Administration for Workers Compensation claims at the current rate. Section 3. This Resolution shall be effective immediately upon passage. PASSED AND ADOPTED this day of , 2018. CITY OF BOYNTON BEACH, FLORIDA YES NO ATTEST: Judith A. Pyle, CMC City Clerk (City Seal) 100073490.1306-90018211 Mayor — Steven B. Grant Vice Mayor — Justin Katz Commissioner — Mack McCray Commissioner — Christina L. Romelus Commissioner — Joe Casello RA VOTE Page 38 of 634 ADDENDUM TO AGREEMENT FOR PROFESSIONAL SERVICES FOR ADJUSTER SERVICES FOR PROPERTY AND CASUALTY CLAIMS This Addendum shall take effect on signature by both parties. THE CITY OF BOYNTON BEACH, FLORIDA, a municipal corporation, hereinafter referred to as "CITY", and GALLAGHER BASSETT SERVICES, INC., hereinafter referred to as "Adjuster" WITNESSETH: 1. The three-year Agreement for Professional Services between the City and the Adjuster commencing the 1st day of January, 2013 was approved by the City Commission by Resolution R12-125 and allows for renewal and extension. 2. The parties have negotiated a 3% increase for the sixth and final year of the Agreement with the adjustment retroactive to January 1, 2018. Now, therefore, in consideration of the mutual terms and conditions, promises, covenants and payments hereinafter set forth, City and Adjuster agree as follows: 1. TERM. The sixth and final year of this Agreement begins on January 1, 2018 and terminates one year from that date. 2. The Adjuster shall receive a 3% increase for the sixth and final year of the Agreement. 3. All other terms and conditions of the Agreement not specifically amended shall remain in full force and effect for the balance of the term of the agreement. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY ATTEST: Lori LaVerriere, City Manager APPROVED AS TO FORM: Judith A. Pyle, CMC James A. Cherof, City Attorney City Clerk 1 Page 39 of 634 STATE OF FLORIDA COUNTY OF PALM BEACH BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared Lori LaVerriere, as City Manager of the City of Boynton Beach, Florida, and acknowledged she executed the foregoing Agreement for the use and purposes mentioned in it, and that the instrument is her act and deed. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this day of 2018. My Commission Expires: NOTARY PUBLIC 2 Page 40 of 634 GALLAGHER BASSETT SERVICES, INC. WITNESSES: a STATE OF FLORIDA COUNTY OF PALM BEACH (Print Name) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared , and acknowledged he/she executed the foregoing Agreement for the use and purposes mentioned in it, and that the instrument is his/her act and deed. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on this day of 2018. My Commission Expires: 3 NOTARY PUBLIC Page 41 of 634 C00111 CONSENTAGENDA 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R18-037 -Authorize the City Manager to sign Letters of Intent (LOI) for three temporary lease spaces to allow staff to negotiate a final lease which will be brought back to the City Commission for review and approval. EXPLANATION OF REQUEST: The proposed schedule of construction for Boynton Beach Town Square includes removing the public structures housing City Hall, Police and Library staff. To facilitate the construction, the City will need temporary space to operated from to ensure uninterrupted City services. Staff, through E2L Real Estate Solutions identified three available buildings and is requesting approval to sign Letters of I ntent which will allow the City and the Lessor to begin to develop lease documents for consideration by the Commission when the Commission considers approval of Phase I I of the Boynton Beach Town Square. The LOI's do not commit the City to a lease or any expenses until a Lease is brought to the Commission for consideration after the Commissions decision on Phase I I of the project. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Based on the current proposed schedule for development of the Town Square project, the private developer is planning to start construction on the private development on the north block of the project at the same time the new City Hall/Library would be constructed. This requires that the City services located in the current City Hall, Police and Library space move to temporary locations to ensure continuation of services. FISCAL IMPACT: Non -budgeted None. Once lease negotiations are complete, leases will be brought back to Commission for review and approval, that action will have a fiscal impact included. ALTERNATIVES: STRATEGIC PLAN: Redevelop Downtown STRATEGIC PLAN APPLICATION: Completion of Boynton Beach Town Square CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 42 of 634 ATTACHMENTS: Type D Resolution 7b��� 71�111�10 Description Resolution authorizing the Letters of Intent LOI #1 LOI #2 LOI #3 Page 43 of 634 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 RESOLUTION NO. R18 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO SIGN LETTERS OF INTENT FOR THREE TEMPORARY LEASE SPACES TO ALLOW STAFF TO NEGOTIATE A FINAL LEASE WHICH WILL BE BROUGHT BACK BEFORE THE COMMISSION FOR REVIEW AND APPROVAL; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the proposed schedule of construction for Boynton Beach Town Square includes removing the public structures housing city hall, police and library staff, and WHEREAS, the City will need temporary space to operate from to ensure uninterrupted City services; and WHEREAS, staff, through E2L Real Estate Solutions identified three available buildings and is requesting approval to sign Letters of Intent which will allow the City and the Lessor to develop lease documents for consideration by the City Commission when the Commission considers approval of Phase II of the Boynton Beach Town Square; and WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon the recommendation of staff, deems it to be in the best interests of the City residents to approve and authorize the City Manager to sign Letters of Intent for three temporary lease spaces to allow staff to negotiate a final lease which will be brought before the City Commission for review and approval. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\BA0651I I-DA36-406F-A147-777FC305126C\Boynton Beach.9235.1.LOI for temporary_ lease_space_-_Reso.doc Page 44 of 634 28 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 29 being true and correct and are hereby made a specific part of this Resolution upon adoption 30 hereof. 31 Section 2. The City Commission hereby approves and authorizes the City 32 Manager to sign Letters of Intent for three temporary lease spaces to allow staff to negotiate 33 a final lease which will be brought before the City Commission for review and approval, 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 copies of the Letters of Intent are attached hereto as Composite Exhibit "A." Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this day of , 2018. CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Steven B. Grant Vice Mayor — Justin Katz Commissioner — Mack McCray Commissioner — Christina L. Romelus Commissioner — Joe Casello ATTEST: Judith A. Pyle, CMC City Clerk (City Seal) VOTE C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\BA0651I I-DA36-406F-A147-777FC305126C\Boynton Beach. 9235.1.L0I for temporary_ lease_space_-_Reso.doc Page 45 of 634 Intelligent Real Estate Solutions February 26, 2018 Kirk Nelson First Vice President CBRE, Inc. 5100 Town Center Circle, Suite 600 Boca Raton, FL 33486 Re: Final Letter of Intent — 2045 High Ridge Road, Boynton Beach, FL Dear Kirk: 1875 N.W. Corporate Boulevard Suite 280 Boca Raton, FL 33431 avisonyoung.com On behalf of the City of Boynton Beach, we have been authorized to submit the following response to your proposal dated February 7, 2018. PREMISES: 2045 High Ridge Road Boynton Beach, Florida 33426 SUBTENANT: City of Boynton Beach TENANT: Fantasy Chocolates, Inc. LANDLORD: Duke PGC at Quantum 1-9, LLC SQUARE FEET: Approximately 30,000 RSF of warehouse/office space. LEASE COMMENCEMENT: June 1, 2018 LEASE END: February 3, 2020 BASE RENT: $6.50 RSF ANNUAL ESCALATIONS: None CONCESSIONS: Subtenant shall have the last two (2) months of occupancy at no charge. OK OPERATING EXPENSES: In addition to the Base Rental rate, Tenant shall pay its pro -rata share of all customary and reasonable costs and expenses for operating, repairing and maintaining the Property and Building now estimated at $3.89 per square foot for 2018. The operating expenses include Real Estate Taxes, Insurance, Common Area Maintenance, Repairing and other miscellaneous charges. Trash and interior electric are to be the responsibility of the Tenant. Page 46 of 634 Intelligent Real Estate Solutions RIGHT TO AUDIT: Subtenant will have the rights detailed in the Master Lease DELIVERY OF SPACE: The space will be delivered in "as is" condition. Subtenant will be permitted to make any additional tenant improvements subject to Tenant and Landlord's review. Any improvements are to be at the expense of the Subtenant. EARLY OCCUPANCY AND ACCESS: Subtenant shall have the right to enter the Premises from and after the mutual execution of this Sublease to install furniture, fixtures and equipment and otherwise prepare the Premises for occupancy (collectively, the "Early Entry Activities") provided that such entry and installation work does not interfere with Tenants vacating the space. If Subtenant enters into possession of the Premises prior to the Commencement Date (or permits its contractors to enter the Premises prior to the Commencement Date) for the sole purposes of performing the Early Entry Activities, such early occupancy shall not affect the Commencement Date or incur any additional rental obligations. OK Deposit: One (1) month PARKING: Parking is detailed in the Master Lease. Parking is non-exclusive at the subject property. SIGNAGE: Subtenant may place its name and logo on the building. Ok, subject to Landlord and municipal restrictions and approval BUILDING SYSTEMS / HVAC: All Building Systems and HVAC shall be delivered in "Good Working" condition at Occupancy. INTERNET PROVIDERS: Current Tenant previously had AT&T Fiber but it is the Subtenant's responsibility to confirm availability and providers. REMOVAL OF LEASEHOLD The facility will be returned in the condition it was turned over to the IMPROVEMENTS: Subtenant at the expense of the Subtenant AGENCY DISCLOSURE: Pursuant to Florida Statutes, Ch. 475 regarding brokerage disclosure, Kirk Nelson of CBRE Inc. is representing the Tenant and Keith O'Donnell of Avison Young, Inc. represents the Subtenant. CBRE Inc. represents the Tenant by exclusive agreement. A real estate commission equal to 6% of the aggregate gross lease consideration is to be paid by the Tenant, split equally between representing brokers, 50% paid upon execution of Sublease Agreement and 50% paid upon the Sublease Rent Commencement Date. Page 47 of 634 Intelligent Real Estate Solutions TIME OF ACCEPTANCE: The terms of this proposal are open for acceptance for a period of fourteen (14) days and are always subject to prior leasing. This letter/proposal is intended solely as a preliminary expression of general intentions and is to be used for discussion purposes only. The parties intend that neither shall have any contractual obligations to the other with respect to the matters referred herein unless and until a definitive agreement has been fully executed and delivered by the parties. The parties agree that this letter/proposal is not intended to create any agreement or obligation by either party to negotiate a definitive lease/purchase and sale agreement and imposes no duty whatsoever on either party to continue negotiations, including without limitation any obligation to negotiate in good faith or in any way other than at arm's length. Prior to delivery of a definitive executed agreement, and without any liability to the other party, either party may (1) propose different terms from those summarized herein, (2) enter into negotiations with other parties and/or (3) unilaterally terminate all negotiations with the other party hereto. Sincerely, Keith O'Donnell Principal Avison Young AGREED & ACCEPTED City of Boynton Beach AGREED & ACCEPTED 4Fntasy Chocolates, Inc. Page 48 of 634 Intelligent Real Estate Solutions February 27, 2018 Gordon Messinger Managing Director Cushman & Wakefield 333 SE 2"d Ave., Suite 3900 Miami, FL 33131 Re: Letter of Intent — 3301 Quantum Blvd., Boynton Beach, FL Dear Gordon: 1875 N.W. Corporate Boulevard Suite 280 Boca Raton, FL 33431 avisonyoung.com On behalf of the City of Boynton Beach, we have been authorized to submit the following response to your proposal dated December 4, 2017. PROPERTY: 3301 Quantum Blvd. Boynton Beach, Florida 33426 LANDLORD: FH Quantum, LLC TENANT: City of Boynton Beach PREMISES: Ground Floor - Estimated to be +/- 23,000 RSF LEASE COMMENCEMENT Ninety (90) Days from lease execution which shall be no later than July 1, DATE: 2018. EARLY OCCUPANCY AND ACCESS: Tenant shall have the right to enter the Premises from and after the mutual execution of this Lease to install furniture, fixtures and equipment and otherwise prepare the Premises for occupancy (collectively, the "Early Entry Activities") provided that such entry and installation work does not interfere with Landlord's completion of Landlord's Work. If Tenant enters into possession of the Premises prior to the Commencement Date (or permits its contractors to enter the Premises prior to the Commencement Date) for the sole purposes of performing the Early Entry Activities, such early occupancy shall not affect the Commencement Date or incur any additional rental obligations. LEASE TERM: 24 Months from Lease Commencement BASE RENTAL RATE: $16.00 PSF Triple Net Tenant shall be responsible for janitorial and electric within the Premises. Page 49 of 634 Intelligent Real Estate Solutions OPERATING EXPENSES: In addition to the Base Rental Rate, Tenant shall pay its prorata share of operating expenses, insurance and real estate taxes ("Operating Expenses") which are estimated to be $6.00 per rentable square foot. RIGHT TO AUDIT: Within one hundred eighty (180) days after receipt of Landlord's statement of Operating Expenses, Tenant shall have the right to audit such statement and hire an independent consultant on either a fee or contingency basis to review on behalf of Tenant and to dispute any item or items that may be improperly included in the determination of the Landlord's cost for such given year and shall be reimbursed by Landlord for the costs of the audit if Operating Expenses are overstated by more than five percent (5%). PREPAID RENT: Upon lease execution, Tenant shall pay the Landlord an amount equal to one (1) month's rental payment, which amount shall be applied toward the first month's rental obligation. SECURITY DEPOSIT: N/A PARKING: Landlord shall provide unreserved parking spaces equaling 4 per 1,000 RSF in the surface parking lot surrounding the Property for the exclusive use of the Tenant and its visitors at no charge throughout the Initial Lease Term and renewals or extensions. Within the 4 per 1000 RSF parking Landlord will provide Tenant with a mutually agreed upon amount of reserved parking in a mutually agreed upon location parking for the general public. SIGNAGE: Tenant may place its name and logo on the building. Landlord shall place Tenant's name in the building's lobby directory board. LANDLORD'S WORK: Landlord shall show evidence of roof repair satisfactory to guarantee Tenants safe and healthy occupancy. HVAC units shall be delivered in good working condition. In addition to Landlord's Work, Landlord shall provide a cash allowance of $2.00 per RSF to Tenant with the only restriction that it cannot be applied towards free rent. SPACE PLANNING / ARCHITECTURAL SERVICES: Landlord agrees to pay for Tenant's architect to prepare a test fit or review of the premises which shall be deducted from the cash allowance of $2.00 per RSF to the Tenant. Page 50 of 634 Intelligent Real Estate Solutions RENEWAL OPTION BUILDING SYSTEMS / HVAC Two 6 -month options with 3% annual increases. The 15T option shall be with twelve (12) months written notice to Landlord. The 2"d option shall be with three (3) months written notice to Landlord. All Building Systems and HVAC shall be delivered in "Good Working" condition at Occupancy and, furthermore, Landlord shall warrant same throughout the term of the Lease and any extensions, at Landlord's cost. Landlord agrees that it shall provide Tenant with electricity for lighting and operation of typical office equipment, heat and air-conditioning for reasonable work conditions and any other services provided under their terms of the Lease during Business Hours, at no additional charge. The Building shall be open from 8:00 am to 6:00 pm Monday through Friday and 8:00 am to 1:00 pm Saturday, exclusive of holidays. Tenant shall have access to the Premises 24 hours per day, 7 days per week. The Building is not currently separately metered and the HVAC is included in the CAM. Landlord will provide the hourly cost for the overtime HVAC at a set dollar amount of $35.00 per hour. However Landlord will work with the Tenant to provide separately metered electric and HVAC controls if feasible. BUILDING SECURITY SYSTEM: There is currently key fab system to enter the Tenant's space. The City of Boynton Beach can work with ownership install their own system. With respect to Life Safety, the Building has fire sprinklers, emergency lighting, illuminated exit signs, strobe light alarms, fire pull boxes and fire extinguishers. INTERNET PROVIDERS: Please confirm that fiber is available to the Building. Also, note what Internet Providers service the Building. AT&T Fiber LANDLORD ACCESS TO PREMISES: Landlord shall have access to the Premises twelve (12) months prior to lease expiration for the purposes of marketing the Premises to future tenants. REMOVAL OF LEASEHOLD Upon expiration Tenant shall surrender the Premises in the same condition IMPROVEMENTS: as originally occupied (including the initial tenant improvements), less normal wear and tear and the removal of its furniture, fixtures and equipment along with any interior and exterior signage. Page 51 of 634 Intelligent Real Estate Solutions BROKERAGE: Tenant and Landlord acknowledge that neither has dealt with any real estate broker or agent in connection with the property other than Avison Young, which represents the Tenant, and Cushman & Wakefield of Florida, LLC, which represents the Landlord. This proposal is not intended nor shall it be deemed or interpreted to legally bind either party. Rather, this letter constitutes the agreement of Tenant and Landlord, subject to the termination rights set forth, to conduct further negotiations concerning a written lease agreement or amendment between Tenant and Landlord. No binding obligations of Tenant or Landlord shall arise unless and until such time as a binding lease agreement or amendment is negotiated and executed by all parties. Furthermore, Tenant and Landlord are free to negotiate with other parties simultaneously or at any other time. Tenant and Landlord agree to negotiate in good faith. Either Tenant or Landlord may for any reason and without cause, terminate negotiations or this letter at any time by serving written or verbal notice of such termination to the other party. Neither party may claim any legal rights or damages against the other by reason of submission of this request for proposal or by either party taking any action in reliance thereon. Sincerely, Keith O'Donnell Principal Avison Young AGREED & ACCEPTED City of Boynton Beach AGREED & ACCEPTED d FH Quantum, LLC Page 52 of 634 Intelligent Real Estate Solutions February 27, 2018 Gary Roskin Vice President Phoenix Realty Services, Inc. 941A Clint Moore Road Boca Raton, FL 33487 Re: Letter of Intent — 3602 — 3606 Quantum Blvd, Boynton Beach, FL 33426 Dear Gary: 1875 N.W. Corporate Boulevard Suite 280 Boca Raton, FL 33431 avisonyoung.com 1 On behalf of the City of Boynton Beach, we have been authorized to submit the following response to your email outlining terms dated February 15, 2018. PREMISES: 3602 — 3606 Quantum Boulevard Boynton Beach, Florida 33426 SUBTENANT: City of Boynton Beach TENANT: World Wide Ticket LANDLORD: Duke PGC at Quantum 1-9, LLC SQUARE FEET: Approximately 27,300 RSF of warehouse/office space. LEASE COMMENCEMENT: April 1, 2018 LEASE END: August 31, 2020 GROSS MONTHLY RENT: July 1, 2018 August 31, 2018 $24,501.75 September 1, 2018 August 31, 2019 $24,965.63 September 1, 2019 August 31, 2020 $25,453.37 Page 53 of 634 Intelligent Real Estate Solutions SECURITY DEPOSIT Subtenant will replace Tenants Existing Security Deposit currently on deposit with the Landlord. RIGHT TO AUDIT: Within one hundred eighty (180) days after receipt of Landlord's statement of Operating Expenses, Subtenant shall have the right to audit such statement and hire an independent consultant on either a fee or contingency basis to review on behalf of Subtenant and to dispute any item or items that may be improperly included in the determination of the Landlord's cost for such given year and shall be reimbursed by Landlord for the costs of the audit if Operating Expenses are overstated by more than three percent (3%). EARLY OCCUPANCY AND ACCESS: Subtenant shall have the right to enter the Premises from and after the mutual execution of this Sublease to install furniture, fixtures and equipment and otherwise prepare the Premises for occupancy (collectively, the "Early Entry Activities") provided that such entry and installation work does not interfere with Tenant's vacating of the space. If Subtenant enters into possession of the Premises prior to the Commencement Date (or permits its contractors to enter the Premises prior to the Commencement Date) for the sole purposes of performing the Early Entry Activities, such early occupancy shall not affect the Commencement Date or incur any additional rental obligations. PARKING: Subtenant requires 2 per 1,000 RSF surface parking for the exclusive use of the Subtenant and its visitors at no charge throughout the Sublease Term and renewals or extensions, in close proximity to the Premises. Please illustrate the location of the parking spaces. SIGNAGE: Subtenant may place its name and logo on the building. Landlord shall place Subtenant's name in the building's lobby directory board. BUILDING SYSTEMS/ HVAC: All Building Systems and HVAC shall be delivered in "Good Working" condition at Occupancy. INTERNET PROVIDERS: Please confirm that fiber is available to the Building. Also, note what Internet Providers service the Building. Page 54 of 634 Intelligent Real Estate Solutions REMOVAL OF LEASEHOLD The Subtenant shall not be obligated, financially or otherwise, to remove IMPROVEMENTS: or to restore its leasehold improvements at the expiration of the Term, whether installed by the Subtenant or the Landlord on behalf of the Subtenant. The Subtenant may remove signage, trade fixtures and furniture at the termination of the Sublease and shall not be required to restore the Premises to their original condition (even if such improvements were installed by the Subtenant or the Landlord on behalf of the Subtenant). AGENCY DISCLOSURE: Pursuant to Florida Statutes, Ch. 475 regarding brokerage disclosure, Gary Roskin of Phoenix Realty Services, Inc. is representing the Tenant and Keith O'Donnell of Avison Young, Inc. represents the Subtenant. Phoenix Realty Services, Inc. represents the Tenant by exclusive agreement. A real estate commission equal to 6% of the aggregate gross lease consideration is to be paid by the Tenant, split equally between representing brokers, 50% paid upon execution of Sublease Agreement and 50% paid upon the Sublease Rent Commencement Date. TIME OF ACCEPTANCE: The terms of this proposal are open for acceptance for a period of fourteen (14) days and are always subject to prior leasing. Page 55 of 634 Intelligent Real Estate Solations This letter/proposal is intended solely as a preliminary expression of general intentions and is to be used for discussion purposes only. The parties intend that neither shall have any contractual obligations to the other with respect to the matters referred herein unless and until a definitive agreement has been fully executed and delivered by the parties. The parties agree that this letter/proposal is not intended to create any agreement or obligation by either party to negotiate a definitive lease/purchase and sale agreement and imposes no duty whatsoever on either party to continue negotiations, including without limitation any obligation to negotiate in good faith or in any way other than at arm's length. Prior to delivery of a definitive executed agreement, and without any liability to the other party, either party may (1) propose different terms from those summarized herein, (2) enter into negotiations with other parties and/or (3) unilaterally terminate all negotiations with the other party hereto. Sincerely, Keith O'Donnell Principal Avison Young AGREED & ACCEPTED AGREED & ACCEPTED City of Boynton Beach Weldon, Williams & Lick, Inc owner of Worldwide Ticket & Label, Inc. Executive Chairman Title Page 56 of 634 6.D. CONSENTAGENDA 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Accept first quarter report on operations of the Schoolhouse Children's Museum an Learning Center for FY 17/18. EXPLANATION OF REQUEST: Per the City's Management Agreement with the Schoolhouse Children's Museum, the Executive Director shall submit a quarterly report to the City Commission of all of its activities, revenues and expenditures at a regularly schedule Commission meeting. Report covers October 1 -December 31, 2017. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? None FISCAL IMPACT: Budgeted None ALTERNATIVES: Do not accept the report. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Attachment Description FY17/18 1st Quarter Museum Report Page 57 of 634 Schoolhouse C h i s den " S M () SEE U M & I— Ir A 'k a N � N G Ali. i:: N TE. R Quarterly Report FY '17/'18 15t Quarter General Operations The first quarter of the fiscal year showed improvement in Admissions, Facilities/Parties and Membership Income as well as Revenue from Non -Government Grants compared with 15t quarter '16/'17. Overall Visitation was up 8%. Membership unit sales were flat, however, the associated income was up by 13% as a result of categories sold. The greatest impact on 15t quarter revenue was the receipt of a $13,000 grant from a local, private foundation. Revenue Gross revenue for the first quarter of '17/'18 was 6.3% higher than the same period last year. Excluding the City's support, income from operations, including fundraising increased by 18.4%. Total Gross revenue for FY '17/'18 — Q1 was $120,710 vs $113,603.44 vs $124,545.94 in FY '16/'17 — Q1. Expenses Overall Expenses for the first quarter of '17/'18 remained flat compared to the same period last year. Expenses for FY '17/'18 — Q1 were $117,196 vs. $117,447 in FY '16/'17 — Q1. Programming In addition to regular educational programming and group visits, the following special events and programs were conducted. October • Focused Field Trip — October 2nd • Outreach — Bridges — October 3rd • Fabulous Fun Friday —October 6th • Group Visit — October 91h • INCA Meeting — October 16th • Museum Closed - Prep for Schoolhouse Ahoy! — October 201h • Schoolhouse Ahoy (During Pirate Fest) — October 21" • Schoolhouse Ahoy — October 22nd • Outreach — Bridges — October 24th • Fabulous Fun Friday—October 27th Page 58 of 634 November • Fabulous Fun Friday — November 3rd • Outreach — Bridges — November 7th • Fabulous Fun Friday— November 17th • INCA Meeting — November 20th • Thanksgiving- Museum Closed — November 23rd • Outreach — Bridges — November 28th December • Fabulous Fun Friday — Marshmallow Madness — December 1St • Gingerbread Cookie Day— December 8th • Focused Field Trip — December 111h • Inca Meeting — December 11th • Hanukkah with " Miss Ellen" — December 13th • Fabulous Fun Friday — Polar Express Day — December 15th • Grinchmas! — December 201h • Santa's Workshop — December 22nd • Christmas Day - Museum Closed — December 25th • Fun with Boxes — December 27th • Snap, Crackle & Pop, Countdown to 2018! — December 291h Respectfully submitted, Suzanne Ross Executive Director Page 59 of 634 6.E. CONSENTAGENDA 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Approval funding in the amount not too exceed $10,000 for a Commercial Interior Build -Out Grant and an amount not too exceed $12,000 for a Commercial Rent Reimbursement Grant to Soleil Early Learning Academy, LLC., 2702 SW 8th Street, Boynton Beach, FL 33435. EXPLANATION OF REQUEST: Soleil Early Learning Academy, a childcare facility within the Boynton Beach city limits submitted two applications for financial assistance to the Economic Development Department. The first application is for $10,000 from the Commercial Interior Build -Out Grant Program and the second application is for $12,000 from the Commercial Rent Reimbursement Program. The Commercial Interior Build -Out Grant program offers financial assistance up to $15,000 to help offset upfront commercial remodel expenses associated with starting up or expanding business operations. The Commercial Rent Reimbursement Grant program offers financial assistance up to $12,000 in the form of rent payment reimbursement up to half of the business's monthly rent or $1,000 per month, whichever is less. The applicant meets all program guidelines required to be awarded funds from the Commercial Interior Build -Out and Rent Reimbursement Grants. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? As part of the City's Economic Development Program, incentives have been designed to provide financial assistance to new and existing businesses during the critical first or expansion year of operation. FISCAL IMPACT: Budgeted A maximum amount of $22,000 from account 001-2419-559-49-68. The City will reimburse on a quarterly basis. ALTERNATIVES: Approve lower funding or deny award. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Page 60 of 634 Grant Amount: ATTACHMENTS: Type D Grant Application D Grant Application D Addendum Description Commercial Interior Build -Out Grant Application Rent Reimbursement Grant Application Commercial Interior Build -Out and Rent Reimbursement Approved Checklist Page 61 of 634 x City of Boynton 2013/2014 Commercial!r Build -Out Assistance Program• • a (Please Type or Print Only — Use Additional Current Business ! Or, 1164m, flffiglffl�Wl Landlord's Mailing R No Existing amass® Yes_ No Square footage of expansion: Page 6 of 9 100 E. Boynton Beach Blvd P.O. Box 310 Boynton Beach, FL 33425-0310 Phone 561-742-6350 Fax 561-742-6357 %vww.bovntan-beaLh t 0 11111 11 1 1 11 1 ­­,'', LTIMIMAW 1, the undersigned, applicant(s) certify that all information presented in this application, and all of the information furnished in support of the application, is given for the purpose of obtaining a grant under the City of Boynton Beach Commercial Interior Build -Out Program, and it is true and complete to the best of the applicant(s) knowledge and belief. The applicant(s) further certifies that he/she is aware of the fact that he/she can be penalized by fine and/or imprisonment for making false statements or presenting false information. I further acknowledge that I have read and understand the terms and conditions set forth and described in the City of Boynton Beach Commercial Interior Build -Out Program Guidelines. I understand that this application is not a guarantee of grant assistance. Should my application be approved, I understand that the City may at its sole discretion discontinue subsidy payments at any time if in its sole and absolute determination it feels such assistance no longer meets the program criteria or is no longer benefiting the furtherance of the City mission, I hereby waive my rights under the privacy and confidentiality provision act, and give my consent the City of Boynton Beach, its agents and contractors to examine any confidential information giv herein. I further grant permission, and authorize any bank, employer or other public or private agen to disclose information deemed necessary to complete this application. j rll-cr-'oerl rV33MUMV iTSTUTaKe p los ol mysen and business to be used to promott; the program. I understand that if this application and the information furnished in support of the application a found to be incomplete, it will not be processed. i It is the responsibility of the applicant to READ AND UNDERSTAND all aspects of the Grant Program Application and Guidelines. Prind pall/Owner's Signature Printed Name Title M Printed Name Title Page 7 of 9 100 E. Boynton Beach Blvd P.O. Box 310 Boynton Beach, FL 33425-0310 Phone 561-742-6350 Fax 561-742-6357 www.b I Tnifials-6 Page 63 of 634 STATE OF. personally appeared A(NCLQVl UPLwho is personally j known to me or produced C_ as identification, and IN WITNESS OF THE FOREGOING, I have set my hand and official seal in the State and Couni aforesaid on this day of MZEMM�i 114 "'W m'E"p,11 SADIA HAQUE My Notary Public -State ofFlorida z4,a� - Commission: GG 144812 My Corn rn, Expires Oct 10, 2021 Page 8 of 9 100 E. Boynton Beach Blvd P.O. Box 310 Boynton Beach, FL 33425-0310 Phone 561-742-6350 Fax 561-742-6357 wvvw.boSmtoj3-bWhorn TARY PUBLIC Commission Expires: Initials,-= Page 64 of 634 Notary as to PrincipallOwner's Signatures. Multiple Notary pages may be used if signing individually. STATE OF !�� L C'-', COUNTY OF k,\ BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgements, 1� personally appeared _1L wc��� who is personally known to me or produced as identification, and acknowledged hetshe executed the for, i T 0 IN WITNESS OF THE FOREGOING, I have set my hand and official sea] in the State and Counin afo R � resaid on this S4 day of 20 (Notary seal/stamp) NOTARY PUBLIC SAMA HAQUE My Commission Expires: Notary PL'b"c —State Of Florida Commission: GC_ I MY CDM'-" &V'res Oct 10. 2021 Page 8 of 9 100 E. Boynton Beach Blvd P.O. Box 3 10 Boynton Boad, FL 33425-0310 66644"_' lhifials_C] Page 65 of 634 a Application and Guidelines. Print ame Title sTATr= OF COUNTY OF BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgements, personally appeared___, =a�4� , who is �er �nally. i.I► "1", 11 101121110215� i�, *11,111N I iforesaid on this day of NEMT�� Y PUBLIC My Commission Expires. - Page 9 of 9 100 E. Boynton Beach Blvd P '0 Bax310 Boynton Beach, Ft, 33425-03 M Phone 561-742-6350 Fox 561-742-6357 R -11M �W' I -hoEl—hor- Initialsffi m— Page 66 of 634 2013/2014 City of Boynton Beach Commercial Rent Reimbursement Program Application (Please Type or Print Only — Use Additional Sheets if Necessary) 1, 1 1 11 1 1 Fax: Email: i�Ne CIAINIZ L �Fed I -D# Months/year's @ Current Locatidn- New Business to Boynton Beach: Yes No Do you have an executed lease agreement? Yes_�Z No Mont nt:" % New Business Address (if applicable _ n�K No If yes, list any aditional grant sources and amounts: Page 6 of 9 100 E. Boynton Beach Blvd P.O. Box 3 10 Boynton Beach, FL 33425-03 10 Rilvx; r r 42qM57 wwwbovnton-beach.om lnifialS At. Page 67 of 634 1, the undersigned, applicant(s) certify that all information presented in this application, and all of the information fumished in support of the application, is given for the purpose of obtaining a grant under the City of Boynton Beach Commercial Interior Build -Out Program, and it is true and complete to the best of the applicant(s) knowledge and belief. The applicant(s) further certifies that he/she is aware of the fact that he/she can be penalized by fine and/or imprisonment for making false statements or presenting false information. I further acknowledge that I have read and understand the terms and conditions set forth and described in the City of Boynton Beach Commercial Interior Build -Out Program Gui•- r^ • e derstand that this application is not a guarantee of grant assistance. Should my application be approved, I understand that the City may at its sole discretion discontinue subsidy payments at any time if in its sole and absolute determination it feels such assistance no longer meets the program criteria or is no longer benefiting the furtherance of the City mission. -Will•-0 MMM I give permission to the City or its agents to take photos of myself and business to be used to promote the program. I understand that if this application and the information furnished in support of the application are found to be incomplete, it will not be processed. M It is the responsibility of the applicant to READ AND UNDERSTAND all aspects of the Grant Pff-Qgram Application and Guidelines. MM-MMOT", Principal/OwneesSlignature Daie" 1411, e_'j VN1)M1&V_ Printed Name Title 01;111101114:111�11q�!!11 11 i I 111011111111111M. Page 7 of 9 100 E. Boynton Beach Blvd P.O. Box 3 10 Boynton Beack FL 33425-0310 P_Y.ma4f Fig -54 174.149-57 www.boynton-beach.org WM_ M h-fitialff AA Page 68 of 634 individually. / . �' A STATE OF 'Y' ct--Q-- COUNTY OF )OC-Oryt't BEFORE ME, an officer duly authorized by law to administer oaths and tak(z acknowledgements, e�-x le i 12e, I;z personally appeared who is personally known to me or produced /--r as idencation, and acknowledged hetshe executed the foregoing Agreement for use and purposes mentioned in it and that the is hi instrument .4 act and deed. IN WITNESS OF THE FOREGOING I ve set my hand and official seal in the State and County aforesaid on this dav of -5 20__ a-- . NOTARY PUBLIC My Commission Expires: SADIA HAQUE Notary Public- State of;'orida Commission, GG 144612 My COMM ExPlreS Ot 10 20121 Page 8 of 9 100 E. Boynton Beact.... R t, P.O. Box 3 10 Boynton Beach, FL 33425-03 10 MONN#eftm tiald'AIL Page 69 of 634 j wri�j 9nMTFGs—LTWft7PM1oiary pages may 6e usea ir signing indivi6ually. STATE OF COUNTY OF V-,� BEFORE ME, an officer duly authorized by law to administer oaths and taki& acknowledgements, personally appeared Ar'\aur" I who is personally known to me or produced J as identification, and acknowledged he/she executed the foregoing Agreement f the use and purposes mentioned in it and that the instrument is hi /heir act and deed. IN WITNESS OF THE FOREGOIN� �, have set my hand and official seal in the State and County aforesaid on this .2,k --4 day of 0c�A _, 20 X—�( NZEZG# NOTARY PUBLIC My Commission Expires: Page 8 of 9 100 E. Boynton Beach Blvd P.O. Box 3 10 Boynton Beach, FL 33425-0310 www.bovnton-beach.org lnitiahscv Page 70 of 634 SADIA HAQUE Notary Public - State x%rida Commission tGG 1,9812 My Comm. Expire4 Oct 10 2021 NOTARY PUBLIC My Commission Expires: Page 8 of 9 100 E. Boynton Beach Blvd P.O. Box 3 10 Boynton Beach, FL 33425-0310 www.bovnton-beach.org lnitiahscv Page 70 of 634 Program Application and Guidelines. 71413172T Printed Name Title BEFORE ME, an officer duty authorized by law to administer oaths and take acknowledge2personally appeared pto me or pid roduced who isjf9rs6nWiW knq;jn� as entificati6n,-46-d-a—cW-n-o-wledged he/she executed the foregoing Agreement for the use and purposes mentioned in it and that the instrument is his/her act and deed. IN WITNESS OF THE FOREGOING, I have set my h d and official seal in the State and County aforesaid on this day of �f' 80 e ------------ K-0—TAR PUBLIC My Commission Expires: Page 9 of 9 100 Boy E.nton Beach Blvd P.O. Box 3 10 Boynton Beach, FL 33425-03 10 5t 1 -7424,357 ,m.bujVpn- achorg N� Initials, cN ft)c- Page 71 of 634 rfc=111111I" Solell Early Learning Academy, LLC 0 New Business 0 Existing Business Page 72 of 634 Rent Reimbursement 0 Build Out Request Business Name 2702 SW 81h Street, Boynton Beach, FL 33435 Street Address Cristine Thibodeau boyntonbeachdaycare@gmaii.com Contact Name Email 561-929-8149 Phone# Cell# COMMENTS i is i X orm X Business Tax Receipt — City Business Tax Receipt — County ------------------- X Corporate Documents X Executed/Proposed Multi -Year Commercial Lease Agreement X Resume or qualifications of all owner X [describing experience & track record] Two ] years of Corporate Tax Returns [existing businesses] X Two [] years of Personal Tax Returns [newbusinesses] Jobs to be Created [newbusiness] Job Descriptions Pay Range X Weekly Schedule Jobs Established [existing business] ® Job Descriptions ® Pay Range X ® WeeklySchedule Page 72 of 634 Page 73 of 634 Business Name '"Offimmmm, Cristine Thibodeau boyntonbeachdaycare@gmall.com Contact Name Email INNINARM Phone# New Business 11 Existing Business Rent Reimbursement El Build Out Request Cristine Thibodeau boyntonbeachdaycare@gmall.com Contact Name Email INNINARM Phone# 02,11, NEW Cell# DOCUMENTATION YES N/A COMMENTS Complete & signed application X IL W9 Form X 2 Business Tax Receipt — City X 3 Business Tax Receipt — County X 4 Corporate Documents X 5 Executed/Pro posed Multi -Year Commercial Lease Agreement X 6 Resume or qualifications of all owners X [describing experience & track record] 7 Two [2] years of Corporate Tax Returns [existing businesses] X 7 Two [2] years of Personal Tax Returns [newbusinesses] X S Jobs to be Created [new business) Job Descriptions • Pay Range X •Weekly Schedule 8 Jobs Established [existing business] • Job Descriptions • Pay Range X • Weekly Schedule Page 74 of 634 Page 75 of 634 6. F. CONSENTAGENDA 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Approve the rankings as recommended by the Selection Committees and authorize staff to conduct negotiations with the recommended top ranked proposers in each of the five (5) Scope Categories, to establish contracts in accordance with Request for Qualifications (RFQ) No. 046-2821-17/TP for General Consulting Services and as per Florida Statute 287.055, otherwise known as the Consultants' Competitive Negotiation Act (CCNA). At completion of negotiations, contracts will be brought back to the Commission for approval. EXPLANATION OF REQUEST: On September 26, 2017, pursuant to the Consultants' Competitive Negotiation Act (CCNA), Procurement Services opened a total of sixty-five (65) proposals in response to the "Request for Qualifications for General Consulting Services." This RFQ was issued seeking qualifications from firms interested in providing general engineering consulting services to the City. The general consulting services were separated into five (5) scope categories: Scope A — Water Plant Modifications, Capacity and Operation Evaluation; Scope B — Infrastructure I mprovements and Evaluations; Scope C —Ancillary Studies and Services; Scope D — Transportation Services; Scope E —Architectural and Landscape Design Services. Per the RFQ, a minimum of two (2) and a maximum of three (3) firms would be selected in each category. After reviewing all proposals in accordance with the evaluation criteria contained in the RFQ, in five (5) different public meetings, the selection committees scored and ranked the firms and shortlisted the following firms: SCOPE A RANKING Carollo Engineers, Inc. 1 CH2M Hill Engineers, Inc. 2 AECOM Technical Services, Inc. 3 CDM Smith, Inc. Tie Globaltech, Inc. Tie SCOPE B RANKING Arcadis U.S., Inc. 1 Carollo Engineers, Inc. 2 CDM Smith, Inc. 3 AECOM Technical Services, Inc. 4 SCOPE C RANKING Carollo Engineers, Inc. 1 CDM Smith, Inc. 2 Collective Water Resources, Inc. Tie Page 76 of 634 Globaltech, I nc. I Tie SCOPE D RANKING Kimley-Horn & Associates, Inc. 1 Calvin, Giordano & Associates, Inc. 2 Mathews Consulting 3 Michael B. Schorah & Assoc., Inc. 4 Erdman Anthony of Florida, Inc. 5 SCOPE E RANKING Gentile Glas Holloway O'Mahoney & Assoc., Inc. 1 West Architecture+ Design, LLC. 2 Song + Associates 3 Alexis Knight Architects, Inc. 4 CPH, Inc. Tie Synalovski Romanik Saye, LLC Tie In accordance with the process outlined in the RFQ, the shortlisted firms and their teams were invited to participate in oral interviews. Subsequent to the interviews, the selection committees independently scored each proposal and in five (5) publicly noticed final ranking meetings held on February 23, 2018, the committees disclosed their scores for the interviews. The Final Rankings are as follows: SCOPE A RANKING Carollo Engineers, Inc. 1 CH2M Hill Engineers, Inc. 2 Globaltech, I nc. 3 AECOM Technical Services, Inc. Tie CDM Smith, Inc. Tie SCOPE B RANKING Carollo Engineers, Inc. 1 Arcadis U.S., Inc. 2 AECOM Technical Services, Inc. Tie CDM Smith, Inc. Tie SCOPE C RANKING Carollo Engineers, Inc. 1 CDM Smith, Inc. 2 Globaltech, I nc. 3 Collective Water Resources 4 SCOPE D RANKING Kimley-Horn and Assoc., Inc. 1 Calvin, Giordano &Assoc., Inc. 2 Page 77 of 634 Mathews Consulting 3 Michael B. Schorah & Assoc., Inc. 4 Erdman Anthony of Florida, Inc. 5 SCOPE E RANKING Gentile Glas Holloway O'Mahoney & Assoc., Inc. 1 Alexis Knight Architects, Inc. 2 West Architecture+ Design, LLC 3 CPH, Inc. 4 Song + Associates 5 Based upon these scores, the Committees unanimously voted to accept the rankings and recommended by consensus to prepare an agenda item to City Commission recommending approval of these rankings and authorization to proceed in negotiating Contracts with the highest ranked firms per scope as follows: Scope A — Carollo Engineers, Inc.(Lakeworth); CH2M Hill Engineers, Inc.(Ft Lauderdale); Globaltech, Inc.(Boca Raton) Scope B — Carollo Engineers, Inc.(Lakeworth); Arcadis U.S., Inc.(Boynton Beach) Scope C — Carollo Engineers, Inc.(Lakeworth); CDM Smith, Inc.(Boca Raton) Scope D — Kimley-Horn &Assoc., Inc.(West Palm Beach); Calvin, Giordano & Assoc., Inc.(West Palm Beach) Scope E — Gentile Glas Holloway O'Mahoney & Assoc., Inc.(Jupiter); Alexis Knight Architects, Inc.(Boynton Beach); West Architecture + Design, LLC(Lantana) HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? By providing staff with the ability to negotiate for contracts, this will facilitate on-going capital improvement projects that will effectively and efficiently enhance operations City-wide. FISCAL IMPACT: Budgeted There is no fiscal impact as a result of this approval; contracts between the City and the selected firms will be submitted to Commission for approval. ALTERNATIVES: Not accept the committees' rankings; Re -rank and approve commission ranking; Request oral presentations to commission then rank; or Not to award and issue a new Request for Qualifications. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: Page 78 of 634 CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: ATTACHMENTS: Type D Attachment Description Ranking backup Page 79 of 634 The City of Boynton Beach PROCUREMENT SERVICES 100 E. Boynton Beach Boulevard F. 0. Box 310 Boynton Beach, Florida 33429-0310 961-742-6310 Fax: (961) 742-6316 NOTICE OF INTENT TO NEGOTIATE/AWARD SOLICITATION NO. RFQ NO. 046-2821-17/TP SOLICITATION TITLE: GENERAL CONSULTING SERVICES DATE OF NOTICE: FEBRUARY 27, 2018 At the Selection Committee meetings held on February 23, 2018, the Selection Committees for the above referenced solicitation scored and ranked the firms as follows: SCOPE A - WATER PLANT MODS., CAPACITY AND OPER. EVALUATION RANKING: 1. CAROLLO ENGINEERS, INC. 2. C112M HILL ENGINEERS, INC. 3. GLOBALTECH, INC. tie AECOM TECHNICAL SERVICES, INC. tie CDM SMITH, INC. The Selection Committee agreed by consensus to recommend award to the three (3) highest ranked firms: CAROLLO ENGINEERS, INC., C112M HILL ENGINEERS, INC., and GLOBALTECH, INC. SCOPE B - INFRASTRUCTURE IMPROVEMENTS AND EVALUATIONS RANKING: 1. CAROLLO ENGINEERS, INC. 2. ARCADIS U.S., INC. tie AECOM TECHNICAL SERVICES, INC. tie CDM SMITH, INC. The Selection Committee agreed by consensus to recommend award to the two (2) highest ranked firms: CAROLLO ENGINEERS, INC. and ARCADIS U.S., INC. e. ca's Gateway to thelfs Page 80 of 634 NOTICE OF INTENT TO NEGOTIATE/AWARD Page 2 SOLICITATION NO. RFQ NO. 046-2821-17/TP SOLICITATION TITLE: GENERAL CONSULTING SERVICES DATE OF NOTICE: FEBRUARY 27, 2018 SCOPE C - ANCILLARY STUDIES AND SERVICES RANKING: 1. CAROLLO ENGINEERS, INC. 2. CDM SMITH, INC. 3. GLOBALTECH, INC. 4. COLLECTIVE WATER RESOURCES The Selection Committee agreed by consensus to recommend award to the two (2) highest ranked firms: CAROLLO ENGINEERS, INC. and CDM SMITH, INC. SCOPE D - TRANSPORTATION SERVICES RANKING: 1. KIMLEY-HORN AND ASSOCIATES, INC. 2. CALVIN, GIORDANO & ASSOCIATES, INC. 3. MATHEWS CONSULTING 4. MICHAEL B. SCHORAH & ASSOCIATES, INC. 5. ERDMAN ANTHONY OF FLORIDA, INC. The Selection Committee agreed by consensus to recommend award to the two (2) highest ranked firms: KIMLEY-HORN AND ASSOCIATES, INC. and CALVIN, GIORDANO & ASSOCIATES, INC. SCOPE E - ARCHITECTURE AND LANDSCAPE DESIGN SERVICES RANKING: 1. GENTILE GLAS HOLLOWAY O'MAHONEY & ASSOCIATES, INC. 2. ALEXIS KNIGHT ARCHITECTS, INC. 3. WEST ARCHITECTURE + DESIGN, LLC 4. CPH, INC. 5. SONG + ASSOCIATES The Selection Committee agreed by consensus to recommend award to the three (3) highest ranked firms: GENTILE GLAS HOLLOWAY O'MAHONEY & ASSOCIATES, INC., ALEXIS KNIGHT ARCHITECTS, INC. and WEST ARCHITECTURE + DESIGN, LLC errca's Gateway tothelfs Page 81 of 634 NOTICE OF INTENT TO NEGOTIATE/AWARD Page 3 SOLICITATION NO. RFQ NO. 046-2821-17/TP SOLICITATION TITLE: GENERAL CONSULTING SERVICES DATE OF NOTICE: FEBRUARY 27, 2018 This Intent to Award will be presented to City Commission as a recommendation to approve the Selection Committee Rankings and award contracts to the highest ranked firms as listed above. This Notice is conditioned upon and subject to the City of Boynton Beach's reservation of rights as contained in the RFQ documents and approval by the City Commission. In accordance with Section 2-355 of the Palm Beach County Code of Ordinances, the Cone of Silence remains in effect for this solicitation until award, rejection or other action is taken by the applicable award authority to otherwise end the solicitation process. Submitted by: Ilyse Triestman Digitally signed by Ilyse Triestman DN: cn—llyse Triestman, o, ou—Finance Department, email—triestmani@bbfl.us, c—US Date: 2018.02.27 10:37:45 -05'00' Ilyse Triestman, CPPO, CPPB, FCCN Purchasing Manager errca's Gateway tothelfs Page 82 of 634 V LL. w z V V Y Z N N N M O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q O O O O O O O O O 505 O O O O ¢ rr�N rnrnrnN �comN comrnN mcomN U z O O O O O O O O O O O O O O O Z. X O O O O O O O O O O O O O O O <0< Z w In In In In In In In In In v In In c In In U z a o zo O 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 w¢ co moi co moi ��oi co moi co eco wi =o U ,U„ �� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O a ¢ co ai co of co co co of of co of a ¢ i i ow w U O O o of z a � O Y U p 3 0 Zw yw v o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ve x 0 0 0 cd o ori 0 0 0 co o co 0 0 0 co ori o 0 0 0 ori ori ori 0 0 0 c ori ori a N M M M S M N M M M M M M M M w d O z U 0- !R Q W O O O O O O O O O O O O O O O U O O O O O O O O O O O O O O O LL w a a N N N N N N N N N N N N N N N z 0 a LL'LL' LL' LL' LL' O O O O O a a a a a a a a a a U Li r Z r r r r Lu w Lu Lu w Z 0 Li 3 Z Z W W F Y 0 F Y F Y J F Y F Y K= J K 2 2 = 2 2 3 w 0 3 w 3 w 2 3 w 3 w a Q O a a 0 O a 0 a. N = O a a 0 O a 0 a� U) W U 5w LU U) cD Z H J Z O U J W z W p V LL w N z O F Q J W D z Q N F z w m W w IL 9 w w 7 F U 7 F N 9 LL Z 00 W IL O U a N 00 N co V O a N 00 M i;4 U' Z z QZ K J z LL w 4- 0 co z Y N r a O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q O O O O O O O O O O O O O ¢ mcomN co mcoN m�mN comrnN U U z. X o 0 0 o 0 o 0 0 0 0 o 0 0 0 0 o 0 o 0 0 0 0 o 0 <0< z wi ori ori ori ori ori ori ori ori ori ori ori ori U z a o z. O o 0 o 0 0 0 0 o 0 0 0 0 o 0 o 0 0 0 0 o 0 0 0 0 w Q w a =o U ,U„ �� o00 0 0 0 000 0 0 0 000 0 0 0 000 0 0 0 O a ¢ � ai co co co co of � co of � of i Q � i o w w U � p o ¢ p ¢ ai of co of of of of of of z z a � O Y U p 3 0 z w a etl X 0 0 0 0 0 0 0 0 0 0 0 0 a M M M M M M M M M M M M wa 'o z U 0— !R a W N O O O O O O O O O O O O U o 0 0 0 0 0 0 0 0 0 0 0 X LL N O M N O O N O V w a a N N N N N N N N N N N z O a LL' LL' LL' LL' O O O O a a a a U Z N Q Q Q Q W U o o Lj oz o w uS J U_ W Z Z_ Z U N z w = W F Y F Y F Y 0F Y Z w M Z w Z w J Z w V U 0 V w U . U J . U W O Q O a rc O Q a O rc O Q O a rc a O Q a O rc a:fl -i. Li a :�-5Li Li () Li w 4- 0 co U z Z z N V M a O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q 0 O O 0 O O O O O O O O N O X M� M'll V O N T M NMO O a rn�rnN �m�oN ���N �m�oN U U z. X 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 <0< z wg ori ori ori ori ori ori c ori ori v U z 0 � z 0 0 0 0 0 0 0 0 0 0 0 0 O u,X 000 000 000 000 w ¢ ai of of co of of co wi =o U ,U„ �� 000 0 0 0 000 0 0 0 000 0 0 0 000 0 0 0 O a ¢ ai co of co co co co � co co co of a ¢ i i o w w U O O o z O¢ o o o o o of z z a O U p 3 a 0 z w 0 w? 0 0 0 0 0 0 0 0 0 0 0 0 a etl X 0 0 0 0 0 0 0 0 0 0 0 0 a M M M M M M N M M M M M w d O z U 0-Z o !R QW O O O O O O O O O O O O U 0 0 0 0 0 0 0 0 0 0 0 0 X LL N O N O O N w a a N N N N N N N N N N N z O a LL'LL' LL' LL' O O O O a a a a a a jj a a rr r r Li o o o 0 U Z U Z 2 U F Y F F Y F Y F F Y W W W W W V N W lid U W U w Q W U O Q O O Q O o O Q O o 0 O Q O a J a d' Li U Li Li t7 ci 4- 0 LO co N W U w W N z O F F O A cn z 9 V L N N co o 4- 0 co 0) 0- z z Y Z M N a O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q O O O O O O O O O O O O O O O x r N r CO CO r 00 CO r CO a rn�rnN rnrnrnN rn��N rnrnN rn���, a h � U z Z. x O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O <0< Z w In In In In In In In In In In In In In In In U z a o g U z7 0 0 0 0 0 0 0 0 0 0 0 0 O xa o 0 0 o 0 0 0 0 0 0 0 0 0 0 0co 0 0 0 0 0 0 0 0 0 0 0 o W wi =o U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � �¢ X00 of oil co of of ��oi co of co a ¢ i i w U O p o a oo 0 o 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 o00 0 0 0 00oD 0 0 0 oo�o 0 0 0 ooco 0 0 0 ooco Qoa o� z a �o Y U p 3 tt a 0 z w yw v o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ^nx 0 0 0 oo� 0 0 0 oco cd 0 0 0 ocd� 0 0 0 o�co 0 0 0 oco ri a A M M V M M F N M V M M V N M w d O z U O Z o Q W O O O O O O O O O O O O O O O U O O O O O O O O O O O O O O O x LL O O M O N w a a N N N N N N N D N N N N N N N z O a LL'LL' LL' LL' LL' o o o o _ o O O aQ a al a a U �14 ca ws o O n o o 0 o o N W a N �e y m o o zz z a o a o z Z o O o 0 0 0 0 F} w o O w o w o t w o w o 7 a Y Z m Y m Y } Y - Y n a z w V j z w V Z w V W z J w V z w V Z 00 > > =1 a J > a 0�� > a > > 0�� a > 0�� > a ci > > 0=1 =1 a U U t9 Q U t9 Q t9 Q Y t9 Q z t9 Q co o 4- 0 co 0) 0- V L N N U z a y O Q O O O O O O O O O O O O O O O O O co a y y U z z X O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O a O a z w In In c In In v In In v In In c In In c U z y 0 g z U o 0 0 o 0 0 0 o 0 0 0 o 0 0 0 o 0 0 0 o o w Q wi xo U U a 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 a ¢ i i o w w U O 'po oa o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q O¢ m o 0 0 0 o 0 0 c o d o 0 0 of z a � O Y U p 3 tt a D Z w a etl X O O O O O O O O O O O O O O O a S V M V C M V C M S V M S V M W z U Q Z y Q O O O O O O O O O O O O O O O UW O O O O O O O O O O O O O O O X LL 0 w a a D N N N N N N N N N N N N N N N d a LL'LL' LL' LL' LL' LL' o o o o o o U � J J } F F F F F� F y Y w 7 F z 0 W fn Y N ~ = z w w w G w G w U a w = Ana °n ��a ��a z ��a vii m duu o x a U m o 4 x y ¢ m o duu x m 466 o x 5.m rn o duu x w m 0 duu 2 'IT (Y) 4- 0 I— co 6.G. CONSENTAGENDA 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Approve the minutes from the Regular City Commission meeting held on February 20, 2018 EXPLANATION OF REQUEST: The City Commission met on February 20, 2018 and minutes were prepared from the notes taken at the meetings. The Florida Statutes provide that minutes of all Commission meetings be prepared, approved and maintained in the records of the City of Boynton Beach. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? A record of the actions taken by the City Commission will be maintained as a permanent record. FISCAL IMPACT: Non -budgeted N/A ALTERNATIVES: Do not approve the minutes STRATEGIC PLAN: Building Wealth in the Community STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Minutes Description Minutes 02-20-18 Page 88 of 634 MINUTES OF THE REGULAR CITY COMMISSION MEETING HELD ON TUESDAY, FEBRUARY 20, 2018, AT 6:30 P.M. IN COMMISSION CHAMBERS, CITY HALL 100 E. BOYNTON BEACH BOULEVARD, BOYNTON BEACH, FLORIDA PRESENT: Steven B. Grant, Mayor Justin Katz, Vice Mayor Mack McCray, Commissioner Christina Romelus, Commissioner Joe Casello, Commissioner 1. OPENINGS A. Call to Order - Mayor Steven B. Grant Minister Macon gave the invocation. Lori LaVerriere, City Manager James Cherof, City Attorney Judith A. Pyle, City Clerk Pledge of Allegiance to the Flag led by Commissioner Casello Roll Call City Clerk Pyle called the roll. A quorum was present. Agenda Approval: 1. Additions, Deletions, Corrections Commissioner Casello requested the City Attorney prepare a template for a possible gun control Resolution. Stated the City was preempted by State law from making their own local laws. This item to be place under New Business A. Vice Mayor Katz requested to add under New Business B, a discussion regarding assignment of a City representative for the Quantum Homeowners Association. New Business C to possibly schedule a joint workshop meeting with the QPOD. Mayor Grant requested to move item 13 A to be heard before Consent Agenda. Commissioner Romelus requested to add 12 D to approve the request for her Community Support Funds to South Tech Academy. Mayor Grant stated this would be heard after 13 A and before the Consent Agenda 2. Adoption Page 89 of 634 Meeting Minutes City Commission Boynton Beach, Florida Motion February 20, 2018 Commissioner McCray moved to approve the agenda as amended. Commissioner Romelus seconded the motion. Vote The motion unanimously passed. 2. OTHER A. Informational items by Members of the City Commission Vice Mayor Katz met with representative from the Olen Group. Met with Douglas MacDonald, of the Property Owners' Association of Quantum. Spoke with the Boynton Beach Chamber of Commerce. Commissioner McCray spoke with the Olen Group. Met with Douglas MacDonald from the Property Owners' Association of Quantum. The Robert E. Wells Love Feast was a success. Thanked City staff and the CIA. it was a lovely affair and Minister Wright did a lot of work. Suggested next time the CRA and Robert E. Wells Foundation could have a combined event. Thanked Mr. Livergood regarding signs being replaced. Requested a meeting with the Acting Chief of Police. Gave Kudos to staff from Solid Waste and Parks regarding the homeless person which moved onto City property. Commissioner Romelus wanted to stand in solidary with those who have been wounded. Indicated she finds herself double checking the doors and looking at plans of exit for her students. She wanted to wish everyone a happy Black History month. Today was Commissioner Casello's Birthday. Commissioner Casello said his thoughts are with the victims of the Parkland shooting. Suggested hug your children a little tighter; kiss them and let them know they are loved. Mayor Grant said on February 9 he attended the Magic Wheels and Special Deals Event at the Barrier Free Park. Attended a ribbon cutting ceremony at the Barrier Free Park. Given a ride along with Sergeant Dunlop and Rivera. Recommended the Commission to contact Chief Harris to get a better idea of what the police officer go through on a daily basis. Attended the Palm Beach County Transit Planning agency meeting in Palm Beach Gardens. He will be attending the Complete Streets Summit. On February 17 attended the Spady Cultural Heritage Museum day. He suggested this was something the CRA should plan to have for Black History Month. Played golf at the Links, the course was looking good. Participated in a gun violence demonstration in Delray Beach. Stated the main thing that needs to happen was to keep people accountable. He spoke with Mike Weiner and Britney Brumgradner. 2 Page 90 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 3. ANNOUNCEMENTS, COMMUNITY & SPECIAL EVENTS & PRESENTATIONS A. Proclaim the week of February 25, 2018 as Eating Disorders Awareness Week. Catherine Herman, the Director of Development, from The Alliance For Eating Disorders Awareness will be accepting the proclamation. Mayor Grant read the proclamation and presented it to Catherine Herman. Catherine Herman, Director of Development from the Alliance for Eating Disorders Awareness stated this was very important to have this disease recognized. Eating Disorders have the highest mortality rates of any mental illness. Informed the audience there are resources available. Announced there was an awareness walk Saturday March 3, 2018 in Coconut Creek. Commissioner McCray thanked Ms. Herman for bringing this to the Commission's attention. B. Announcement by Michael Corbett, Director, Business Development for Career Source Palm Beach County, regarding a Construction/Trades Hiring Event on Tuesday, February 27 from 3:30 p.m. to 6:00 p.m. at Carolyn Sims. Mayor Grant announced Career Source Palm Beach County will host a hiring event at the Carolyn Sims Center. Michael Corbett, Director, Business Development for Career Source Palm Beach County, announced a Construction/Trades hiring event for Tuesday, February 27th at the Carolyn Sims Center. Explained Career Source has room for 35 companies, 16 companies have already signed up. He indicated he would provide an update as to how many people were hired at a later date. Commissioner Casello asked how many trade unions the Career Source of Palm Beach County contacted? Mr. Corbett indicated they contacted the Electricians, Plumbers and Sheet Metal so far. Commissioner Casello indicated Shawn Mitchell called and was disappointed that none of the unions had been contacted. He encouraged the Center to get all the unions on board. This was a great opportunity to get more unions invited. Mr. Corbett responded the unions usually show up to these events. Commissioner Casello indicated it would be nice to send an invitation to the unions. Commissioner McCray inquired as to who created the flyers. Mr. Corbett replied Career Source created the flyers. 3 Page 91 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 4. PUBLIC AUDIENCE INDIVIDUAL SPEAKERS WILL BE LIMITED TO 3 MINUTE PRESENTATIONS (at the discretion of the Chair, this 3 minute allowance may need to be adjusted depending on the level of business coming before the City Commission) Mary Law 625 S Federal Highway, stated Glen Wexler in the Community Standards charged Lucy Land, LLC, in July 207 with erroneous code violations at 703 S. Federal Highway for an unpermitted fence violation. Stated on February 27, 2013, her client received a final fence approval by Glen Wexler. in July 2017 when the code violation was issued, Mr. Wexler must not have completed a permit search. Mr. Wexler was the person which approved the fence permit. She indicated that violation has been verbally dismissed. Mr. Woods would not remove it from the violation paperwork. It was intended to continually make her client look as though they are violators. In September 2016, Mario Faga president of Camel Towing leased an office at 625 South Federal Highway for his towing business. In his lease he was given permission to park cars at 625 and 703 South Federal Highway. He gave the Business Tax office the application for the Business Certificate of Use and all other required documents. On September 26, 2016 the Business Tax office issued Mr. Faga two Business Tax Receipts. Then 7 months later the City issued a Code Violation against Mr. Faga, and instructed him to remove the cars from 703 South Federal Highway. She indicated they had no legal authority to remove the cars as they had a lease with her client's office. This harassment by the City caused Camel Towing to move and they lost a very professional business. Mayor Grant stated this cannot be discussed under Public Audience. Ms. Law wanted to request a motion to dismiss. Mayor Grant asked if the Commission wanted to have a motion of reconsideration. Vice Mayor Katz indicated he needed to hear from staff. Commissioner Romelus suggested adding this to Future Agenda Items for the next Commission meeting. Ms. Law stated there was a scheduled hearing before the magistrate. Ms. Law said these were not Code violations, these were City mistakes. Mayor Grant indicated this was a decision for the Magistrate. Commissioner Romelus directed staff send an email to the Commission regarding this situation. Susan Ross, Schoolhouse Children's Museum, was here to sing the praises of the Boynton Beach Garden Club. Beautiful gardens serve as a host and a food source. The Gardens host the Atala butterfly which was once considered threatened. It was a pleasure to see families enjoying the butterfly gardens. The Garden Club will host the 0 Page 92 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 third annual arts in bloom to take place on March 2-3, 2018. There will be an exhibit of floral arrangements. This year there would be two works of art. This was a free event. She encourages everyone to come out to view the floral arrangements. There was an opening night reception from 5-7 pm. Susan Oyer, 140 SE 27 Way, stated the trees on Ocean Avenue are still Pirate Feast colors. She was under the impression the colors would be changed to coordinate with all the holidays throughout the year. She suggested choosing a color and leave it. She suggested a warm white color so that the trees will grow. She stated plants do not grow with other colors shinning on them. She was distressed about the situation regarding the house across the street from her. The owner was in jail, now his sister, girlfriend and the baby's mother are living there. She has been threatened on several occasions. Wanted to know what was being done about this house. Informed the Commission the homeowners were renting rooms without a BTR. She wanted to know what was going on, at what point the City can foreclose on this home. This was a prime example of one bad house in a very good neighborhood. Sending a Compliance officer was not solving the problem. Vice Mayor Katz, indicated this was for law enforcement to hander. Ms. Oyer said the police were aware of the situation. Commissioner Casello indicated he will get back with Ms. Oyer. Commissioner McCray stated they needed to follow protocol, requested Mr. Woods to get with the Commission regarding this situation. Carl Sloan, 39 Hampshire Lane, was here today as the Chair of the Hunter Run Governmental Relation Committee. Hunters Run is a country club community of 1650 homes. The residents are afraid to go to the Boynton Beach mall. Because of the lack of police presents this has caused the members to go to other malls. This means the City of Boynton Beach loses sales tax revenue and the shop owners lose income. These same conditions exist at the Publix located at the intersection of Congress and Boynton Beach Boulevard. Please do something about this problem. The average age of the membership is in the mid 80's and they want to be safe when they are shopping. He's requesting an update on the facility the City approved for construction of an inpatient medical facility for memory care. Almost daily Police Officer Slater files reports on various incidents in Boynton Beach such as fires, stolen property, and murder and on and on. Mr. Sloan was thankful that Boynton Beach Police was protecting them, but questioned why the need to scare the residents with such vivid rendering. Harry Woodward 685 NE 15th Place, attended the board meeting for INCA. New members of the community came to see what was going on. When they purchase their home they knew what they were buying into. What was a mystery to them was the B&B's and Sober Homes. Mr. Woodward stated the members of INCA are spending a lot of money in Boynton Beach. They live in a waterfront community and this is what is 5 Page 93 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 going on. Everyone knows these homes are being purchased as B&B's. The noise is unbelievable. There are now derelict vessels; they have pulled out more than once. Slum and blight, why can't the City of Boynton Beach do something about this. Commissioner McCray asked the Acting Chief Harris to provide an update of what was going on in this area. Herb Suss, 1711 Wood Fern Drive, heard Commission Romelus speaking about being afraid; he took an oath to defend the Constitution and defend the people of the United States. He said the President took the same oath and he was not doing anything to protect the people of the United States. Congress passed overwhelming sanctions on Russia. The President was not imposing those sanctions. Wanted to compliment the Fire Chief and all the fire professionals for doing a great job. Barbara Beradine 9873 Lawrence Road, wanted to thank all the elected officials. Jean Waters, 280 Main Boulevard, wondered if this was the old police station. She stated she did not go through any metal detectors. Asked if the City was going to build a new building, and if the new buildings have metal detectors' Commissioner Romelus stated on March 13 there will be a special meeting regarding Town Square. Mayor Grant said seeing no one else coming forward, Public Audience was closed. 5. ADMINISTRATIVE A. Appoint eligible members of the community to serve in vacant positions on City advisory boards. The following Regular (Reg) and Alternate (Alt) Student (Stu) and Nonvoting Stu (N/V Stu) openings exist: Arts Commission: 1 Reg and 2 Alts Building Board of Adjustments & Appeals: 2 Regs and 1 Alts Employee Pension Board: 1 Reg Historic Resource Preservation Bd: 1 Alt Senior Advisory Bd: 2 Alts Mayor Grant stated they were no applications for the Arts Commission, Building Board of Adjustments & Appeals, Employee Pension, Historic Resource Preservation Board or the Senior Advisory Board. 12 D Boynton Beach Short Film Festivals, Community Support Funds for Commissioner Romelus. 0 Page 94 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 Commissioner Romelus would like to donate $300 from her Community Support Funds to the Boynton Beach Short Film Festival. Larry Richmond, 1300 SW 30 Street, on behalf of the students and staff of South Tech Academy, wanted to thank Commissioner Romelus. He indicated this was the only Film Festival run by a High School. The students of South Tech work within their curriculum. This was not done anywhere else. He indicated one of the best things about having the Film Festival in Boynton Beach was for the potential to bring in tourist dollars. Commissioner Caseiio inquired if he has they worked with Boynton Beach High School, they have a group there to Co-sponsor production. John Polardis, Film Instructor, indicated they have not partnered with any other school. The largest outreach was with Palm Beach County Schools for submissions. It was important for the school to have South Tech voices heard through their art. He stated he could not express the joy on the students and the teachers to have the opportunity to have the community screen their work. It was not enough to place their work on Youtube. To have an entire community to partner and share was part of the process. He hopes the Commission sees the value in supporting the Short Film Festival. Commissioner McCray indicated he received an email about the Boynton Beach Short Film Festival. Inquired how many were in attendance last year. Mr. Polardis responded they sold about 100 seats with each block of films shown. Commissioner McCray stated he would like to donate $500 from his Community Support Fund. Motion Commissioner Romelus moved to approve both donations. Commissioner Caseilo seconded the motion. Vote The motion unanimously passed. 6. CONSENT AGENDA Matters in this section of the Agenda are proposed and recommended by the City Manager for "Consent Agenda" approval of the action indicated in each item, with all of the accompanying material to become a part of the Public Record and subject to staff comments. Mayor Grant pulled item D. 7 Page 95 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 A. PROPOSED RESOLUTION NO. R18-027 - Authorize the Mayor to sign an Agreement with Palm Beach County (COUNTY) to facilitate an assessment process per COUNTY Code, Chapter 26 — Special Districts, Article II, Municipal Service Taxing Units (MSTU) for the construction of water and sewer pipelines, fire hydrants, water meter boxes and other associated materials within the County Road right of way (PROJECT). B. PROPOSED RESOI II TION NO. R18-028 - Authorize the City Manager to sign Tower Site License Agreement with Crown Castle of Canonsburg, PA 15317, iease amount $4,800 per year for Utility Meter Services automated meter infrastructure 3rd tower antennae installation. C. PROPOSED RESOLUTION NO. R18-029 - Authorize the Mayor to sign an Interlocal Agreement with the CRA for technical support services. D. PROPOSED RESOLUTION NO. R18-030 - Authorize Mayor Grant to sign the Global Covenant of Mayors for Climate and Energy Commitment Letter. Mayor Grant requested staff to provide an overview. Inquired as to the different in this agreement and the Paris agreement? Colin Groff, Assistant City Manager, explained the Global Covenant of Mayors is an international alliance of cities with a shared long-term vision of a world where committed Mayors and local governments accelerate ambitious, measurable climate and energy initiatives that lead to an inclusive, low -emission, and climate -resilient future. The Global Covenant was born out of a 2016 merger between the U.S. Compact of Mayors and the European Covenant of Mayors, and is also supported by global city networks including C40 Cities Climate Leadership Group, ICLEI — Local Governments for Sustainability, and United Cities and Local Governments. It is the broadest global alliance committed to climate leadership, building on the commitment of over 7,400 cities and local governments from six continents and 121 countries representing more than 600 million residents. Motion Commissioner McCray moved to approve. Commissioner Romelus seconded the motion. Vote The motion unanimously passed. E. PROPOSED RESOLUTION NO. R18-031 - Assess the cost of nuisance abatement on properties within the City of Boynton Beach. IQ Page 96 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 F. PROPOSED RESOLUTION NO. R18-032 - Approve entering into a 60 -month contract for the purchase of WAN network connectivity services from Comcast Business Communications, LLC for $6,000 a month, utilizing the General Services Administration (GSA) contract # GS-35F-184BA. The City is allowed to purchase from this GSA contract. G. Approve funding in the amount not too exceed $15,000 for a Commercial Interior Build -Out Grant and an amount not too exceed $12,000 for a Commercial Rent Reimbursement Grant to Virgin Islands Coffee Roasters, LLC, 1420 Neptune Dr. Bay #0, Boynton Beach, FL 33426. H. Authorize utilizing the City of Miami's contract #291272(17) extension with Expert Diesel of Fort Lauderdale, FL with an estimated annual expenditure of $35,000 for repairs to autocar trucks and engines. The City of Miami's procurement process satisfies the City's competitive bid requirements Accept the written report to the Commission for purchases over $10,000 for the month of January 2018. J. Legal Expenses - September 2017 - Information at the request of the City Commission. No action required. K. Approve the minutes from the Regular City Commission meeting held on February 6, 2018 Motion Commissioner McCray moved to approve the Consent Agenda Items as amended. Commissioner Romelus seconded the motion. Vote The motion unanimously passed. 13 A PROPOSED RESOLUTION NO. R18-034 - Consider a real estate purchase and sale agreement between the City of Boynton Beach and Brittany Bumgardner for a vacant parcel at the end of SW 24th Avenue adjacent to 1-95 for $200. Andrew Mack, Director of Development, indicated the City has received a written offer from Ms. Brittany Bumgardner, the adjacent property owner to purchase a vacant lot located at the end of SW 24th avenue adjacent to 1-95 for $200. Commissioner McCray inquired of the property value. He stated if the City allowed the sale of this property it would increase the value of Ms. Bumgardner's property. u Page 97 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 Mr. Mack stated the property was assessed at $52,000; he explained this estimate was a holdover from when the property was originally assessed. The Property Appraiser will reevaluate the property, this coming year. A pencil appraisal was done and according to Palm Beach County staff the City can expect the value to be in the range of $9,000 to $16,000 dollars. Commissioner McCray asked if the City was paying taxes on this property. Mr. Mack stated there were no taxes being paid. Commissioner McCray stated he did not want to sell the property. Mayor Grant asked if there were any fees associated with the lot. Mr. Mack indicated the lot has been in the possession of the City of Boynton Beach since 1978. The City costs was for lot mowing, estimated about $1,200, debris removal estimated at $200. The annual cost would be about $1,400. Mayor Grant stated it was costing the City of Boynton Beach thousands of dollars to own a parcel which does not serve a purpose. It was costing taxpayers and not receiving any benefits. Vice Mayor Katz stated if the City of Boynton Beach does not set a standard and accept the current offer, this would mean the City would give away City owned property and would potentially increase value of other properties. Staff should have a standard. This could become a common accordance. Commissioner McCray indicated he disagrees with the Mayor regarding the parcel does not serve any purpose. He believes it serves a purpose as a green space. Commissioner Casello indicated he does not believe there could be a standard set for City owned parcels. Depending on location and whether or not it was landlocked, he stated each parcel would be unique in its own right. He indicated he was not on board with $200 for the parcel of land. If something could be worked out between the assessed value and what the owner was willing to pay, he would be in agreement. Commissioner Romelus suggested staff negotiate a price with the land owner. She believed a price could be worked for both the City and the homeowner. Ms. Bumgarder stated there is no value to anyone but her, she has lived there for 10 years, and watched people throw debris into the vacant lot. She has no intention of selling her house. She would like to clean the lot up and have it nice for her kids. She was in agreement for negotiation of a price. Commissioner Romelus said the price should be fair for both parties. It does not necessarily have to be at appraised value. `R Page 98 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 Mayor Grant indicated if the Commission is selling the land for less than fair market value the Commission needed to get a vote of 4/5 instead of 3/5. He continued to say the appraised value is not necessarily the fair market value. Mayor Grant asked the Attorney about how the City of Boynton Beach determined the fair market value. Inquired if the City of Boynton Beach needed to have an appraisal. Attorney Cherof indicated this was one way to establish the value, or research through a real-estate professional. Mayor Grant asked about the cost of an appraisal. Attorney Cherof responded he was not sure of the cost. Commissioner Casello inquired could the applicant provide the appraisal. Attorney Cherof indicated yes. Mayor Grant stated that way the City knows whether it was a fair market and if the Commission needed 4/5th or 3/5tn Commissioner Casello said if the applicant wanted to get it appraised and come back to the Commission and it could be discussed at that time. Ms. Bumgarder agreed to provide an appraisal. Commissioner Romelus thanked Ms. Bumgarder for her interest in the vacant lot. 7. BIDS AND PURCHASES OVER $100,000- None A. Authorize the use of five (5) approved vendors: Xylem Water Solutions, USA, Inc.; Customer Pump and Controls, Inc.; Barney's Pumps, Inc.; Hydra Service, Inc.; and Southeastern Pump for an annual expenditure not to exceed $250,000 for wastewater pump replacement for over 160 wastewater lift stations in the Utility Service area. Motion Commissioner Casello moved to approve. Commissioner McCray seconded the motion. Vote The motion unanimously passed 8. CODE COMPLIANCE and LEGAL SETTLEMENTS — None Commissioner McCray asked if the City receives anything to go under this heading. Lori LaVerriere, City Manager, responded if there are any legal settlements. The City has not had any settlements in a while. 11 Page 99 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 Commissioner McCray inquired if there are any settlements being handled by the magistrate. Ms. LaVerriere stated all settlements are brought before the Commission. Attorney Cherof suggested removing the Code Compliance and Legal Settlement heading off of the agenda. If there was a settlement it could be added to Legal if necessary. Mayor Grant asked if there was consensus. There was consensus. 9. PUBLIC HEARING 7 P.M. OR AS SOON THEREAFTER AS THE AGENDA PERMITS The City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. A. PROPOSED ORDINANCE NO. 17-021 Use Map (FLUM) Amendment Governmental/Institutional (PPGI) and Mixed Use Medium (MXM). City -initiated. - Approve Town Square Future Land from Public and Private High Density Residential (HDR) to Attorney Cherof read proposed Ordinance No. 17-021, by title only into the record. Amanda Bassiely, Senior Planner -Urban Designer, stated the location of the new Town Square subject area covers four blocks, bounded by Seacrest Boulevard on the west, NE 1 st Street on the east, Boynton Beach Boulevard on the north and SE 2nd Avenue on the south. It includes seven (7) parcels owned by the City of Boynton Beach, for a total of 15 acres, the right-of-way for NE 1 st Avenue of 0.7 acre, part of the right-of-way for SE 1 st Avenue of approximately 0.09 acres (currently with no future land use classification or zoning designation) and a 14 -unit Park Lane condominium site on approximately 0.63 acres. The City -owned parcels contain the civic campus with the following structures: the 1913 Schoolhouse Museum, including amphitheater, Art Center, City Hall Complex including parking garage, Civic Center, Old High School, Kid's Kingdom Playground, Library, and Madsen Center including shuffleboard courts. The site was being split between two CRA districts, the Cultural District and the Boynton Beach Boulevard District, which together, with four others, have been identified and designated as distinctive planning areas by the CRA Community Redevelopment Plan. There are residential, commercial holds 225 units, the next unit holds residential commercial 250 units, the last has residential only, which houses 280 units, with a parking garage. She said there was an overall maximum height of 45 feet on Boynton Beach Blvd. The building set back was 10 feet. The maximum height was 99 feet on Boynton Beach Blvd. The residential building in the center was 80 feet. The other buildings would be 12 Page 100 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 limited to 50 feet, City Hall was purposed at 75 feet and the hotel was currently proposed as 75 feet. The project requires a mixed use future land use classification to allow for addition of residential and commercial uses not permitted under the current Public and Private Governmental/institutional category. The choice of the Mixed Use Medium (MXM) category with a density cap of 50 du/acre (with an additional Downtown TOD District's 25% density bonus) fulfills the recommendation of the CRA Community Redevelopment Plan warranted by the project's proximity to the core of the downtown and to the future station of the planned Coastal Link commuter train service. The MXM category is in- between the proposed new Mixed Use Low, with the density cap of 20 du/acre arguably too low for the location, and the Mixed Use High (renamed Mixed Use Core), whose 80 du/acre density cap is reserved for the core of the downtown. Ms. Bassiely stated at present there is no Master Plan application for the project accompanying the subject zoning request as would be required by the Land Development Regulations (LDRs) for a privately -initiated application involving a planned zoning district. Vice Mayor Katz indicated the Master Plan was not the site plan. This could be changed or altered. Ms. Bassiely, stated the point of the Master Plan was to give an overall view of intensity, density and maximums or minimums. The heights shown are maximums. The square footage for open spaces would be minimums. The Commission will know everything through the site plan approval process. Ms. Bassiely indicated the City proactively initiated a future land use reclassification and rezoning without accompanying master/site plan for the subject site with a specific vision. The Town Square project is supported by both the CRA Plan and the City's Strategic Plan. The proposed Mixed Use Medium (MXM) future land use category implements the CRA Plan's FLU recommendation for the property. Susan Oyer, 140 SE 27 Way, stated Kids Kingstown has some conditions placed on the project. Indicated they wanted more handicapped spots. They do not feel there are enough handicapped parking spaces. Ms. Oyer stated across the street from building C were single story apartment buildings and houses. It does list the heights; the backup does not mention they are one story homes. Please make sure there was some compatibility. Herb Suss, 1711 Wood Fern Drive inquired if this was for a new Library. He was not in agreement. This was a fairly new Library. The City spent a lot of money on that Library. Vice Mayor Katz stated just to give context to the proposal to tear down the Library, there was water intrusion so there was mitigation costs related to repairing the current Library. The opportunity cost to sacrifice land value by having to place City Hall on a different part of Town Square would cost the City millions of dollars. The cost of 13 Page 101 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 repairing the building and relocating would cost less by tearing the building down and building a new one. Commissioner Romelus asked if the handicap parking spots will be discussed later in the site plan process. Ms. Bassiely, replied the City has comments on the Master Plan approval, and the comments from the Planning and Development Board would be addressed. There are three different approvals, and the comments from the Planning and Development Board are conditions of approvals. Commissioner McCray was in agreement with Mr. Suss. He had asked Mir. Livergood when the City was adding on to the Library whether the library should be torn down. Mr. Livergood stated there was no reason to tear down the Library. He was not in favor of the Town Square project. He did not know where the money for the Town Square project was coming from. Mayor Grant asked if the handicapped parking was a condition of approval which the Commission must put in a motion. Ms. Bassiely explained the Planning and Development Board included that in the conditions of approvals for item B. Mayor Grant asked if the City could have more handicapped spaces. Ms. Bassiely stated there are no spaces being shown. This information was recorded from the Planning and Development Board meeting. Mr. Groff, Assistant City Manager, indicated this was a City project. Whatever the Commission wanted could be done. David Katz, 67 Midwood Lane, Chair of the Planning and Development Board, the handicapped parking would be on the outside of City Hall instead of on the inside of the garage. Motion Vice Mayor Katz moved to approved. Commissioner Romelus seconded the motion. Clerk Pyle called the Roll Vote 4-1 (Commissioner McCray dissenting) PROPOSED ORDINANCE NO. 17-022 - SECOND READING - Approve Town Square rezoning from PU (Public Usage); REC (Recreation); and R-3 (Multifamily) to MU -3 (Mixed Use 3). City -initiated. 14 Page 102 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 Attorney Cherof read proposed Ordinance No. 17-022 by title only, into the record. Motion Vice Mayor Katz moved to approved. Commissioner Romelus seconded the motion. Clerk Pyle called the Roll Vote 4-1 (Commissioner McCray dissenting) B. Approve the Boynton Beach Town Square Master Plan for a mix of civic, residential and commercial uses, pending reclassification of the 15.04 acre property from Public and Private Governmental/Institutional (PPGI) and High Density Residential (HDR) to Mixed Use Medium (MXM) and rezoning from Public Usage (PU), Recreation (REC), and Multifamily (R-3) to Mixed Use 3 (MU -3) zoning district. City -initiated. Motion Vice Mayor Katz moved to approved. Commissioner Romelus seconded the motion. Vote 4-1 (Commissioner McCray dissenting) C. Approve Boynton Beach Gateway Police Station Community Design Appeal (CDPA 17-010) of Chapter 4, Article III, Section 3.G., "Overhead doors facing rights-of-way", located at the SE corner of Gateway Boulevard and High Ridge Road in the PID (Planned Industrial Development) zoning district. Applicant: City of Boynton Beach Mr. Ed Breese, Engineer, presented a request for Major Site Plan Modification. The site was located at the SE corner of Gateway Boulevard and High Ridge Road This application for Community Design Appeal (CDPA 17-010) is a companion to Major Site Plan Modification application (MSPM 17-010) requesting to construct a two-story, 53,800 square foot police station and associated site improvements immediately north of Fire Station #5. The community design standards prohibit overhead bay doors on facades facing selected highly visible roadways, which are considered entrances into the City and/or carry a considerable amount of daily traffic. The rationale was that buildings located on these roadways should be held to a higher level of architectural standards. High Ridge Road is one of those select roadways and the proposed station's bay doors would face High Ridge Road, 200 feet away, a six foot tall wall with additional landscaping. Based upon previous approvals in the vicinity, distance of the doors from the right-of-way, and mitigation through the use of paint, landscaping and perimeter 15 Page 103 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 wall, staff recommends approval. Including Fire Station #5, has a contemporary design. Mr. Breese explained the request is relative to the location of the overhead bay doors on the west facade of the building, the sally port and the vehicle storage building. There was a joint access with Fire Station #5. There was a condition of approval of three additional handicap parking spaces. Commissioner McCray inquired as to the purpose of the overhead bay doors. Mr. Breese stated the overhead bay door was to secure the inventory and evidence. Commissioner McCray stated once the City proceeds with the new Police Department with the overhead doors, would this allow the City to get rid of the other areas where evidence is being stored. Acting Chief Harris replied yes. There was only one at the Police Station. The one in Renaissance Commons was used for storage not evidence. Ms. Lori LaVerriere, City Manager, said Police Station #2 was not for evidence, but for inventory. Commissioner Casello indicated he was not in favor of taking a brick and mortar police station and putting it in an industrial district. The Commission was contemplating what type of overhead doors which could be used in this facility. Mr. Breese explained certain roads within the City require design appeal; fire station #5 was approved with the overhead bay doors. Mayor Grant stated this would not be the first appeal for the bay doors. Mr. Breese indicated this would be the 4t" appeal. Commissioner Casello inquired would these doors be the same as the Publix overhead doors. Mr. Breese responded the overhead doors would be the same. Commissioner Romelus asked why the City was adding three additional handicapped parking spaces at the Police Department. David Katz, 67 Midwood Lane, Chair of the Planning and Development Board, there will be many people visiting the Police Department. Just because of ADA rules and statues which govern the amount of spaces, the City of Boynton Beach has an older population. He believes they need more handicapped parking in the City. Commissioner Casello asked if they expected a lot of foot traffic. Mr. Katz believes there would be just as much as the Police Station has now. There needs to be more handicap parking. Commissioner Casello asked if he believed there would be more vehicle traffic. Mr. Katz stated there was not enough handicapped parking. Mayor Grant asked how many handicapped parking spaces are proposed with comments Page 104 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 Mr. Breese indicated the Planning and Development Board requested three additional handicapped parking spaces with comments. Mayor Grant asked what the minimum amount of parking spaces allowed. Mr. Breese indicated Code required four spaces; with the additional three this would make it seven spaces. Commissioner Romelus inquired how many parking spaces. COlen Groff, Assistant City Manager, stated four was the standard, there are 120 spaces. If the Commission decided to put in more, then they will add three more spaces Ms. LaVerriere indicated this reduces the space by 1.4 spaces. Commissioner Romelus asked about the Fire Station. Will the parking lot be next to each department? Colin Groff, Assistant City Manager, indicated the parking lot would be used by both the Fire Department and the Police Station; this was a joint use public lot. Mr. Groff stated there were 293 total parking spaces. There are four for the Police Department and five for Fire Department. Commissioner Romelus indicated she was in favor of adding three addition spaces. Herb Suss, 1711 Wood Fern Drive, remarked the only issue he had was while the building was going up; he was concerned about the access from the Fire Department in the event of an emergency. Mr. Groff responded there will be a temporary construction entrance for this site; this will not interfere with the main entrance. The Fire apparatuses dispatch south of the Fire Station building. The City was planning the project to make sure the entrance would be open without any disruptions to services. Mr. Suss stated he sees a problem with the traffic heading north south on gateway, to enter on High Ridge road, there are a lot of U-turns. He said there will be problems especially during business hours. Pam Scarron, 3050 North Federal Highway, 1405, inquired if the police station was moving as well as the Fire Station#1. Mayor Grant indicated they were looking as at different locations for Fire Station #1; one of the locations under consideration was the parking lot next to the current fire station. Ms. Scarron stated where she lives there was a lot going on. There was drug addiction, and prostitution. The City of Boynton Beach wants to move the Police Department out of 17 Page 105 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 where the activity was heavy. When there was a crime the police must try to reach the people with all the traffic. Commissioner McCray indicated location does not deter crime. When the City of Boynton Beach purchased the property, this property was promised as a safety complex. The police do not work inside the station. The Commission was giving the citizens what was promised. Ms. Scarron asked if the station was that far away will the citizens have the same amount of police officers in the area. Mayor Grant responded yes. Commissioner Casello indicated he agrees with the speaker. He noted the brick and mortar goes a long way in curbing crime. To place the Police Department in a commercial area, he was not in agreement. The morning and evening traffic was going to be a nightmare. He understood when the property was purchased; it was purchased for a safety complex. Commissioner Casello stated times have changed, and he was all in favor of the new police station, but not on High Ridge Road. The Commission took the easy way out. He indicated the Commission has blinders on. Commissioner Romelus stated for clarification purposes, this was a primary concern of hers to move the police station to Gateway and asked the acting Police Chief to clear up concerns regarding the location of the police station. Acting Chief Kelly Harris indicated the officers do not deploy from the police station, the officers deploy from the field. The police officers do not respond from the building, the officers respond from their vehicles. They do not respond from brick and mortar location. Commissioner Romelus stated response time should not change because of the relocation of the police station. Vice Mayor Katz said this conversation has been repeated several times in the past year. He was in agreement with Commissioner Casello; he would have preferred the police station on the east side of town. At no point during these discussions has the Commission had a majority vote in favor of the east side location. He supports putting it on Gateway to move the project along and gave a definite site. There was no third option on the east side. Commissioner Casello asked if Acting Chief Harris would agree with having the police headquarters in the area would make that area a little more secure. Acting Chief Harris stated she did not believe this would not have an effect on crime. Page 106 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 Commissioner Casello said the presence of police officers going in and out of the building and people coming and going would not have any effect on the surrounding area. Acting Chief Harris stated the officers deploy from the field. The only time the officers are onsite was for roll call. Motion Commissioner Romeius moved to approve. Commissioner McCray seconded the motion. Vote 4-1 (Commissioner Casello dissenting) D. Approve Boynton Beach Gateway Police Station Major Site Plan Modification (MSPM 17-010) to construct a two-story, 53,800 square foot police station and associated site improvements immediately north of Fire Station #5, at the SE corner of Gateway Boulevard and High Ridge Road in the PID (Planned Industrial Development) zoning district. Applicant: City of Boynton Beach Motion Commissioner Romelus moved to approve. Commissioner McCray seconded the motion. Vote 4-1 (Commissioner Casello dissenting) E. PROPOSED ORDINANCE NO. 18-001 - FIRST READING Approve MLK South Rezoning (REZN 18-003) from MU -L2 (Mixed Use—Low Intensity 2 District) to MU -2 (Mixed Use 2 District) to complete implementation of the CRA Community Redevelopment Plan's recommendation for the subject 2.97 acre area. Applicant: City -initiated. Attorney Cherof read Proposed Ordinance No. 18-001 by title only on first reading. Hanna Martas, Senior Planner, advised the subject area, provisionally referred to as MLK South, consists of seventeen parcels, ten of which are owned by Boynton Beach CRA. The remaining seven parcels are privately owned, five of which by a single entity. The remaining thirteen are currently vacant. 19 Page 107 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 The request represents the continuation of "house cleaning" tasks following the CRA Plan -recommended major changes to the City's future land use and zoning structure. The "new" FLU structure is now reflected in the amended FLU map, with the subject property classified MXM, Mixed Use Medium. The MXM classification allows a maximum density of 50 dwelling units/acre. Its two corresponding zoning designations, MU -2 and MU -3, have the respective maximum densities of 40 and 50 dwelling units/acre. The subject property's current MU -1_2 zoning—with a maximum density of 30 dwelling units per acre—is part of the "old" structure and has been phased out. The proposed MU -2 zoning district, otherwise essentially the same district as MU -L2, nevertheless allows for a significantly higher maximum density than the existing designation, 40 versus 30 dwelling units/acre. Since the new zoning structure does not include a district with the same density cap, MU -1_2 is the appropriate choice, consistent with the recommendations of the CRA Plan. Motion Vice Mayor Katz moved to approved. Commissioner McCray seconded the motion. City Clerk Pyle called the roll Vote :60 F. PROPOSED ORDINANCE NO. 18-002 - FIRST READING - Approve Neelam (fka Schnars) Business Center Rezoning (REZN 18-004) from MU -L (Mixed Use Low District) to MU -1 (Mixed Use 1 District) to complete implementation of the CRA Community Redevelopment Plan's recommendation for the subject 0.52 acre property. Applicant: City -initiated. Attorney Cherof read Proposed Ordinance first reading into the record. Hanna Matras, Senior Planner, the subject property, provisionally referred to as Neelam Business Center, consists of two parcels in the Federal Highway District North as designated by the 2016 CRA Community Redevelopment Plan. The property was approved for an office/retail project in 2005. The site plan has since expired and the site is currently vacant. The subject request is city -initiated and consistent with the provisions of the Land Development Regulations (LDRs). Since 2015, the LDRs have allowed the City to proactively initiate and process future land use reclassification and rezoning to planned zoning districts for selected sites—if recommended by a significant planning document without a concurrent review of a master plan. This request meets the latter condition as it will implement a recommendation of the CRA Plan. 20 Page 108 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 The request represents the continuation of "house cleaning" tasks following adoption of major changes to the City's future land use and zoning structure pursuant to the CRA Redevelopment Plan. The "new" FLU structure is now reflected in the amended FLU map, with the subject property classified MXL, Mixed Use Low. The MXL classification allows for a maximum density of 20 dwelling units/acre and has only one corresponding zoning designation, MU -1. Therefore, MU -1 is the only designation that is consistent with the recommendation of the CRA Plan. Note that Mixed Use Low, the property's current zoning designation, permits a significantly higher maximum density of 40 dwelling units/acre. However, this designation has effectively been defunct since the 2004 code amendments. Mayor Grant requested the name of the property owner. Ms. Matras replied the owner was out of Atlanta, Georgia. The name was AA Limited Liability Company. Mayor Grant inquired if there were any directors listed; he wanted to make sure they did not have any relation with the company. The City was doing this because there was a need. Ms. Matras indicated the owners were notified 30 days prior to Planning and Development Board hearing. There has been no communication from the company since the mailing of the City's first official letter. Attorney Cherof indicated they would provide more company information at the second reading. Motion Vice Mayor Katz moved to approve. Commissioner Romelus seconded the motion. Clerk Pyle called roll Vote 5-0 10. CITY MANAGER'S REPORT A. Staff is requesting the City Commission schedule a Special Meeting on Tuesday, March 13, 2018 at 4:00 pm to discuss Town Square. Staff will present the final project budget/costs/schedule, etc. and anticipates having contract documents ready for the City Commission's review and approval. 21 Page 109 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 Lori LaVerriere, City Manager, wanted to schedule a special meeting on March 13, 2018, to move forward on Town Square Project Phase 2. The City is still working on the documentations to be brought to the Commission. B. Discuss Habitat for Humanity proposal regarding the development of a portion of the Galaxy Scrub area for the construction of 22 new homes. (Commissioner McCray left the dais at 8:25 pm.) Vice Mayor Katz stated in the interest of time, he wanted to make everyone aware the School Board has rejected any interest in removing the deed restriction in allowing development to the Galaxy Scrub area. He continued to say there was plenty of land for Habitat for Humanity. Mayor Grant asked if the School Board would not release the deed restriction. Vice Mayor Katz stated that was correct. Ms. LaVerriere stated late this afternoon she had a conversation with Mr. Fengler from Habitat and shared with him that staff was not interested in moving forward in trying to remove the restriction. Mr. Fengler has withdrawn the request for the purchase of the property. (Commissioner McCray returns 8:30pm.) Mayor Grant stated the City had this property for a while and nothing has been done with the property. He has spoken with Rebecca Harvey, the Sustainability Coordinator to become the liaison to the Boynton Beach Sustainability and Resiliency Advisory Board. This was green and open space which was designated to be a park. The City needed help from the residents to help maintain this area. The City does not have the money to maintain the property. If the City could look to see about getting grants and working with the different nonprofit agencies. What can we do to help with the greening of Boynton Beach? Commissioner Romelus indicated she would be in favor of having discussion regarding this board. If there was consensus to create that board and allow for input from the community for something in that nature. She suggested creating some type of solar park which would allow for energy to be created and be used and maintain an open or green space and also provide energy. Former Commissioner Michael Fitzpatrick, 175 SW 2"d Street, recalled there was a lot of confusion regarding this land. He stated in the back up from December 5, 2017, the backup said to discuss certain land owned by the City to be sold. This land was considered by some valuable scrub land which should be preserved. He has been in contact with the Sierra Club and other agencies. (Read the backup into the record) 22 Page 110 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 Barbara Ready 329 SW 13 Avenue, stated they are very proud of the title as a Tree City. The City of Boynton Beach should have 2.5 acres of green space per 1000 people. Since the City was planning to add 5-7 thousand people in the new downtown area, we need to find green space. She was happy to hear the City was going to adhere to the deed restrictions and keep it a green space. She indicated the ball dropped when the City made a long term commitment. There needs to be some type of institutional continuity in the memory of the long term commitment. When we promise to do something we need to follow through with the commitment. Commissioner Casello stated he admired Former Commissioner Michael Fitzpatrick's passion on the greenways, waterways and blueways. He believed one of the biggest mistakes made was the Lake Ida project. (Commissioner Romelus 8:32 left dais) Mayor Grant, seeing no others, closed Public Comment. 11. UNFINISHED BUSINESS A. PROPOSED RESOLUTION NO. R18-033 - Approve the Pilot Agreement for Automatic License Plate Recognition System Solution Services with American Traffic Solutions, Inc. (ATS) and authorize the Mayor to sign the agreement. Attorney Cherof indicated there was already an agreement in place with ATS. What was missing from that agreement was the side agreement with the provider, which provides the software which generates the automatic license plate reader program. Commissioner Casello stated everything remains the same. Motion Commissioner McCray moved to approve. Vice Mayor Katz seconded the motion. Vote The motion unanimously passed (Commissioner Romelus not present for vote) 12. NEW BUSINESS A. PROPOSED RESOLUTION NO. R18 -XXX - Commission of the City of Wilton Manors , Florida State legislators to enact gun control scale human to from mass shooting in America, providing for conflicts, and providing an effective date. 23 A resolution of the City calling upon Federal and ss of the life and suffering providing for severability, Page 111 of 634 Meeting Minutes City Commission Boynton Beach, Florida (Commissioner Romelus 8:37pm returned) February 20, 2018 Commissioner Casello stated there are two resolutions. One from the City of Wilton Manors and the other from the City of Sunrise Florida to be used as a template. Attorney Cherof stated the Cites in Broward County are being proactive in dealing with the issues of certain types of firearms. He stated right now under State Law municipalities are prohibited from engaging in the adoption and any regulations regarding firearms, under the threat of penalty to the elected officials which adopt those regulations. The resolutions were drafted by one of his law partners. The City of Sunrise Mayor circulated a proposed resolution to local municipalities. The resolutions are basically the same; it was for Cities to get onboard. The student movement was taking the lead to change the point of view of the legislature. There was enough content to use from the templates and bring it back to be used by Boynton Beach. Vice Mayor Katz indicated he would not oppose the resolution. He had no objection to lending his name to the resolution. The ultimate solution would be a State law to regulate fire arms or federal regulations which would apply to all 50 states. He does not agree with a part of the resolution allowing municipalities to write gun regulations. But he would not oppose the resolution. Commissioner McCray said as he sits here he was glad that young people in this country was taking a stand on gun laws. Tonight the City had a fatality at the Ezell Hester Center. He stated there was a need to get control of the gun laws. The City needed to do something. He understands the police was doing what they could do. Mayor Grant indicated he was in agreement with the board to show the support of all concerned. He said it was not just Palm Beach County but for every legislator. To let them know that Boynton Beach does not stand for non -action. There needs to be safety for the children, the resident and for ourselves. Herb Suss, 1711 Wood Fern Drive was happy the Commission was talking about the gun laws. Inquired about Home Rule? Mayor Grant stated there was no home rule on this item. Florida Statute 790.33 was the preemption. Susan Oyer, 140 SE 27 Way, indicated the first year of teaching Barry Grunow a Lake Worth Middle School Teacher was shot and killed on the last day of class. She said this was absolutely terrifying to go to work every day. Her school was 10 crow miles from the school in which she teaches. Children are planning protest marches. It would be great if Boynton Beach could be on the cusp. Commissioner Romelus took issue with one part of what was being said that Boca has high value targets. All Children are high value targets. She was in full support of the resolutions. We as residents and the City needs to keep our legislators accountable, 24 Page 112 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 because today alone there was a motion to hear a ban on the assault rifle, and it was voted down. We have a job to do to make sure the people we elect represent us in Tallahassee and Washington are hearing the fears and concerns of the kids, the teachers and parents. She asked for all to do something. We must act and do something. We cannot be afraid to walk our children into school. Commissioner Casello thanked the Commission to move the resolution forward. Mayor Grant asked for statics from the Police Department relating to different types of gun violence which has occurred in the past few years. Commissioner Romelus wants to be clear that what the City was asking was common sense gun laws. She was not asking to repeal guns. She was was not asking to take away the second amendment rights. She believed in the second amendment, and the ability to protect ourselves. Mayor Grant, seeing no others, closed Public Comment. B. Approve assigning a City representative for the Quantum Association meeting of the Quantum Park Overlay District (QPOD). Potentially schedule a joint workshop meeting with the QPOD. Vice Mayor Katz stated an Association meeting will be held on March 2, at the Hamptons Inn at 4pm. He wanted to keep the Quantum issue moving forward. Mayor Grant stated there was a consensus for Vice Mayor Katz to be the City representative for the Quantum Park Overlay District. He also stated he received a proxy from Children Services Counsel. C. Schedule a joint workshop meeting with the Quantum Park Overlay District QPOD. Vice Mayor Katz commented there have been some changes they have cut costs and saving taxpayers money. He met with parties which have asked the City to provide guidance. There was the Eco Park. They are speaking about affordable housing and wanted to hear from all parties concerned. And possibly build the park in Quantum Park. This was not related to the Quantum Homeowners' Association Mayor Grant asked when the meeting could be scheduled. To be scheduled on a regular commission meeting. Vice Mayor Katz would reach out to everyone concerned. 25 Page 113 of 634 Meeting Minutes City Commission Boynton Beach, Florida February 20, 2018 13. LEGAL A. PROPOSED RESOLUTION NO. R18-034 -Consider areal estate purchase and sale agreement between the City of Boynton Beach and Brittany Bumgardner for a vacant parcel at the end of SW 24th Avenue adjacent to 1-95 for $200. (Item discussed earlier.) B. Staff Pursuant to Section 286.011(8), Florida Statutes, the City Attorney is requesting a private attorney-client session of the City Commission to discuss pending litigation in the following case: SHARRON TASHA FORD, Plaintiff vs. CITY OF BOYNTON BEACH, Defendant — Case No. 50 2010 CA 016550XXXXMB AD Attorney Cherof requested a meeting for April 17, 2018. Attorney Cherof will come back with alternate dates. Mayor Grant indicated he was unavailable on April 17, 20178. He could do the 3rd or the 10th of April, 2018. This was being coordinated with an outside Attorney. Mayor Grant stated there will be Coffee with a Cop this Saturday, February 24, 2018 at MacDonald on Federal Highway, from 8:00 am -10:00 am. 14. FUTURE AGENDA ITEMS A. Staff to review PBC Ordinance on Panhandlers - March 2018 B. Commission to discuss vice mayor selection - March 20, 2018 C. Result of Textile Recycling RFP and recommendation - March 20, 2018 D. Members of the Commission has requested to review and discuss the Public Arts Ordinance - March 20, 2018 E. Mayor Grant has requested staff to review sign ordinance as it relates to people holding signs in public rights of ways - March 6, 2018 F. Staff to bring information concerning the following land parcels for the Commission to review - TBD Nichols Property Rolling Green Girl Scout Park M Page 114 of 634 Meeting Minutes City Commission Bovnton Beach, Florida February 20, 2018 G. Staff Vice -Mayor Katz has requested the City Attorney to provide update on legal issues with QPODD — TBD H. Commission to consider a land sale agreement to Leisureville for land parcel adjacent to Palm Beach Leisureville - March 6, 2018 15. ADJOURNMENT Motion There being no further business to discuss, Vice Mayor Katz moved to adjourn. Commissioner Casello seconded the motion. Vote The motion unanimously passed. The meeting was adjourned at 8:52 p.m. (Continued on, next page) 27 Page 115 of 634 Meeting Minutes City Commission Boynton Beach, Florida ATTEST Judith A. Pyle, CMC City Clerk Queenester Nieves Deputy City Clerk February 20, 2018 CITY OF BOYNTON BEACH Mayor - Steven B. Grant Vice Mayor - Justin Katz Commissioner - Mack McCray Commissioner - Christina Romelus Commissioner - Joe Casello Page 116 of 634 7.A. BIDS AND PURCHASES OVER $100,000 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Approve the purchase of new and replacement vehicles as approved in the FY2017/2018 budget in the estimated amount of $1,541,289.42 by utilizing the following contracts: Florida Sheriff's Association Contract #FSA17-VEH15.0, FSA17-VEL25.0 & FSA16-VEF12.0, National Joint Power Alliance Contract #031014 -TMP and three bids for a Police vehicle. EXPLANATION OF REQUEST: The Fleet Administrator recommends the annual purchase of twenty (20) replacement vehicles collectively for Public Works, Facilities, Sanitation, Parks, Engineering, Fire Rescue, Utilities and Police as approved in the Fiscal Year 2017/2018 budget and one (1) accident replacement. Attached is a spreadsheet indicating vendor, number of units ordered, user department, bid/contract information and cost. Florida Sheriff's Association Contract#FSA17-VEH15.0 (Effective April 1, 2017—March 31, 2018 Florida Sheriff's Association Contract #FSA17-VEL25.0 (Effective April 1, 2017 — March 31, 2018 Florida Sheriff's Association Contract#FSA16-VEF12.0 (Effective April 1, 2017— March 31, 2018 National joint Power Alliance Contract #031014 -TMP (Effective April 10, 2014 —April 10, 2018) The agencies complied with public contract bid requirements that satisfies the City of Boynton Beach's bid requirements. The Fleet Maintenance Division intends to award the following vendors for purchase as follows (see attached Exhibit 1 for vendor details): 1. Power Plus Marine for one (1) unit, one (1) Mercury boat motor for Police in the amount of $11,789.60 after trade in. This unit utilizes three (3) written quotes. 2. Dobbs Equipment for one (1) unit, one (1) John Deere 190 GW FT4 Excavator for Utilities in the amount of $198,440.00. This unit utilizes the Florida Sheriff's Contract #FSA17-VEH15.0. 3. Duval Ford for one (1) unit, one (1) Ford T-150 for Utilities in the amount of $42,041.00. This unit utilizes the Florida Sheriff's Contract #FSA17-VEL25.0. 4. Duval Ford for one (1) unit, one (1) Ford Explorer for Police in the amount of $29,454.00. This unit utilizes the Florida Sheriff's Contract #FSA17-VEL15.0. 5. Prestige for two (2) units, two (2) Ford Fusions for Fire/Rescue in the amount of $34,778.00. These units utilize the Florida Sheriff's Contract #FSA17-VEL25.0. 6. Coggin for two (2) units, two (2) Ford F-150 Crew Cabs for Police in the amount of $52,940.00. These units utilize the Florida Sheriff's Contract #FSA17-VEL25.0. 7. Coggin for four (4) units, one (1) Ford F-350 with utility body for Public Works Parks in the amount of $35,150.00, two (2) Ford F-350 4X4's with utility bodies for Utilities in the amount of $80,760.00 and one (1) Ford F-550 with utility body for Utilities in the amount of $100,239.00. These units utilize the Florida Sheriff's Contract #FSA17-VEL15.0. 8. Alan Jay Fleet Sales for one (1) Ford Police Interceptor Utility for Police in the amount of $32,044.33. This unit utilizes the Florida Sheriff's Contract #FSA17-VEL25.0. 9. Auto Nation for three (3) units, one (1) Chevrolet Silverado extended cab pickup for Public Works Parks in the amount of $23,278.00, one (1) Chevrolet Silverado extended cab for Public Works Engineering in the amount of $21,159.00 and one (1) Chevrolet Silverado extended cab pickup for Public Works Solid Waste in the amount of $21,159.00. These units utilize the Florida Sheriff's Contract #FSA17-VEL25.0. 10. Thompson Pumps for one (1) 4" Trailer mounted pump for Utilities in the amount of $20,997.00. This unit utilizes the NJ PA Contract #031014 -TMP. 11. REV Technical Center for one (1) unit, one (1) Horton Type 1 Ambulance for Fire Rescue in the amount of $308,799.67. This unit utilizes the Florida Sheriff's Contract #FSA16-VEF12.0. Page 117 of 634 12. General GMC Truck Sales for two (2) units, two (2) Autocar chassis with G -S Products Automated Side Loading refuse bodies in the amount of $528,260.82. These units utilize the Florida Sheriff's Contract #FSA17-VEL15.0. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? These twenty (20) replacement vehicles will be used throughout the City to provide services to our residents. FISCAL IMPACT: Budgeted The amount budgeted in the FY2017/2018 Budget for these replacement vehicles is $1,628,960.00. ALTERNATIVES: To defer or not purchase these selective replacement vehicles. By deferring purchases, departmental maintenance cost and equipment downtime would increase and Sanitation routes will not get collected as scheduled. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: CONTRACTS VENDOR NAME: Various Vendors - see attached excel list START DATE: END DATE: CONTRACT VALUE: MINORITYOWNED CONTRACTOR?: No EXTENSION AVAILABLE?: Yes EXTENSION EXPLANATION: Page 118 of 634 ATTACHMENTS: Page 119 of 634 Type Description D Addendum ExIiibit 1 - Fleet Vehicle Purchases FY2017- 2018 Excel Sheet D Addendum ExIiibit 2 - Power Plus Marine - Listed for Vehicle #1 D Addendum ExIiibit 3 - FL Sheriff's Contract #FSA17- VEH15,0 for Vehicle's Listed #2, #4, #7 & #12 D Addendum ExIiibit 4 - FL Sheriff's Contract #FSA17- VEL25,0 for Vehicle's Listed #3, #5, #6, #8 & #9 D Addendum ExIiibit 6- NJ PA Contract #031014-TKAP for Vehicle Listed #10 D Addendum ExIiibit 6 - FL Sheriff's Contract #FSA16- VEF12,0 for Vehicle Listed #11 Page 119 of 634 LL J O O O O O O O O O O M O O O N N a (O O O O O O O O O O M O O O (O 00 ~00 0 V ID 00 (O .4 O O O) V 00 00 M M (O 6 O 1� v O N LO co M O N M M 0) Cl00 00 N M V M (D f� N N M N O 00 00 N M V N M 00 LO O O M N V N O N N N Cl) CO Cl M (O V r Lr fA Z O O - O O LLI O o Q O M O (O 00 O O O O O O O O O O M O O O 1� N O O O O O O O O O O M O O O V 0 O O O (O V (O O M MO 00 M LO LO V 00 00 (O M 1- (O 00 V C� (i v (O N v co (O N 1� N - O LO r -O LO M O OM N (O M 4 L (D M CL O = O O O O O O O O O O O O O O O O U (O O O O O O O O O O O O O O LO O N Q 00 M � V M (D (D i- LO .4 M M M ao 00 co W co M co N 00 M V V � N 00 N M O LON O 00 LO (ON M M O (ON M LO 00 00 N � � � � � N (O � O N N N N M N U N N N N d d d d d d d d d U1 H a L a a a a a a a a a a a a a +� O L L L L L L L L L L L L L ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m (o (o (o (o (o (o (o (o (o (o (o (o L a H 2 J J J J J J J J J J -1 m LL -1 Z W W W W W W W W W W W W c F W W p M > > > > > > > > > > > > U v Q N Q N Q� Q r Q r Q O Q O Q Q Q O Q Q 00 Q 00 a M Q M Q (O m F ILL it LL� LL it LL *k ILL it LL it LL it LL it LL *k ILL LL LL Z LL it LL *k -O c to Z cca m 3 3 N a.� d d w a wv.°' w .O .O (°n W O .O y y y- a a a 0 a > ? a ii a a M > > a° uoi � ii CL c ° J c v v d O ca ca O ° m N O O O - r M M LO V 7= > > — £ o Q L ° d (O a x N 3 Ii Ii Ii Ii Ii - p N N a` c = N d His 3 O o 1= w LL a > > U ° v v v O O O O O ° ui ° 0 ;-1 d c ^2 o> 7 V O IL O LL O LL LL OV LL S U S U - V '- 3 LL S Q d .... W N .LLL - .LLL - .LLL - - .LLL � O c N - Q 72 .N .. L t/1 d R d d L R£ ami y ai ai °- E U CL S U S U a F 3 a LL v O v O v O v O v O u°1i LL O O c S U' O a w O O O LL LL LL LL LL a - - ca N O Q LL LL c c c c c ' Z Z °- F R W3 S > > N O O O O O c O O U > c wa' > a° o 0 o a` U U U U U Q Q Q (0 LL F"M o R R_. - .. . -. # ABOVE PURCHASE 10PTIONAL EQUIPMENT SUB -TOTAL b -CASH PRICE OUT ! to PASHDOWNIPAWENT g��#,gin , all ,: A ,; Oulpment • A I 4 ,,fi�gg■■ . A� a , 11 OWING# ■ ,. - �A - - ,. c .. TRADE4N DEBT TO BE PAID BY BALANCE WI - R a! r ■ z .. _ a f t '. SIGNED X". PURCHASER PURCHASER i Page 122 of 634 ` f r A} A # r tf t r S _ ........... 21 € . SAA r 1 ( t I lzf - ®e ,ii s� 4 fi'a� tt(; f'tt � t94 ,:; "S'„ { ' '� (•� f � �'� srz 1 i A' ra �rtt fi iE si u�tix t it kYti aM 'kk # 1 l!" t(� v�l�N i s �, ,,,, t ilA "i s , dt 3Y sa 3 it t�' ' I 0t � �tjlf I t A ,A I z t ��k a }A� Pa e 123 of 634 9 M .7 V "14 M- UT r r4f OT -11 1 M4 pjKSt t ark1fa it tea Office: (954) 797-1818 Fax: (954) 797-1817 -197, =-- I Police Department City of Boynton Beach I WAC E. Bir,�mtom gemk -Rlvd. POBox310 Boynton Beach, FL 33435 ■ 200 L 20" Verado L 4 Engine with New Hardware Program and Run on hose 200 Verado Trade in 8MOO79291 Controls EM Estimate Date Estimate 0 M Project Total 11,232.00 1,50 .0 I,i320i1,500.0 -1,500.00 945.45 Page 124 of 634 Contract: FSA17-VEH15.0 Cab and Chassis Truck and Other Fleet Equipment Contract: FSA17-VEL25.0 Police Rated, Administrative, Utility Vehicles, Trucks and Vans Lonttact Terms and, Con Fire Rescue Vehicles & Other Equipment Page 1 of 4 (https://www.facebook.com/floridasheriffsassociation� il""IFLORIDA SHERIFFS slsI ASSOCIATION (https://www.fisheriffs.orgl Become a Member (https://membership.flsheriffs.org/2017-Membership-LP.html#Choose) About Sheriffs Programs Publications Join Today(https:Hmembership.flsheriffs.org/2017-Membership-LP.htmi) Renew Membership (https://membership.flsheriffs.org/2017-Membership- LP.html#Choose) PURCHASING FIRE RESCUE VEHICLES OOTHE EQUIPMENT T Contract Number FSA16-VEF12.0 Contract Period: April 1, 2016 - March 31, 2017 Extension — April 1, 2017 — March 31, 2018 https:llwww.flsheriffs.org/law-enforcement-programs/cooperative-purchasing-program/fir... F!2N�/J�Aof 634 Fire Rescue Vehicles & Other Equipment Page 2 of 4 Bid Award Summary (https://docs.google.com/spreadsheets/d/10Lcceh6ZkFMAU2uVZ- m4VAi Is5gIPBb9ifLyOwzLgs8/edit?usp=sharing) Bid Support Documents (/law-enforcement-programs/cooperative-purchasing- program/fire-rescue-ems-bid-support-documents) Contract Archive (/law-enforcement-programs/cooperative-purchasing- progra m/fire-rescue-vehicle-other-eq uipment-archive) Contract Terms and Conditions (/uploads/FSA%20Terms%20and% 20Conditions%202-26-16.pdf) Vendor Directory (/uploads/docs/l=ire_Rescue_EMS_Contacts_v.12-6-17.pdf) * Ordering Instructions (/uploads/Fire%20Bid%200rdering%201nstructions_REV1- 21-2016%281%29%281%29.pdf) Supplemental Contract Documents (/uploads/docs/Nissan_Leaf Clarification_Letter.pdf) Vendor Confirmation of Order - FSA16-VEF12.0 (https://www.flsheriffs.org/uploads/Confi rmaton%20of%2OOrder%2OFSA16- VEF12_0(1).pdf) 11 Zone Map (https://www.flsheriffs.org/uploads/zone%20map_v_10_15(l).pdf) Need Assistance? cpp@flsheriffs.org (maiito:cpp@flsheriffs.org) 850-877-2165 https://www.flsheriffs.org/law-enforeement-prograrns/cooperative-purchasing-program/fir... P2�/2U178 of 634 Fire Rescue Vehicles & Other Equipment Page 3 of 4 (https://www.companypromostore.com/stores/fsa members/? utm_source=website&utm_medium=footer) Stay Informed. Sign up to receive the latest FSA news and events. SUBSCRIBE (HTTP://MULTIBRIEFS.COM/OPTIN.PHP?FSA) Pmf��'iu�, Leaduc� & Gfuifiu� Succe ��93 Board of Directors (/about/board-of-directors) Conferences (https://www.flsheriffs.org/law-enforcement-programs/conferences Mission and Values (/about/mission-and-values) FSA Memorial (/about/memorial/) Sheriffs Directory (/sheriffs/directory/) Contact FSA (/contact/) Become a Member (https://membership.fisheriffs.org/2017-Membership-LP.htmi) Donate (/about/donate-today) https://www.flsheriffs.org/law-enforcement-programs/cooperative-purchasing-program/fir... P2'l§ of 634 Fire Rescue Vehicles & Other Equipment Legislation (/law-enforcement-programs/legislative) Training (/law-enforcement-programs/training) Our Programs (/law-enforcement-programs/our-programs) FSA Store (https://www.companypromostore.com/stores/fsamembers/? utm_source=website&utm_med ium=footer) SHERIFF LOGIN (HTTPS://WWW.FLSHERIFFS.ORG/LOGIN) Page 4 of 4 (https://www.facebook.com/floridasheriffsassociation/) You (https://twitter.com/FLSheriffs) 0(https://www.youtube.com/user/FloridaSheriffs? feature=mhum) Florida Sheriffs Association 2617 Mahan Drive Tallahassee, FL 32308 (https:Hengine.multiview.com/r? e=eyJhdil6NDU5NjQslmF01jo0LCJidC16MCwiY20iOjcwMDEzLCJjaC16MTYzNjgsimNrljp7fSwiY31 VlwvHRJ5JSiP52EgLUV8) 02018 I' lorida Sheriffs Association // Privacy Policy (https://www.flsheriffs.org/privacy-policy) https://www.flsheriffs.org/law-enforcement-programs/cooperative-purchasing-programlfir... Pgp/21@%of 634 Protecting, Leading & Uniting—since 1893 FLORIDA SHERIFFS ASSOCIATION -Sm -------------- 2617 Mahan Drive, Tallahassee, Florida 32308 p: J850) 877-2165 P.O. Box 12519 - Tallahassee, Florida 32317-2519 f: (850) 878-8665 www.t7sheriffs.org ,,.L KNOW-. "14 M111 11; 111 lill ill !=I 111MIN The Florida Sheriffs Association announces that the above Cooperative Purchasing Program contract is extended for an addition one (1) year period beginning on April 1, 2017 through March 31, 2018. Base pricing is not to increase more than 3% during this extension This extension includes all original Contract Terms and Conditions which will remain in force throughout the contract period. Ambulances: Life Line Ambulance Hall -Mark, RTC/Horton Emergency Vehicles Hall -Mark, RTC/Road Rescue Hall -Mark, RTC/Wheeled Coach Ten-8/Osage Industries Fire Apparatus: "I'll, I'll 1 111.11-11, . .... . ....... . . . FIL Apparatus Sales/Smeal Fire Apparatus Hall -Mark, RTC/E-One KME Rosenbauer Spartan Emergency Response/Spartan Motors FOMMIUM70 �., I �,_ I Quality Emergency Vehicles ETR/American Emergency Vehicles Hall -Mark, RTC/McCoy Miller Ten-8/13raun Industries Ten- 8/Medix Specialty Vehicles ETR (FL)/KME all® ark, RTC/Hall-Mark, RTC HME, Inc. NAFECO/KME South FIL Emergency Vehicles/Sutphen Tactical Fire/Tone, Inc. Page 130 of 634 11 Page 131 of 634 Date: October 1, 2017 To: All Perspective Participants From: Steve Casey, Executive Director Sarrah Glassner, Deputy Executive Director Annette Grissom, CPP Manager Greg Tish, CPP Coordinator Re: Contract Number FSA17-VEL25.0 Police Rated, Administrative, Utility Vehicles, Trucks and Vans We are pleased to announce that the Florida Sheriffs Assodiation has successfulJy completed its 25th nationoude cooperative bid for vehicVes. This contract is in effect beginning October 13, 2017 through Septembers , 2018. This year's bid includes 63 specifications and 215 makes and rriodeis. It offers police rated, special service, administrative, hybdid vehicles, pick-up trucks, vans, mobility transport and police motorcycles. The competitive process for this award began in January 2017, when stakeholders were Surveyed regar­6ng procurement needs. Specifications were developed used on prior year activity and new additions were added based on survey results and the Fleet Advisory Committee's review of commodities. On Aprd 10, 2017, a direct notification was sent to 511 prospective bidders to register for qualification to participate in the bid process. An advertisement of the Vnvitatiori to Bid was placed witNn the Florida Administrative Weekly on June 1, 2017 and again on June 20, 2017. From this Invitation to Bid, 41 bidders responded. Of these respondents, 25 bidders submitted bids and 23 bidders were awarded after a review by the FSA Fleet Advisory Con-u-nittee. The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions to procure this contract, and requires that all users, both purchasers and awarded vendors comply as well. Contract prices are extended and guaranteed to any ilocal government or political subdivision of the state, public educational institutions, other public agencies or, authorities with the State of Florida, and entities approved by the manufacturer to participate in this contract. Out of state sales are permitted under this contract. AH purchasers are bound by their Vocal governing purchasing ordinances, Riles and regulations. Ali awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions. List of Awards for FSA17-VEL25.0 Police Rated, Administrative, Utility Vehicles, Trucks and Vans: - ..................... Alan Jay Chevrolet Buick GMC Cadillac Alan Jay Chrysler Jeep Dodge of Wauchull'a I I Alan Jay Ford Lincoln Page 132 of 634 I Alan Jay Nissan, Inc. Page 133 of 634 A John Deere Dealer FLORIDA SHERIFFS ASSOCIATION FLORIDA ASSOCIATION OF COUNTIES 2017-18 Contract for Vehicles and Equipment Contract Number FSA17-VE1115.0 Spec #42 Wheeled Excavator John Deere 190GW FT4 Wheeled Excavator with Thumb February 1, 2018 Quote for: City of Boynton Beach Base Unit: One (1) Deere 190GW F" 1'4 Excavator Front Blade and Rear Outrigger 36" Digging Bucket(5 Teeth) AM/FM Radio, auxilary low flow hydraulics Rear Camera Stated Options From Contract: 5480 Front and rear Outriggers AT342089 Add Rotating Amber Beacon THUMB Add 24" Manual Thumb Attachment Total Price FOB City of Boynton Beach, FL $189,990.00 4,060.00 425.00 3,965.00 $ 198,440.00 Greg Dudek Governmental Sales Manager 3933 Martin Luther King Jr Blvd West Palm Beach, FL 33404 Cell Phone (239)-470-0822 Fax (561)-848-7099 Page 134 of 634 Engine 190G W Manufacturer and Model Isuzu 4HK1 Non -Road Emission Standard EPA Interim Tier 4/EU Stage HIS Cylinders 4 Displacement 5.2 L {317 cu. in.) Net Peak Power (ISO 92491 119 kW (159 hp) at 2,000 rpm Off -Level Capacity 67% (34 deg.) Aspiration Turbocharged, air-to-air charge -air cooler Cooling High -efficiency, direct -drive suction -type fan Powertrain 2 -speed propel with creeper mode and automatic shift Maximum Travel Speed Creeper 2.6 km/h (1.6 mph) Low B.6 km/h (5.3 mph) High 35.0 km/h (2).8 mph( Front Axle All -wheel drive; can be locked hydraulically in any position Oscillation t 7 deg. Brakes Maintenance -free wet -disc brakes on front and rear axles; fully hydraulic service brakes Tires Standard size, dual -traction -type 10.00-2014PR tires Drawbar Pull 9534 kgf 120,570 IV) Hydraulics Main Pumps 2 variable -displacement axial -piston pumps Pump Flow, Maximum x 2 165 Umin. (43.6 qpm( System Operating Pressure Implement Circuits 34 300 kPa (4,975 psi) Travel Circuits 34 800 kPa (5,047 psi) Swing Circuits 33 400 kPa (4,844 psi) Power Boost 36 300 kPa (5,265 psi) Controls Pilot levers, short stroke, low -effort hydraulic pilot controls with shutoff lever Cylinders Bore Rod Diameter Stroke Monoblock Boom (2) 120 mm (4.7 in.) 85 mm (3.4 in.) 1050 mm (41.3 in.) 2 -Piece Boom (2) 120 mm (4.7 in.) 85 mm (3.4 in.) 980 mm (38.6 in.) Positioning, 2 -Piece Boom (1) 170 mm (6.7 in.) 105 mm (4.1 in.) 670 mm 126.4 in.) Arm (1) 125 mm (4.9 in.) 90 mm (3.5 in.) 1371 mm (54.0 in.) Bucket (1) 105 mm (4.1 in.) 75 mm (3.0 in.) 1060 mm (41.7 in.) Electrical Voltage 24 volt Number of Batteries (12 volt) 2 Alternator Rating 50 amp Lights (6) Headlights (2), top of cab (2), rear of cab (1), and boom (1) Driving Lights Headlights (2), turn signals and hazard lights, brake lights, and side marker lights Swing Mechanism Speed 12.2 rpm Torque 53 000 Nm (39,091 Ib. -ft.) Serviceability Refill Capacities Fuel Tank 290 L (76.6 gal.) Engine Coolant 25 L 16.6 gal.) Engine Oil with Filter 23 L (6.1 gal.) Hydraulic Tank 100 L (26.4 gal.) Hydraulic System 180 L 147.6 gal.) Swing Drive 6.2 L (6.6 qt.) Transmission 2.5 L (2.6 qt.) Page 135 of 634 Serviceability (continued) 19OG VII Refill Capacities (continued) Differential Gear Front 9.5 L(2.5 gall Rear 14 L (3.7 gall Front and Rear Hubs 2.5 L x 2 (2.6 qt. x 21 Operating Weights' With full fuel tank; 79 -kg (17516.) operator; 0.7-m' (0.92 cu. yd.), 900 -mm (35 in.), 610 -kg (1,345 Ib.) bucket; 2.71-m (B ft. 11 in.I arm; standard gauge; and 4000 -kg (8,819 lb.) counterweight Monoblock Boom 2 -Piece Boom Front Outrigger and Rear Outrigger 20 200 kg 144,5301b.) 20 550 kg (45,300 lb.) Front Blade and Rear Outrigger 19 960 kg 144,000 lb,) 20 310 kg (44,780 Ib.) Operating Dimensions" Monoblock Boom 2 -Piece Boom Arm Digging Force SAE 87 kN (19,558 Ib.) 87 kN (19,558 Ib.) ISO 91 kN 120,458 Ib.1 91 kN (20r458 lb.) Bucket Digging Force SAE 107 kN (24,055 lb.) 107 kN (24,055 Ib.) ISO 123 kN (27,651 Ib.) 123 kN (27,651 Ib.) A Maximum Reach 9.58 m (31 ft. 5 in.) 9.48 m (31 ft. 1 in.) B Maximum Digging Depth 5.63 m (19 ft. 2 in.) 5.93 m 119 ft. 5 in.) C Maximum Cutting Height 9.25 m (30 ft. 4 in.) 9.85 m (32 ft. 4 in.) D Maximum Dumping Height 6.45 m (21 ft. 2 in.) 6.95 m (22 ft. 10 in,) E Overall Height 3.13 m (11Oft. 3 in.) 3.21 m (10ft. 6 in.) F Overall Length Front Outrigger and Rear Outrigger 9.54 m 131 ft. 4 in.) 9.36 m (30 ft. 9 in.) Front Blade and Rear Outrigger 9.48 m (31 ft. 1 in.) 9.30 m (30 ft. 6 in.I G Minimum Swing Radius 3.48 m (11 ft. 5 in.j 3.00 m (9 ft. 10 in.) 190G W EXCAVATOR WITH MONOBLOCK BOOM 1906 W EXCAVATOR WITH 2 -PIECE BOOM Page 136 of 634 Machine Dimensions 190G W With standard gauge and 2.71-m (8 ft. 11 in.) arm; dimensions are provided for both the front and rear outrigger con- figuration, and for the front blade and rear eut0ggereonfiguratian Mono6lackBoom A Overall Length 8.98 in (29 ft. 6 in.) Al Overall Length - B Overall Height 3.13 m (10ft. 3 in.) BI Overall Height - C Rear -End Swing Radius 2.32 m (7 ft, 7 in.j D Engine Cover Height 2.48 m (e ft. 2 in,) E Counterweight Clearance 1.24 m (4 ft. 1 in.) F Overall Width of Upperstrueture 2.45 m (8 ft. D in.) G Overall Height of Cab 3.13 m (10 ft. 3 in.) H Overall Width of Tires 2.55 m (8 ft. 4 in.) 1 Minimum Ground Clearance 0.35 m (13.8 in.j K Wheelbase 2.65 m (8 ft. 8 in.) L Swing Center to Rear Axle 1.15 m (3 ft. 9 in.) M Front Overhang Front Outrigger and Rear Outrigger 1.38 m (4 ft. 6 in.) Front Blade and Rear Outrigger 1.32 m (4 ft. 4 in.j Rear Overhang 1.09 m (3 ft. 7 in.} 0 Maximum Blader Lower 0.22 m (8.7 in.) P Overall Height of Blade 0.59 m (23.2 in.) 0 Maximum Blade Raise 0.37 m 114.6 in.) R Overall Width of Blade 2.53 m (e ft. 4 in.) S Overall Width with Outrigger 2.47 m (B ft. 1 in.) Retracted T Overall Width with Outrigger 3.44 m (11 ft. 3 in.) Extended V Overall Height of Boom (traveling) 4.00 m (13 ft. 1 in.) W Front Overhang (traveling) 3.33 m (10 ft. T 1 in.) 2 -Piece Boom 8.80 m (28 ft. 10 in.) 3.21 m(10ft. 6in.) 2.32 m (7 ft. 7 in.) 2.48 m (8 ft. 2 in.) 1.24 m (4 ft. i in.) 2.45m(8ft. 0in.) 3.13 m (10 ft. 3 in.) 2.55 m (8 ft. 4 in.) 0.35 m (13.8 in.) 2.65 m (8 ft. 8 in.) 1.15 m(3ft. 9in.) 1.38 m (4 ft. 6 in.) 1.32 m (4ft. 4 in.) 1.09 m (3 ft. 7 in.) 0.22 m (8.7 in.) 0.59 m (23.2 in.) C.37 in (14.6 in.) 2.53 m (8 ft. 4 in.) 2.47 m (8 ft. 1 in.) 3.44 m (11 ft. ` in.) 4.00 m fl ft. 1 in.) 3.33 m (10 ft. 11 in.} Ii Page 137 of 634 j Ii Page 137 of 634 Lift Capacities 19OG W Boldface type indicates hydraulically limited capacities; lightface type indicates stability-limited capacities, in kg (lb.). Ratings at bucket lift hook; ma hine a ,uipped with 600-kg (1,323 Ib.) bucket, 2.71-m (8 ft. 11 in.) arm, and standard counterweight; and situated on firm, level, uniform supporting surface. Figures do not exceed 87%of hydraulic capacity or 75%ofweivht needed to tin machine. HORIZONTAL DISTANCE FROM CENTERLINE OF ROTATION 1.5m(5 .1 I'D ft.) 4.5m(15ft. 1 60m(20ft.) 7.5m(25ft.) LOAD POINT HEIGHT OverFront Over Side -... Over Front Over Side Over Front Over Side Over Front Over Side Over Front Over Side .....,.,........................................� With monoblock boom, rear autri ers, and front blade down g ...,.. _._.- ......... 6.0 m (20 ft.1 4420 4420 (9,420) 19,4201 4.5 m (15 ft.) 6430 6430 5320 4730 3330 3170 (13,740) (13,740) (11,560) (10,1601 3.0 m 0 Oft.) 7910 7280 5930 4520 4730 3090 (17,0401 (15,660) (12,850) (9,7301 19,8701 16,6301 1.5 m (5 ft.) 9060 6620 6470 4310 4620 3000 (19,570) 114,670) (14,010) (9,280) (9,930) (6,440) Ground Line 9290 6580 6530 4171) 4550 2930 19,0101 (9,010) (20,1301 (14,140) (14,030) (8,960) (9,770) (6,2901 -1.5 m (-5 ft.) 7920 7920 8650 6520 6300 4110 (18,050) (18,050) (18,740) 114,000) (13,600) (8,840) -3.0 m (-10 ft.) 9560 9560 7140 6590 5100 4150 (Z0,6B0 120_,680([15,38Q),.... ;14,1501 (i0 8101 (8,950) With monabiock boom and 4 outriggers down 6.0 m (20 ft.) 4420 442D (9,420) (9,420) 4,5 m (15 ft.) 6430 6430 5320 5320 3330 3330 (13,740) (13,740) (11,560) (11,560) 3.0 m (10 ft.) 7910 7910 5930 5280 4870 3620 (17,040) {17,040) (12,850) (11,350) (9,870) (7,760) 1.5 m 15 ft.) 9060 8100 6470 5060 4830 3520 (19,570) (17,410) (14,010) 110,8901 (1::'','170) (7,5607 Ground Line 9290 7850 6660 4910 4750 3450 (9,010) (9,010) (20,130) (16,850) (14,420) (11'.560; (10,210) 17,4101 -1.5 m (a5 ft.) 7920 7920 8650 7780 6300 4850 (18,050) (18,0501 118,7401 (16,700) (13,600) (10,430) -3.0 m (-10 ft.) 9560 9560 7140 7140 5100 4900 120,680i 130,6801 (15 3801 (15 3801 (10,810{ (1,0 550) With Z-piece boom, rear outriggers, and front blade dawn _._.-.. 6.0 m (20 ft.1 3980 3980 (8,790) (8,790) 4.5 m (15 ft.) 4860 4860 4330 4330 2820 2820 (10,5101 (10,5101 (9,450) 19,4501 3.0 m (10 ft.1 8700 8700 6500 6500 5050 4710 4430 3210 (19,1301 (19,130) (13,970) (13,970) (10,960) (10,130) (8,980) (6,840) 1.5 m (5 ft.l 10 630 10 630 8100 7210 S830 4670 4740 3140 (23,330) (23,330) (17,470) 115,500) (12,630) 110,070) {10,190) (6,700) Ground Line 8670 8670 12 770 12 770 9010 7250 6400 4710 4670 3030 (19,420) (19,420) (28,000) (28,000) (19,490) (15,6001 (13,860) (10,0701 19,9801 16,460) -1.5 m (-5 ft.) 13 900 13 900 14 840 14 660 9230 7490 6610 4460 (31,210) (31,2101 (32,210) (31,430) (19,990) (16,090) (14,310) (9,5301 -3.0 m (-10 ft.) 22 710 22 710 15 310 15 260 9590 7130 6220 4280 (51,650) (51,6501 (33,1901 (33,000) (20,7301 (15,250) (13,080) (9,170) Page 138 of 634 Lift Capacities (continued) 190G W Boldface type indicates hydraulically limited capacities; lightface type indicates stability -limited capacities, in kg (lb.). Ratings at bucket lift hook, rSachin- equipped with 600 -kg (1,323 lb.) bucket, 2.71-m (8 ft. 11 in.) arm, and standard counterweight; and situated on firm, level, uniform supporting surface. Figures do not exceed 87% cfhvdraulic capacity or 75% ofweiaht needed to tiD machine. HORIZONTAL DISTANCE FROM CENTERLINE OF ROTATION 1.5 M (5 ft.) 3.0 rn (10 ft.) 4.5 m (15 ft.) 6.0 rn (20 ft.) 7.5 m (25 ft.) LOAD POINT HEIGHT Over Front Over Side Over Front Over Side Over Front Over Side Over Front Over Side Over FrontOver Side mi -2-Piece -boom on -d-4-- outriggers (town - -------- 6.0 m (20 ft.) 3980 3980 4.5 m (15 Ft.) 3.0 m (loft.) 1.5 rn (5 ft.1 Ground Line -1.5 31 {_s ft.1 -3.0 m (-10 ft. ) 8700 (19,130) 10630 (23,330) 8670 8670 12770 (19,42111 (19,420) (28,000) 13900 13900 14840 (31,210) (31,210) (32,210) 22710 22710 15310 (51,650) 151,650) (33,190) Page 139 of 634 (8,790) 18,7901 4860 4860 4330 4330 2820 2820 (T0,510) (10,570) (9,4501 (9,450) 8700 6500 6500 5050 5050 4430 3730 (19,130) 113,9701 (13,970) (10,9601 (10,969) (8,980) (7,970) 10630 8100 8100 5830 5310 4770 3660 (23,330) (17,470) (17,470) (12,630) 11,430) (10,3901 (7,8201 12770 9010 8280 6400 5370 4860 3560 128,0001 119,490) 117,8201 (13,860) (11,600) (10,410) (7,6101 14840 9230 8490 6610 5230 (32,2T0) (79,990) (18,3001 (14,310) (11,190) 15310 9590 84511 6220 5040 (33,1901 (20,7301 (18,070) (13,080) p0'810l Page 139 of 634 Buckets 19BG W' A full line of buckets is offered to meet a wide variety of applications. Digging forces are with power boost. Buckets are equipped with John Deere TK -Series Bucket Teeth standard. Replaceable cutting edges and a variety of teeth are available through John Deere Parts. Optional side cutters add 150 mm (6 in.( to bucket widths. Capacities are SAE heaped ratings. Arra Dig Force, Type Bucket Bucket Width Bucket Capacity Bucket Weight Bucket Dig Force 2.71 m (8 ft, i 1 in.) Bucket Tip Radius Number of Teeth mm in. m' cu. yd. kg Ib. kN Ib, kN Ib, mm in. General -Purpose High -Capacity 762 30 0.60 0.79 650 1,432 122.7 27,582 91.2 20,512 1473 58.00 4 914 36 0.76 1.00 735 1,621 122.7 27582 91.2 20,512 1473 58.00 5 1067 42 0.93 1.22 812 1,790 122.7 27,582 91.2 20,512 1473 58.00 5 1219 4B 1.09 1.43 896 1,976 122.7 27,582 91.2 20,512 1473 S8.00 6 Heavy -Duty 610 24 0.40 0.52 543 1,197 123.6 27,780 91.5 20,563 1463 57.61 4 762 30 0.54 0.71 621 1,369 123.5 27,768 91.5 20,561 1463 57.61 4 914 36 0.69 0.""'i_+ 707 1,559 123.S 27,768 91.5 20,561 1463 57.61 5 1067 42 0.63 1,09 785 1,731 123.5 27,768 91.5 20,561 1463 57.61 5 1219 48 0.99 1.29 871 1,921 123.5 27,768 91.5 20,561 1463 57.61 6 Heavy -Duty High -Capacity 610 24 0.43 0.56 646 1,424 122,7 27,582 91,2 20,512 1473 58,00 4 762 30 0.58 0.76 723 1,593 122.7 27,582 91,2 20,512 1473 58.00 4 914 36 0.74 0.97 808 1,782 122.7 27,582 91.2 20,512 1473 56.00 5 1067 42 0.91 1.19 885 1,951 122.7 27,582 91.2 20,512 1473 58.00 5 1219 46 1.06 1.39 577 1,271 122.7 27,582 91.2 20,512 1473 SB.00 6 Ditching 1524 60 0.87 1.14 577 1,271 170.3 38,280 101.3 22,778 1057 41.62 0 General -Purpose High -Capacity 1219 48 1.09 1.43 577 1,271 122.7 27,S82 91.2 20,512 1473 57.99 6 Page 140 of 634 ti fixK 0 owl' 121,11"91,1111, Name of Dealership "U"M one Base Unit -f IIYQF,AULIC EXCAYAJQR. WHEELED TYPE - 42-Q00 LB_QPEHAMG WEIGHT LORIDA ASSOCIA110NOF 2018 Atlas 160W COUNTIES --N13 2018 Atlas 160W All About rlcrida ti fixK 0 owl' 121,11"91,1111, Name of Dealership Type of Vehicle one Base Unit Price IIYQF,AULIC EXCAYAJQR. WHEELED TYPE - 42-Q00 LB_QPEHAMG WEIGHT (Specification 442) 2018 Atlas 160W Western --N13 2018 Atlas 160W Western NB 2018 Atlas 160W Northern NB 2018 Atlas 160W Northern N13 2018 Atlas 160W Central N11 -- 2018 Atlas 160W 2018 Central NB 2018 Atlas 160W Southern NB 2018 Atlas 160W Southern NB Price Extension from FSA16-VEH14.0 - See Ring Power Rollover 2018 Caterpillar M318 Western NB 2018 Caterpillar M318 Western NB Price Extension from FSA16-VEI-114.0 - see Ring Power Rollover 2018 Caterpillar M318 Northern 2018 Caterpillar M318 Northern NB -- Price Extension from FSAM-VE'1114.0 - Sec. Ring Power Rollover 2018 Caterpillar M318 Central NB 2018 Caterpillar M3 19 Central N13 Kelly Tractor 2018 Caterpillar M318 Southern $214,285.00 2018 Caterpillar M318 Southern -- NB -- Clark Equipment 2018 Doosan DX2 I OWE -5 * Western $184,400.00 2018 Doosan DX21 OWE -5 Western -- NB -- Clark Equipment 2018 Doosan DX21 OWE -5 *Northern $184,400M 2018 Doosan DX2 I O'WE-5 Northern -- NB -- Clark Equipment 2018 Doosan DX210WE-5 *Central $184,400.00 2018 Doosan DX2 I OWE -5 Central -- NI3 -- Clark Equipment 2018 Doosan D 2 OWE -5 *Southern $184,400.00 2018 Doosan DX2 I OWE -5 Southern -- N -B -- Nortrax, Inc. 2018 John Deere 190 GW Western $1813,990.00 2018 John Deere 190 GW Western -- N13 -- Nortrax, Inc. 2018 John Deere 190 GW Northern $189,990.00 9M Page 141 of 634 2018 John Deere 190 GW Nortrax, Inc. 2018 John Deere 190 GW 2018 John Deere 190 GW Nortrax, Inc. 2018 John Deere 190 GW 2018 John Deere 190 GW Cowin Equipment Company Inc Fla ler Construction Equipment, LLC. Flagler Construction Equipment, LLC. Flagler Construction Equipment, LLC 2018 Volvo EW I 80E 2018 Volvo EW I 80E 2018 Volvo EW I 80E 2018 Volvo EW I SOE 2018 Volvo EW180E 2018 Volvo EW 18 OE 2018 Volvo EGA 180E 2018 Volvo EW 180E Northern -- NB -- Central $189,990.00 Central -- NB -- Southern $139,990.00 Southern -- t1m -- Western $195,105.110 Western -- NB -- Northern $196,0000 Northern -- NB -- Central $196,000.00 Central -- NB -- Southem $196,000.00 Southern -- NB -- 2054 Page 142 of 634 FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES HYDRAULIC EXCAVATOR WHEELED TYPE - 42000 LB OPERATING WEIGHT SPECIFICATION #42 2018 Atlas 160W 2018 Caterpillar M318 2018 Doosan DX210V%TE-5 2018 John Deere 190 GW 2019 Volvo EW 1.80E THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE/EQUIPMENT TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED, a. Minimum operating weight - 42,000 tbs. a. Turbocharged diesel engine 140 hp b. Spin on type filters e. Two stage air cleaner 3. IRAVELSYSTEM- DEMIMMMMUMM11 4. H Y Q R A Lf I., I C.S YTI � LL a. Standard auxiliary hydraulic valve. b. Hydraulic system flow 99 gpm minim urn, 5. WHL U, DJUNIE: a. Wheelbase 8' minimum b. Tire size 10:00x20 c. GrOUnd clearance 13" minimum d. Gradability6l percent a. Cab to be air conditioned, heated, and pressurized filtration system, b. Intermittent windshield wipers, c. Opening front v dirdshield. d. Vibration dampening cab mourns. e. Adjustable suspension type operator seat with safety belt f Tinted safety glass. g. Engine monitoring system with audible alarms. 2055 Page 143 of 634 FAC FLORII)A AS"S 0 C I ATI 0 N Lai COUNTIES AN About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES HYDRAULIC EXCAVATOR WHEELED TYPE - 42000 LB OPERATING WEIGHT SPECIFICATION #42 2018 Atlas 160W 2018 Caterpillar M318 2018 Doosan DX210V%TE-5 2018 John Deere 190 GW 2019 Volvo EW 1.80E THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE/EQUIPMENT TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED, a. Minimum operating weight - 42,000 tbs. a. Turbocharged diesel engine 140 hp b. Spin on type filters e. Two stage air cleaner 3. IRAVELSYSTEM- DEMIMMMMUMM11 4. H Y Q R A Lf I., I C.S YTI � LL a. Standard auxiliary hydraulic valve. b. Hydraulic system flow 99 gpm minim urn, 5. WHL U, DJUNIE: a. Wheelbase 8' minimum b. Tire size 10:00x20 c. GrOUnd clearance 13" minimum d. Gradability6l percent a. Cab to be air conditioned, heated, and pressurized filtration system, b. Intermittent windshield wipers, c. Opening front v dirdshield. d. Vibration dampening cab mourns. e. Adjustable suspension type operator seat with safety belt f Tinted safety glass. g. Engine monitoring system with audible alarms. 2055 Page 143 of 634 h. Work lights. i. Tail, stop, turn, and emergency flashers. a. Boom and stick combination to allow minimum reach at ground level of 30' minimum. b. Bucket to be a general purpose bucket, appropriately sized for machine and included. 8.NCi.SYSTEM: a. Swing radius 7 ft. approximate b. Swing speed 9.5 rpm minimum. 9. MISCELLANEOUS - a. Fuel capacity of 77 gallons minimum. 10. BLAD ER a. Front blade with 8' minimum b. Rear outriggers DISCLOSURE: THE FLORIDA SHERIFFS ASSOCIATION WORKING IN CONJUNCTION WITH MANUFACTURERS, VENDORS AND DISTRIBUTORS OF VEHICLES/EQUIPMENT DOES THEIR BEST TO ENSURE MODEL NAMES, NUMBERS AND CODES REPRESENT THE LATEST INFORMATION AVAILABLE AT THE TIME THE BID DOCUMENTS ARE PREPARED, IT IS RECOMMENDED THAT YOU CONFIRM THIS INFORMATION WITH THE AWARDED VENDOR REPRESENTATIVE AT THE TIME YOU ARE REQUESTING A CONFIRMING QUOTE. 2056 Page 144 of 634 "'KIN 119, A ,,w HYDRAULIC EXCAVATOR, WHEELED TYPE - 429000 LB OPERATING WEIGHT SPECIFICATION #42 JQkVJIUU16L %,Vill this model and FSA's base vehicle specification(s) requirernents which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $189,990.00 $189,990-00 $189,990m $189,990.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for flill size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser- to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type velnele(s) you wish to order. NOTLAn official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 2078 Page 145 of 634 ry EAC r FLORIDA ASSOCIATEON01, COUNTIES All About Florida "'KIN 119, A ,,w HYDRAULIC EXCAVATOR, WHEELED TYPE - 429000 LB OPERATING WEIGHT SPECIFICATION #42 JQkVJIUU16L %,Vill this model and FSA's base vehicle specification(s) requirernents which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $189,990.00 $189,990-00 $189,990m $189,990.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for flill size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser- to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type velnele(s) you wish to order. NOTLAn official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 2078 Page 145 of 634 VEHICLE: 190 GW DEALER: No ax, Inc. ZONE: Western BASE PRICE: $189,990.00 Order Code Delete Options Nortrax, Inc. Central $189,990.00 Downgrade to smaller excavator - speciiyf Downgrade to smaller excavator - specify Delete air conditioning Delete outriggers Delete Wade Optional equipment delete - specify Optional equipment delete - specify Non -Specified Optional equipment delete - specity Options Discount Option: A discount q(25% qosnanii/octurers current published retail price will be applied to all "on -specified Discount "factury options, on base units and any optional models. 25% 1 Order Code Add Options All Zones NA NA NA NA NA NA NA NA FT4 190G Model upgrade - specify $6,750.00' t,pgrade to Final Tier -4 diesel engine on the John Deere model 19OGW when available Model upgrade - specify NA Model upgrade - specify NA Model upgrade - specitY NA AT445363 Auxiliary hydraulics $6,707.00' Add auxileary hydraulics to machines equipped with a one-piece mono boom AT451619 1 Ditching bucket $3,747.00' Add 60"zinching Socket, 1.55 czsyd. capacin, AT390721 1 Vandal protection $2,964.001 Add vandal protection kit 5480 Front & Year outriggers $4,0W00 Front and rear outriggers 1 6870 Optional equipment - specify S 10,167.00' Add variable goutnetry 2 -piece base boom. ILO standard mono boonj AT343230 Optional equipment - specily $8,496.001 H)-cli-atilicqttickcotpler-st,slem I 2079 Page 146 of 634 VEHICLE: 190 GW DEALER: Nortrax, Inc, Nortrax, Inc. Nortrax, Inc. Nortrax, Inc. ONE: Western Northern Central Southern BASEPRICE: $189,990.00 $189,990.0 $189,990M $189,9=10.00 PT -Ili Optional equipment - specify $13,990m, Acid Helac Power -Tilt nvinger � i A( ITA I Optional equipment- specify $4,949.130' ; Add 7?"aquatic buckeF � AT445364 i Optional equipment - specify $6,591 M Add aatyiliaiy hydraulics to nia€hines equipped s&'dih variable geortaetty 2 piece bonne a AT3420 9 I Optional equipment - specify $425M' Rtnating amber beacon I THUMB I 'Optional equipment - specify $3,965.00 Adel manual thumb aitachinent I AT390 02 I �Optional equipment - specify $4,968.001.. Add operator cab FOPSgitard I AT451616 1 Optional equipment - specify $5,440.001 Acid 36" digging brichet ivuh teeth 1 Dian -Specified ? Optional equipment - specify NA` Options r Discount Option: A discount of 25% crffiiianittlecturer's, currentpublished retail Price will be applied to all non -spec fled Discount facto y options, an base tubs and apt opdional inodels. 25% I New state tag (specify state, county, city, sheriff, etc.) NA Transfer existing registration (must provide tag number) ISA Temporary tag NA Maintenance Flan - specify NAi' Please call for guoae. I Maintenance Dian - specity NA1 Please call for quale. I Warranty - specify, NAS Please call for quote. I li Warranty - specify SAI Please call fav' quoie. I RM Page 147 of 634 111 Ell QIM1131,11111) HYDRAULIC EXCAVATOR, WHEELED TYPE - 42,000 LB OPERATING WEIGHT SPECIFICATION #42 wnxfmzffmjm��� lul- this model and FSA's base vehicle speccation(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PIUCE: -- No bid -- -- No bid -- -- No bid -- -- No bid -- While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options -Whi allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and acid options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your lone at the stated prices. 2081 Page 148 of 634 EA FLORIDA COUNTIES All About k7orida 111 Ell QIM1131,11111) HYDRAULIC EXCAVATOR, WHEELED TYPE - 42,000 LB OPERATING WEIGHT SPECIFICATION #42 wnxfmzffmjm��� lul- this model and FSA's base vehicle speccation(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PIUCE: -- No bid -- -- No bid -- -- No bid -- -- No bid -- While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options -Whi allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and acid options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your lone at the stated prices. 2081 Page 148 of 634 ��;�O'F - +► e Fainted: 1/30/16 awna. cWvclfleet. ccm BOYNTON BEACH F7D LT.xlsx Page 149 of 634 RIMM''K M umm�� MID -,SIZE 4-I )CCJI1 UTILITY ...\ EH.,CLES - 4X2 (S jiequficationE'-I -� Zone Base Unit Price Garber Chevrolet Buick GMC Inc. 4" Western 524,399.061 ALT - Alan Jay Chevrolet Buick GMC Cadillac EAAC Western FLORIDA Garber Chevrolet Buick GMC Inc. A1S150CIATIOSOF COUNMES Northern 5241199M ALT - Alan Jay Chevrolet Buick GMC Cadillac All About Fli& RIMM''K M umm�� MID -,SIZE 4-I )CCJI1 UTILITY ...\ EH.,CLES - 4X2 (S jiequficationE'-I -� Zone Base Unit Price Garber Chevrolet Buick GMC Inc. 2018 Chevrolet Traverse (I 56) Western 524,399.061 ALT - Alan Jay Chevrolet Buick GMC Cadillac 2018 Chevrolet Traverse (INB56) Western $24,415.00 Garber Chevrolet Buick GMC Inc. '2015 Chevrolet Traverse (I N BS 6) Northern 5241199M ALT - Alan Jay Chevrolet Buick GMC Cadillac 2018 Chevrolet Traverse (INB56) Northern $24,215M Alan Jay Chevrolet Buick GMC Cadillac 2018 Chevrolet Traverse (INT1356) Central $24,215.00 ALT - Garber Chevrolet Buick GMC Inc. 2018 Chevrolet Traverse (1N 56) Central $24,299.00 Auto Nation Chevrolet Pembroke Pines 2018 Chevrolet Traverse (INTB56) Southern $24,304.00 ALT - Alan Jay Chevrolet Buick GMC Cadillac 2018 Chevrolet Traverse (INB56) Southern $24,315.00 Duval Ford 2018 Ford Explorer (K7B) Western $24,810.00 A LT - Coggin Ford 2018 Ford Explorer (K7B) Western $25,282.00 Duval Ford 2018 Ford Explorer (10713) Northern $25,147.00 ALT - Coggin Ford 2018 Ford Explorer (K7B) Northern $25,262M Prestige Ford 2018 Ford Explorer (K713) Central $24,892.00 ALT - Duval Ford 2018 Ford Explorer (K7B) Central $25,046.00 Duval Ford 2018 Ford Explorer (K7B) Southern $25,247,010 ALT - Coggin Ford 2018 Ford Explorer (K713) Southern $25,433.00 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Acadia (TNB26) Western $25,365.00 2018 GMC Acadia (TNB26) Western --N13 -- Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Acadia (TNB26) Northern 525,165.00 2018 GMC Acadia (TNB26) Northern -- NB -- Alan Jay Chevrolet Buick GMC Cadillac 2018 CYMC Acadia (T 26) Central $28,165,00 2018 GMC Acadia (TNB26) Central -- NB -- Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Acadia (17N1326) Southern $25,265.001 2013 G -MC Acadia (TNB26) Southern -- NB -- Garber Chrysler Dodge Jeep Inc, 2018 Jeep Grand Cherokee Laredo (WKTH74) Western $23,771.00 ALT - AutoNation CDJR Pembroke Pines 2018 Jeep Grand Cherokee Laredo Western $23,84100 (WKTH74) 673 Page 150 of 634 Garber Chrysler Dodge Jeep Inc. 2018 Jeep Grand Cherokee Laredo Northern $23,571.00 (WKTH74) ALT - A uIoNation CDJR Pembroke Pines 2018 Jeep Grand Cherokee Laredo Northern $23,767.013 ('TI -174) Garber Chrysler Dodge Jeep Inc, 2018 Jeep Grand Cherokee Laredo Central $23,621,00 (WK-FI174) ALT - AutoNation CDJR Pernbroke Pines 2018 Jeep Grand Cherokee Laredo Central $23,822.00 (WKTH74) Garber Chrysler Dodge Jeep Inc. 2018 Jeep Grand Cherokee Laredo Southern $23,671.00 (NVKTH74) ALT- AutoNation CDJR Pembroke Pines 2018 Jeep Grand Cherokee Laredo -11174) Southern $23,842.00 (WK Terry Taylor's DeLand Nissan, Inc 2018 Nissan Pathfinder (25118) Western $23,402,00 2018 Nissan Pathfinder (25118) Western -- NB -- Terry Taylor's DeLand Nissan, Inc 2018 Nissan Pathfinder (25118) *Northern $23,32LOO 2018 Nissan Pathfinder (25118) Northern -- NB -- Terry Taylor's DeLand Nissan, Inc 2018 Nissan Pathfinder (25118) * Central $23,361.00 2018 Nissan Pathfinder (25118) Central -- N13 -- Terry Taylor's DeLand Nissan, Inc 2018 Nissan Pathfinder (25118) *Southern $23,370.00 2018 Nissan Pathfinder (25118) Southern NB 2018 Toyota Highlander LE (6942) Western NB 2018 Toyota Highlander LE (6942) Western NB 2018 Toyota I.-fighlander LE (694' 2) Northern NB 2018 Toyota Highlander LE (6942) Northern N`B 2018 Toyota Highlander LE (6942) Central NB 2018 Toyota Highlander LE (6942) Central NB 2131 Toyota Highlander LE (6942) Southern NB -- 2018 Toyota Highlander LE (6942) Southern NB 674 Page 151 of 634 MID-SIZE 4 -DOOR UTILITY VEHICLES - 4X2 SPECIFICATION #27 2018 Chevrolet Traverse (1N1356) 2018 Ford Explorer (K.7B) 2018 GMC Acadia (TNB26) 2018 Jeep Grand Cherokee Laredo (WKTH74) 2018 Nissan Pathfinder (25118) 2018 Toyota Highlander LE (6942) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFER TO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRICING. 1. ENGINE. a. Manufacturer's standard gasoline engine, alternator, battery and cooling package. 2. TRANSMISSION/TRANSAXLE- a. Manufacturer's standard automatic transmission/transaxle. 3 PERFQ MANCE ITE)4S:, a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. 4. COMFORT ITEMS: a. Manufacturer's standard air conditioning with 134A system. b. Manufacturer's standard tinted glass all around. c. Manufacturer's standard AM/FM stereo. d. Power windows, power door locks, cruise control and tilt steering wheel. e. Manufacturer's standard floor covering. f. Manufacturer's standard production seats. Purchaser will select color at time of order. g. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). 5.�;°'F,1 'V' ITEMS:, a. Dual outside mirrors and inside rearview mirror. b. Interior dome lights with left and right door activated switches. c. Manufacturer's standard air bags. d. Rear view back-up camera a. Four wheel anti-lock brake ABS system. 675 Page 152 of 634 s, �,, EA FLORIDA SSOCIAT10Sor COUNTIES All About Florida MID-SIZE 4 -DOOR UTILITY VEHICLES - 4X2 SPECIFICATION #27 2018 Chevrolet Traverse (1N1356) 2018 Ford Explorer (K.7B) 2018 GMC Acadia (TNB26) 2018 Jeep Grand Cherokee Laredo (WKTH74) 2018 Nissan Pathfinder (25118) 2018 Toyota Highlander LE (6942) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFER TO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRICING. 1. ENGINE. a. Manufacturer's standard gasoline engine, alternator, battery and cooling package. 2. TRANSMISSION/TRANSAXLE- a. Manufacturer's standard automatic transmission/transaxle. 3 PERFQ MANCE ITE)4S:, a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. 4. COMFORT ITEMS: a. Manufacturer's standard air conditioning with 134A system. b. Manufacturer's standard tinted glass all around. c. Manufacturer's standard AM/FM stereo. d. Power windows, power door locks, cruise control and tilt steering wheel. e. Manufacturer's standard floor covering. f. Manufacturer's standard production seats. Purchaser will select color at time of order. g. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). 5.�;°'F,1 'V' ITEMS:, a. Dual outside mirrors and inside rearview mirror. b. Interior dome lights with left and right door activated switches. c. Manufacturer's standard air bags. d. Rear view back-up camera a. Four wheel anti-lock brake ABS system. 675 Page 152 of 634 7. jjRLS_AND WHEELS: a. Manufacturer's standard tires and wheels. b. Manufacturer's spare tire and rim, if available. 8 CHASSIS 1It CAB:, a. Manufacturer's standard colors, factory painted. Colors to be determined by individual agencies. b. Manufacturer's standard fuel tank. DISCLOSURE: THE FLORIDA SHERIFFS ASSOCIATION WORKING IN CONJUNCTION WITH MANUFACTURERS, VENDORS AND DISTRIBUTORS OF VEHICLES/EQUIPMENT DOES THEIR BEST TO ENSURE MODEL NAMES, NUMBERS AND CODES REPRESENT THE LATEST INFORMATION AVAILABLE AT THE TIME THE BID DOCUMENTS ARE PREPARED. IT IS RECOMMENDED THAT YOU CONFIRM THIS INFORMATION WITH THE AWARDED VENDOR REPRESENTATIVE AT THE TIME YOU ARE REQUESTING A CONFIRMING QUOTE. 676 Page 153 of 634 MID-SIZE 4 -DOOR UTILITY VEHICLES - 4X2 SPECIFICATION 927 The Ford Explorer (K713) purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE. Western -Northern Central Southern BASE PRICE: $214,810.00 $25,147.00 $24,892,00 $25,247M While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipirient items you wish deleted from the base unit cost arid/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order, NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices, 688 Page 154 of 634 "s FLORIDA COUNTIES AIIAbut RaHda MID-SIZE 4 -DOOR UTILITY VEHICLES - 4X2 SPECIFICATION 927 The Ford Explorer (K713) purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE. Western -Northern Central Southern BASE PRICE: $214,810.00 $25,147.00 $24,892,00 $25,247M While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipirient items you wish deleted from the base unit cost arid/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order, NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices, 688 Page 154 of 634 VEHICLE- Explorer (1C7II) DEALER: Duval Ford Duval Ford ZONE: Western Northern ASS ICE: $24,810.00 $25,147.00 Order Coe Delete Options Cruise control On -Star Powcr windows Power door locks Satellite radio Tilt steering wheel Order Cade Acrd Options Prestige Ford Duval Ford Central Southern $24,892.00 $25,247M Western Northern Southern Central NA NA NA NA NA NA NA NA NA NA NA NA Western Northern Southern Central 99H , Enaine upgrade - specify 99H 2 .3L 1-4 EcoRoomS Engine 1' 2.3 ECO13O0ST 2 CNG model - specify 13i -fuel model - specify CNG conversion (discuss with dealer) LPG conversion (discuss with dealer) 52T* , Facto external enggine oil cooler Re Tares KM200A m del upgrade. i TRAILER TOW AKG IS DEALER INSTALLED POT FACTORY FOR 0111E SAME PRICE2 NA NA NA NA $569.00 1 Battery, 650-cc:a or greater NA Limited slip differential NA T IMCO Tremeo anti -theft - foot activated, dealer installed $219.001 Product Specr_ftcations The Anti -Theft system tviY turn on automatically every time the vehicle shtft lever is placed in the '�ark" position. The system shall not require a key or s witch to activate. since quick edeprartures are common in police procedures. This technology enhances 1001 usage. With the motor running and the Anti -T heft system activated, fire auiotnatic transmission shift lever won't move out ofthe "Mark" position. The motor of°a parked vehicle with the Anti -Theft system will be capable ofstarting, but the shift lever won't move out offhe ;nark" position as in 112. T'he Anti -Theft system shall be deactivated by means of a not easily identifiable covert hidden floor swatch systema made of rubber saraterial that has no electrical spires to sustain renter damage. i i Std NA $395.00 IV= Page 155 of 634 VEHICLE- Explorer ( 7 ) DEALER: Duval Ford Duval Ford Prestige Ford Duval Ford ZONE: Western Northern Central Southern ASL RICE: $24,810.00 .00 $25,147.00 $24,592.00 $25,247.00 SFT SafeStop vehicle anti-theft - key activated or emergency lights activated, plug- -play for $229.00 $395.00 most Ford. and Chevy fleet vehicles, dealer installed to 20 minutes or less Vehicle to'2czrtttcaPnsftrrrctionaliiip of all electronicfunclietis including: air= conditioning and heal, sadr�vedlance i eBI3321'tment (cameras, radar, ePG), radios; lights; .Sirens; cfltipaters, and more btsihra'ut leaving the vehirle to theft The key is the KEY— once activated ranyrime the key a removed fsonr the ignition the �vulnerable �, aParr-Y73efB1TP°t]deCttL7?'fs ar'e 2FtgCt,4t'Er� m 1'hefP �:r'£}teCtEC1F2 j1Y2'8'ettr.5 the 8'e}3aC12°ftYJ9RY dYtt'asag C7{l ar tVell a8. trCPa`Uate� 173E "Gan Lack Sectow and "D"unk Lack Secure " Je( lures IC7D.200A Manufacturer's model upgrade package (specify pkg. bid) $3,864.00' $3,629.00 tteCZi jrr Gdl��°i"C�t2 Ytt fl XjJeYS I' efdY are SranchjrdDutj,,), DoorHandles Bt rty-colar.. TY}le— 'L1CdP8C�P CF7`A��C't7iYJtefk�l�'�e,SSTfr3SP.3`17V3i�1 hYPFRPet a3:§', LEIDSdgnatureDgh inn, LQx,erBocP ) SSCIeC-Iaciding—BlaCkii,it Chrf7me Accent,kEl�itFrS Ski IP ateEletarenr ,Fr`vr iatttt ear�5d ea`-Paintedt Wheels, 18" Ftwe-Spdrke PainiedAlualit uni, Gulaano Insrrume nPone,taneMpplultaes,Dain,1nieravrTain; anal Appliques, Cir iqueCloth, I€P-6fl' 6irPCtVeS` r`t4'L#° sgPYdG'It{G est€ i4 YILdr92 Q3'Y88iI gG['Itft@�, 6-4i'cri'Poii,eYPaS'setkger(incliideq.kyarerialReelinej, �t SecondRow Arno-esi, Steel2kglYipL'e#—Leadlaee-Wrfzpped, PerisielerAiotn ng, Reverse Si aclinC{.SyTtear, .72AHBanerv6 ri'ttGlBiY—SFYtttS��'1 i ItCa',i'fd, IftFL'llFg2a'tC �eCeS.5kVtIMPtP.SIa-, Pf[dald'2 `tiit'C. Serifrd del tlkeY3Fesc-E12fd,i'Keypad 13 ' Seat trim upgrade - specify NC i $6,900.00' 7 q l �' 2 l�rdif` For Pluck Cloth rrPtivPz r`er arae°es KiF}. ��t9.2. FoE` teacher zrpgr"rzde: tc lt)} 4. SEAT UPGRADE INCLUDESXLT 0LML PL1,1 2(!2.4 5PE " PKG F OR LEATri1ER2 ANVI'M radio with single CD Std NA 3k '` Additional Key(s) or Ivey Fob(s) when applicable $325.00 $250.00 Gen 5 PEPS 3 Bution (315 MTI✓) - I Way (L, UP) 1 164-R8163 Gen S PE'Pi' 5 PEatton (902 AIA-14} - 2 Way (L, U,P,1",R5)I I6I-RSI49 Geit S f'P`PS 4 Btiteopi (3I5 ±i> H4) ` 1 ft'at, (L.Cf,P,T) 1 164-RN15O Gen 5 PEPS 3 Bratton (434 UHZ) - I Way (L, II, T) 1164-RSISI Gen 5 PEPS Side Hill Backup Key (tUncut) 1164-88163 Gen 5 PEPS Side Afrll Backup Key (Cert) 1 164-RSI 691 Remote keyless entry Std Std Third row seat Std Sid NS ' 5" round don-Re 9;arnp between sunvisor°s $146.0111 $135,00 hear window defogger std Std Rear window washer/v, iper with intermittent teatime Sid Std 16N � Heavy duty rubber floor mats $113.00 r $119.00` 16N 601"' 1 Cargo area cov=er $129.001 $129,00' 600 2 Privacy ,glass, factory installed Stdl Std INCLUDED IN BASE, ADD .$95 FOR FROATT FbINDO97S OR $385 FOR LI,00 HAFT Side air protection (rimy affect cage availability) Std Sid VV l Vent visors - stick-on style $160.001 $225.00 .S Rainshields - flange sty=le $160.00' $225.00 96R t 'Running boards $594.00 $594.011 96R 942 1 Daytime running lights $44M' $44.062 942 2 Immobilize daytime ru=ining lights Std NA * 1 Fog lamps NC1 NA Requires model upgrade to xlt 201A or 202A t Tow hooks NA NA 690 Page 156 of 634 VEHICLE: Explorer (K7B) DEALER: Duva I Ford DUval Ford Prestige Ford Duval Ford ZONE: Western Northern Central Southern BASE PRICE: $24,810.00 $25,147.00 $24,892.00 $25,247.00 14 TOW Heavy duty towing package, includes HD class III receiver with 2" ball $725,00' $569.00'- 52T 2 Factory option requires K7D.200A upgrade which includes 2" class III reserver hash, engute ad cooler, iviring hiuoucvs with 4 & 7pin connector, includes, hap, beat, and el N�Uirvs 3,51, T1­ 11C'T V6 engine. I TRAILER Ty'. TO TY PK G IS DEA LER INSYA L L ED NO TFA CTUR Y FOR Ill SA ME PRICE2 'Full size spare tire and rim NA NA Ifudspare included I Outside tire carrier NA NA N-2 Nitrogen filled tires including spare tire $225.00' SIWOO 153 Front license bracket NC I NC Backup camera with 3.5' LCD (rear itiounted camera to provide wide angle field of vision Sol Std at rear of vehicle) - factory installed BUC'. Backup camera. with 3°5` LC (rear mounted camera to provide wide angle field of vision $695,00 NA' 2 BUC at rear of vehicle) - dealer installed !]Ypicaflyfor agencies that Yna-v iv ant to have a "constant hot" camera to remain on while vehicle is in park controlled bi an rasa lof fsivitch, Provides constant surveillance. K7D20lA* !I! Optional equipment - specify .$2,329-00' NA Requires K7D 200A model upgrade and inchmieg; SYN(1903, Enhanced Voice Recognition Coninnanesnions and Llnerraissnew System, 8"LCY'j Capacitive Touctiseveen in Cinaer slack wahSwipe CapabilaY, Pinch-fo-Zoom capability included when equipped with available Voice-Activated TouchscreenNartganon Secenj (it ivegaeon is included in the XLTY'echnology Feanive Bundle (657)1, Applink, 911 Assist, Apple CarPlayY AI conjpaubdn�v and slnart-Charging s4aftitnedia USB Porte — avo (2) (ene (1) J%nart-Charging Multimedia USY? Part rvelaces the Peovit Center Floor Console Poweppoint Porri, SYAp,1jC'onnec1, Renuitea, start, lock and unlock vehicle, Schedule specatic thnes to remotely start vehicle]. Locate parked vehicle]. Check vehicle status], WY-filiki hooipoi connects up to l0devzces2JNote: Pard 7eleinaticsTMPreje Package IncladedJur Rest ONLY: SYNCO Canneet provides data to suppon telematics services incluohng vehicle location, speedand idle Onze with optional vehicle diagnostics and maintenance reports. Requires Ford 7elemaricsTAIPinvered bly Telsgisls Service (Requires subscription'tSr Telogis service, Activate at iviviv,fleer-ford.coiat, auto-Di?ii?nijjgRearTini,Mirrov, LED Fog Lumps, vto-jers, Sideview — t'ens'er" and Heated Glass, Absnu al-folding; LED Torn Signal Indicators, Secaritv Approach Lamps, IntelratedBlind Spot Mirrors and Gloss Shadow Black Colts (Intep-ated Blind Stew Irfirrers not I included when equipped with BLISCA7), Power Lffitgate, Rear Bumper Step Pad— Molded-In-Color Black wies Surround Seven (7) Speakers. Renee Start S)weai Likud-Zonae Electronic Aunnnatic Temperature Control (D—EATC), and 10-way Power passenger Seat (includes Power Landau- and Recline) K713. 202A* Optional eqUipment - specify $4,899,00 NA Requires K7R200A niodo' opgradeand includes all K7D.201A content piles; Forward Sensing Svinenc Heated Steering Wheel, Leather Seating Sifelaces Heated Frant Seats FORD Optional equipment - specify $194.00' NA OEM SasusYM radio 58E. For cargo mal 85 W use $99. Fear' plash guards 50AII use 5204. For FordScali and' Strom package requires K71).20t14 includes Adoptive Cruise Conn-al & Forward Collision Warning wah Brake Sippovi, Aube High-Beav; i Readlanips, BLISO (Slind.Spot Infornza tion Si IS lefti) i v an Cross- Yi'qffieAlert (replar, es standard Infegpwled Blared Spat Marro vsjeature), Lane-Keepniff, _ yvesn includes Alert and Driver Alert, and Rant-Sensing Wipers (FrontOnl)) 65S ties $1294 OPT Optional eqrripirient - specify 5695,00 NA EC urp LAPTOP STAND WITHLAPTOP TRAY FOR INrFRTFR USTS400, DERIVE Optional equipment - specify $569.00' NA ForDerive Speed flats installed. Linaci lop speed and Fuel econontyprogrant isdeveloped tonurriniLe the fieel eciameno, qfyour fleer This prograin contains hundreds c!rjarecise changes in kely areas cifthe vehicle calibration, j, Ity optenizing these paranwiers, you can reduce Your vehicle's averagefiuel consunipeso? 4 an to 12% annuall'y. Proven Fuel Facts,- -Increa3eyoarfleets over Fnet Econontli, by up to 12% -10-30% Rejuchon in Idle Fuel Consume un? -Fuel gains Lab Tested Ls' Verified -Jai,51ale Emissions Legal -Reduces Your caropaoiCs Carbon Foolprint -Pre reeds premature velucle near an,1proloers lite vehicles life cycle J`hicle calibrations are prograotined tato the vehicle vio Derive --Ffficwra�s ercluiliye hand-heldprogranaper 1hrough tire ORDII diagnesvic pore will no tools required- I 691 Page 157 of 634 VEHICLE: Explorer (K713) DE Duval Ford Duval Ford Prestige Ford Duval Ford ZONE: Western Northern Central Southern BASE PRICE: $24,810,00 $25,147.00 $24,8112.00 $25,247.00 LABOR Labor rate per hour $130.00' $95.002 LR 2 Labor rate pe!` hour, Refer be lardvcal Fear°tk s Emergency lighrin;; pS7Ce Sr3l?missFon f n,1ndividual Rina i abor-tatrre. Rate inchidles prcrfessarr£cal EPT certlfled rnoullation, proper wire (SXL, GXL) heat rated loom, connectors, prep trrrae and peri kraal cansula'fishot. VCPlun e i is£:ounts available ia, 1arZe Cjuanf ty purchases. call dealer, or quote TEMP Temporary tag $16.00' $15.002 DLR2 []Per PSA Section 3.28, Vehicle. fags and Tale: Fr ice listed Inc ludes radnaanistrcaiave cons for con eivenee f,ye-e, ' P'e FPP%td73drS8rnt'nt3 ffir fSISe2�€7". obtaining or defive v of Hag, or rano cosst ovor tide ar igina�l dlcquisinall anlousat bf $V l TX ' Transfer existing registration (must provide tag number) $116,00' $115.00' DLR - I7 Per FSA Section 3.28, iehicle tags aria Title.' Price lrslerllnchrdes administrative costs -for con'remrienceiee. re'iinhdarsemenis 6rfili 2g. obtaining or ilelivee-v of lag, tad` any costs over lite ardehiat acquisition SRitouni CJf $78.50 i INCLUDES 36.00 A n /N FEE 2 T ' ..New state tag (specify, state, county, city, sheriff, etc,) $170.00 $160.()11'1 DLR 2 j) Per FS 4 Section 3, 211, Vehicle tags and Tide: Price lasted tracludles administrative c£ sts for c onveniencefice, obtaining or delivery of tag (aicluding vreight site far second singe 9rjani#fQGturin'g, or _ ie&!�� f-G;it,G Cr3teP" tit€' o7°t�;inal aCf13dFSdPFeJr? add2{A?dtft of $117.55 INCL UDES 30.00 ADMIN FEE 2 N11'P575 ' Maintenance Plan - specify $1,860,00' NA Year 75,000 fatale Premium itlainsen anc e Plan, 15 service G^aims ar 5000 anile irate iwis for vehicles with Oras Engine, sere deductible. I MPP675 ] Maintenance Plan - specity $1,905.00' NA b Year 75, 000 ni le Preerznan h3anven a€ace Plan. 15 service 14sits at 5000 jude vehicles avilh Urns Engine, sero rderdu aible. i MPP610 'Maintenance Plan - specify y $2,400,00' N to leer I fifi, 000 mile f reminan Maintenance Plan. 20 service visits at 5000 male in€er v ais f£aa` i'ehi des as^ttda Gars Engine, sero deductible. � CP575' Warranty - specify $1,605,00' $1,76a5'002 FP , 5 YrT5,000 triiie ®eta cdedeietihle BzISEC'ar`e plan. 5 Yr 100,lltdtl raaile ero dediiclible case $2130. Crzm;7 letept-i€-ira,- schedule arailable upon reel€zest. Prices quoted per Ford -WoCo Florida Retail f rotect lids 2017 Pricing Guide Add $1}115 for Emergency. Police ar" Fire U,re. i 5/100 PClWERTR41-N CARL 0 DhD 2 CE575' Warranty - specify $1,845.00' $2, 30% 00 FP 2 5 Yr 75,000 $mile sero deductible EX7Y2ACa€•e plass. 5 I't- 100.000 mile sero deductible use $2'560 Complete ' pricrr'tg sehedrsle Crk>ailtable topoiF regtdest. Pt'tce.4 q?ioted per For db'foCo F'Iariela lietail1'rotec'l.ltil), 2017 Pr2cat?g Guide. _add $555 for Emergency, Police or Fire Use. � 5I100 L3 SE C:4RF: 0 DELT 2 CP575 I Warranty - specify $2,535.00' $2,560.0(12 l 1a 2 e Yr 75,000 mile zero deductible Pl EVIUMC:are plan. 5 Yr 100,000 knife zero deductible use $3395. Complete IPrreing schede de available upon request. Preces quoteF,d per For dilloCo Florida Retail Protect .,hely 2017 Pricing Guide, Add $505 fvs- EinergeseeY, Polrec or Fire use. � sli or, E vxA (A RE 0 DED 2 Page 158 of 634 I Accepted By: .®.......... Date: Page 159 of 634 ,mow , wa QUOTE Vendor: Coggin Ford Requester: Willaim Darty Address: 9650 Atlantic Blvd. Date: 1/30/2018 Jacksonville. FI. 32225 Agency: City of Boynton Beach Off # (904) 608-4240 222 NE 9th Ave From: Rick Hoening Boynton Beach, FL. 33435 Email: RHoening@CogginAuto.com Contact # 561-742-6215 FEID: 47-3473001 E -Mail FSA Contract 17- L15.0 5 c# 5 Commodic ` ~f Description --- Cab & 2018 Ford F-350 Reg Cab DRW 2W-15 __-- J a�erl� ". k, .1�; TR!W- fw,.,r I _ $21,077 Extended Total $21,077' Chassis Model# F3G 60" CA 2WD White Exterior Options 52B Electric Brake Controller 1 $269 $269 50S Speed Control 1 $230 $230 X4L Limited Slip Rear Axle 1 $345 $345 531 HD Towing Package 1 $898 $898 91DRWUTB 9' Utility Body (Spray 1 $6,690 $6,690 SPRAYL in Bed Liner 1 $850 $850 PIRCK Over Cab Pipe Rack 1 $1,950 $1,950 LIPKG LED Light Bar wl Traffic Advisor 1 $1,785; $1,785 942 Daytime Running Lights 1 $441 $44 BUC Backup Camera 1 $685 ` $685 76C Backup Alarm 1 $138 $138 NEWT New City Tag 1 $189 $189 Unless color is specified, the vehicle will be ordered White : TOTAL $35,150' Accepted By: .®.......... Date: Page 159 of 634 �Mll �11- 01,10 Name of Dealership Type of Vehicle I TON CAB & H \SjiQlj LA�EEAR)YHEE,,j - 4X2 ! Soecificatkkp Alan Jay Chevrolet Buick GIVIC Cadillac Alan Jay Chevrolet Buick GMC Cadillac MOW, 2018 Chevrolet Silveradc, 3500 HD (CC36003) 2018 Chevrolet Silverado 3500 HD (CC36003) 2018 Chevrolet Silverado 3500 FID (CC316003) 2018 Chevrolet Silverado, 3500 HD (CC36003) 2018 Chevrolet Silverado 3500 HD (CC36003) 2018 Chevrolet Silverado 3500 111) (CC36003) 2018 Chevrolet Silverado 3500 1-11) (CC36003) 2018 Chevrolet Silverado 3500 HD (CC36003) 6AM Western Western Northern Northern Central Central Southern Southern Base Unit Price $23,455.00 -- NB -- $23,155A0 -- N13 -- $23,255M -- NB -- $23,655.00 -- NH -- Coggin Ford 2018 Ford F-350 (F3G) *Western EAC ALT - Duval Ford 2018 Ford F-350 (F3G) Western FLORIDA Coggin Ford As5OMA710S0Y COUNTIES *Northern $21,077.00 ALT - Duval Ford Alf About Florida �Mll �11- 01,10 Name of Dealership Type of Vehicle I TON CAB & H \SjiQlj LA�EEAR)YHEE,,j - 4X2 ! Soecificatkkp Alan Jay Chevrolet Buick GIVIC Cadillac Alan Jay Chevrolet Buick GMC Cadillac MOW, 2018 Chevrolet Silveradc, 3500 HD (CC36003) 2018 Chevrolet Silverado 3500 HD (CC36003) 2018 Chevrolet Silverado 3500 FID (CC316003) 2018 Chevrolet Silverado, 3500 HD (CC36003) 2018 Chevrolet Silverado 3500 HD (CC36003) 2018 Chevrolet Silverado 3500 111) (CC36003) 2018 Chevrolet Silverado 3500 1-11) (CC36003) 2018 Chevrolet Silverado 3500 HD (CC36003) 6AM Western Western Northern Northern Central Central Southern Southern Base Unit Price $23,455.00 -- NB -- $23,155A0 -- N13 -- $23,255M -- NB -- $23,655.00 -- NH -- Coggin Ford 2018 Ford F-350 (F3G) *Western $21,077.00 ALT - Duval Ford 2018 Ford F-350 (F3G) Western $21,348.00 Coggin Ford 2018 Ford F-350 (173G) *Northern $21,077.00 ALT - Duval Ford 2018 Ford F-350 (173G) Northern $21,824.00 Coggin Ford 2018 Ford F-350 (F3G) *Central $21,077.00 ALT - Duval Ford 2018 Ford F-350 (F3G) Central $21,324.00 Coggin Ford 2018 Ford F-350 (F3G) * Southern $21,077.00 ALT - Duval Ford 20131 card F-350 (173G) Southern $21,824.00 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 3500 HD (TC36003) Western $23,887.00 ALT - Kelley Buick CIVIC, Inc 2018 GMC Sierra 3500 111) (TC36003) Western $24,179.00 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 3500 HD (TC36003) Northern $23,587.40 ALT - Kelley Buick GMC, Inc 2018 GMC Sierra 3500 FID (TC36003) Northern $24,179,00 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 3500 HD (TC36003) Central $23,687.00 ALT - Kelley Buick GMC, Inc 2018 GMC Sierra 3500 HD (TC36003) Central $24,179.00 M Page 160 of 634 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 3500 HD (TC36003) Southern $24,087.00 ALT - Kelley Buick GMC, Inc 2018 GMC Sierra 3500 HD (TC36003) Southern $24,179.00 AutoNation CDJR. Pembroke Pines 2018 Ram 3500 (DD31,63) Western $22,564.00 ALT - Alan Jay Chrysler Jeep Dodge of Wauchula 2018 Ram 3500 (DD3L63) Western $22,724.00 AutoNation CDJR Pembroke Pines 2018 Ram 3500 (DD3L63) Northern $22,464.00 ALT - Alan Jay Chrysler Jeep Dodge of Wauchula 2018 Ram 3500 (DD3L63) Northern $22,624.00 Alan Jay Chrysler Jeep Dodge of Wauchula 2018.Ram 3500 (DD3L63) Central $22,424.00 ALT - AutoNation CDJR Pembroke Pines 2018 Ram 3500 (DD3L63) Central $22,439.00 AutoNation CDJR Pembroke Pines 2018 Ram 3500 (DD3L63) Southern $22,364.00 ALT - Alan Jay Chrysler Jeep Dodge of Wauchula 2018 Ram 3500 (DD31,63) Southern $22,624.00 89 Page 161 of 634 FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 1 TON CAB & CHASSIS (DUAL REAR WHEELI_7 4X2 SPECIFICATION 95 2018 Chevrolet Silverado 3500 HD (CC36003) 2018 Ford F-350 (173G) 2018 GMC Sierra 3500 HD (TC36003) 2018 Ram 3500 (DD3L63) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE/EQUIPMENT TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFER TO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRICING. 1. ENGINE. a. Manufacturer's standard gas engine, alternator, battery and cooling package. 2. TRANSM�SSIONLAES: a. Manufacturer's standard automatic transmission. b. Manufacturer's standard drive axle ratio for engine and transmission combination. 3. PERFORMANCE ITEMS, - a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. 4. COMFORT ITEMS: a. Manufacturer's standard air conditioning with 134A system, b. Manufacturer's standard tinted glass all around. c. Manufacturer's standard AMIFM stereo. d. Heavy duty rubber floor covering instead of carpet. e. Manufacturer's standard production seats. Purchaser wiI l select color at time of order. f. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). 5. SAF.ETY_ITIEMS: a. Dual mount outside mirrors to provide field of vision for vehicles to 96" wide. b. interior dome lights with left and right door activated switches. c. Manufacturers standard air bags. 6. BRAKE: a. Four wheel anti-lock brake ABS system. 7. TIRES AND AMUS: a. Manufacturer's standard tires and wheels. 90 Page 162 of 634 Sa wwii S� „ v FLORIDA t �,u� as0ean'rxcWor CO ES All Aboat F'Iorida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 1 TON CAB & CHASSIS (DUAL REAR WHEELI_7 4X2 SPECIFICATION 95 2018 Chevrolet Silverado 3500 HD (CC36003) 2018 Ford F-350 (173G) 2018 GMC Sierra 3500 HD (TC36003) 2018 Ram 3500 (DD3L63) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE/EQUIPMENT TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFER TO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRICING. 1. ENGINE. a. Manufacturer's standard gas engine, alternator, battery and cooling package. 2. TRANSM�SSIONLAES: a. Manufacturer's standard automatic transmission. b. Manufacturer's standard drive axle ratio for engine and transmission combination. 3. PERFORMANCE ITEMS, - a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. 4. COMFORT ITEMS: a. Manufacturer's standard air conditioning with 134A system, b. Manufacturer's standard tinted glass all around. c. Manufacturer's standard AMIFM stereo. d. Heavy duty rubber floor covering instead of carpet. e. Manufacturer's standard production seats. Purchaser wiI l select color at time of order. f. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). 5. SAF.ETY_ITIEMS: a. Dual mount outside mirrors to provide field of vision for vehicles to 96" wide. b. interior dome lights with left and right door activated switches. c. Manufacturers standard air bags. 6. BRAKE: a. Four wheel anti-lock brake ABS system. 7. TIRES AND AMUS: a. Manufacturer's standard tires and wheels. 90 Page 162 of 634 a. Manufacturer's standard bumper. b. Manufacturer's standard fuel tank. c. Manufacturer's standard colors, factory painted. Colors to be determined by individual agencies. DISCLOSURE: THE FLORIDA SHERIFFS ASSOCIATION WORKING IN CONJUNCTION WITH MANUFACTURERS, VENDORS AND DISTRIBUTORS OF VEHICLES/EQUIPMENT DOES THEIR BEST TO ENSURE MODEL NAMES, NUMBERS AND CODES REPRESENT THE LATEST INFORMATION AVAILABLE AT THE TIME THE BID DOCUMENTS ARE PREPARED. IT IS RECOMMENDED THAT YOU CONFIRM THIS INFORMATION WITH THE AWARDED VENDOR REPRESENTATIVE AT THE TIME YOU ARE REQUESTING A CONFIRMING QUOTE, 91 Page 163 of 634 N-41 M lull ' 19WAXIMS-191SM1111 113121111I 1 TON CAB ; CHASSIS (DUAL SPECIFICATION 2018 Ford F-350 (F3G) The Ford F-350 (173G) purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and .PSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: *Western *Northern * Central BASE PRICE: $21,077.00 $21,077.00 $21,077.00 *Southern $21,077.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order, Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 105 Page 164 of 634 %�' � �' IFS M•���wk� 7t FLORIDA ASSOMAT'iC/3ti O] COUNTIES AEt Ahout Florida N-41 M lull ' 19WAXIMS-191SM1111 113121111I 1 TON CAB ; CHASSIS (DUAL SPECIFICATION 2018 Ford F-350 (F3G) The Ford F-350 (173G) purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and .PSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: *Western *Northern * Central BASE PRICE: $21,077.00 $21,077.00 $21,077.00 *Southern $21,077.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order, Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 105 Page 164 of 634 HIL'Itit'a . BASE PRICE F 3E 572. 58Y t 1!-;5d (F 3G) Coggin ford *Western 21,077.00 i Delete Options 5 -speed manual transmission with overdrive in lieu of automatic overdrive Single rear wheels, 9,900 lbs. CTt%WR Air conditioning AM/FM stereo radia All Zones NA NC � $300.00' 2i!M 1 99T i Engine upgrade - specifg, $ ,749.00' Engine: 6.711 470H["Power Stroke d"8 Turbo Diesel B20 Includes Diesel Exhaust Fluid (DEF) took, Intelligent Oil-L;t'e A4onitor LTne i nianitalpidsh-button etigiite lar ut brZik-ing. 1 9811 1 Engine upgrade - specify $249,00' Operator C'onananded Regeneralion (OCR) Includes active regeneration inhibit. ***DIESEL EEGINtE REQUIRED"* ' 44Wlransenssion:7or.IShifi 6','�peed,?Cr4tomcltic9SROperatoa'C ot)zma.PBdedRe—genei-atiopi (OCR) 991 E+'P£,'we: 67L till'• OPIV Power Sawke V8 Turbo Diesel B20 99T BATDuat 784 rill 750 ('CA Batteries 67D 220 Anip Extra Fleays�-Drety Altemator I� Bi -fuel model - specify NA 98F ! CNG prep - specify $314.001 C NGIPr opane Gaseous Engine Prep Package Includes hardened engine intake vah,es, valve seats and bi-fiael inanifold, This pac/stage does nol include C.N[CPPr'opane fdael tanks, lines, etc. V✓elocle will be equipped with the standard factoty gasolirte fuel sistein. Additional equipment combined ivtth Certified calibrarior'F reflash is required fPtan on external nal atpfstter, to curivert the vehicle to a C ArC"r{Prope ase fueled rehicle. See A terra ive Fuel Buyers Guide: 4 wtv.for c. ori/alifiielbiiyersgitide F�)rd! lYalor {yiAP92�@iaoP v does notprt)fl'ide an eAlt; list or evaporative emission' cettyicale' � with this option when € onver'ted to use LJVk�IG at, Propane fael. Ford dues not represent that a vehicle converted to use CNG or Propane will comply ivith all applicable U.S. or Canadian safety standards. It is the responsibility ajthe final stage nranioaclurer (henty-hudder installer, allerer or subsequent stage 9i anglacturer) to deterinine that any vehicle converted to 1. Rise CrVG at- Propane Complies with U.S. Federral, C"alefornia or Canadian exhaust and evaporative erniset .on requi.retnents, Federal fie l ecC1aYC1mli, standards", U.S. and Canadian sgft- standards, labeling and any Other requirements. 'C°NGC" i UNCI conversion (discuss with dealer) $21911110.001 N'FS7POR IBOX W1I TANK 209GGE} GAS GALLON EO EFIVALENTCAIG CONVERSION. ADD $4,900 FOR 2 MINK40(GGE)GASG1LLONEQUIYALENTCAT;CCJNV RSIbil***PLEASE C?.+TAC'TDEA L.EI?,-OR ADDI 7YOM4L OPTIN.S AND PRICING 1,- R CNG CONVERSION" " 1 LPG conversion (discuss with dealer) NA 5C t Dual fuel tanks $620.001 Diial Diesel Fuel Tanks Combines 40 gallas aft -of -axle aced 26.5 gallon knid ship Rami. *'i* DIESEL ENGME REQUIRED 997.*** 3 67E; t Alternator, extra 1-113 $45" li 1 Extr%aE"%fP`fdlleCBb°V-1}238j'r�ItG'7"FFaZl39'(24C�1�n3I7� IM Page 165 of 634 VEHICLE: F®350 (173(3} DEALER. Coggin Ford Coggin Ford Coggin Ford Coggin Ford ZEINS: Western Northern Central " Southern BASE PRICE: E: $21,077.(10 $21,077.00 $21,077.011 $21,077.00 7A Dual alternators $114.00' 44W Trarnatrtssion: Torg Shift 6 -Speed Aalmntaire 67A Dreel Altea-rrators (Total 33 2-Artrps) *"REQUIRED 9,OT*** Diesel Engine: 6.7L 401B'Pinver Snake i'Ta Tov1 cr Tinsel B20 94T BATDual 78-1111750 (Y -A batteries 7 6A 1 Idle control $245.00' Pr•ogr an n€able Engine Idle Shuldirra n = 5 Afinute 1ifier-a predeterinined period the sits Rne PC'249aatFcaraaizt:atdt+shzats dcrss'n the engine and trigger's lite ac(;#'S'S`ury insidule. to s}Bt!€fliJkVn power to the access' Ydes fit titirnittLe battery drain' t 52B t Electric brake controller $269M' trailer Brake Controller verified to be conleatible with electronic actuated c eunt brakes only Inchicdes stnare trailer tow Connector. 1 4L 1 Limited slip differential on rear axles $345A0 Lvinded Slip w/4.30Axle Ratio � F3C'r.f" 633A i Manufacturer's model upgrade trackage (specify pkg. bid) $3,195.00 XLT Trait Level INCLUDES: Frovis C hi aaaae Bumper. Chrtrn e Grille, 4.2" LCI? Screen and IP Cluster' w/Co clews dssplay Aesviliar v ancho anpu1jack D liar-trnnit, SO1! ainves6, grab handle, Floce-covering fafll car pet, 1' IZ?tlt" ynals, Poi er Ed172'ipinent . Group) Awrifer arnerest, cup holder, & sverage, Window — rear. fixed Privacy glass Mirrors — ntaanu alllp tefeseopinl;/foldarig tt"Ca1eT 8C1"tV rico}1'k[i!'Ue7:%17E€iPedbl�'3'S,i. 19edaPec'i Ctyrd4�'S`,F�PY14#`YtnP't'£DY, i�'id'It'e� ��PP62QP8 .1ct�IL'SS E'772T6' c� G4'11d-PIPLp�P �2C2ft`d�tt+^-k Passive An i-Mefe SysPern d`A 7S) Cruise cootral, SYNCC?:7 with Att,F"or dO AppLPnk, Audio Single-CDI'AfPg pkvea' Sri%zre Radio, Trader Brake Controller. --"II m-Ada$1,000 with Crew Cab Upgrade option cost. � 90L i I: Power windows/door locks $914.00 � Paive'r Egwpment Group Includes tapgr acded door-Prerir CFa'rel. Includes: 4ccesseoyY pelair 1•`ow hIns-ors iv/Pd icer Heated Glass Includes manual telescarping, heated convex spatter nttrr"or & integrated clearance lanipi/turar signals. r, 1yKey, Perimeter Alarne _PoiveraFrcnat Windows, Power Loct`w & Beni€ate Keyless Entjy 1 525 Speed control/tilt steering wheel $230.ii0 � Steering Wheel-1{at wined Crude Control (LPO) 1 585 AM/F1v1 radia with single CD $270.1111''; Radio :.4ti1,,IFAfS7ei-colSiirgfe=CD,1A.IP3 Plover 91M "Blue Tooth" connectivity $364,00 SYNC Communication & a vnieriviinaarentSystem Includes enhanced vniee recognition irah 911 Assist, 4.2"LCD center stack screen, AppLa` di sand 1 sinari-c'h€trging USB part and s`teet-mg wheel andio conevols 1 II On -Star NA 39S 1 Satellite radio $184,001 SiriusYM Satellite Radio Includes, 6-rracanth prepaid subscription. Service is not available ire Alaska and Hawak. Subscriptions to all SirrusY_M Services are sold by Siriu XA11 cater trial period If yrou decide to coattanue service alcor your trial, the subscription plana yon choose will auivinatically renew thereafter conlyou will be changed according to year chosen payment method at ihexr-cera rcaat rates. Fees and taxes apply. To ccanc'ely=ou must call So larsXtbl at 1-866=63.5-2344. See SiriusXM C'ustorrrer Agreemens for complete cerins of r wiv.oriosean.coin. A11 fees an d progratntnin , iublect to change. Sirius, X.Mand all related marks and logos are 1r'cadetuarks cef Sirius XPrllladic Inc. E DTG 1 Deep timed glass $275.110' DLEP 7INTED CLASS D ALER INSTALLED TO LEC4L DAR_,KES'T` ITVT i Option aS or Deep oundow tonfialin including wendtdrietad sirip, darkas legal. Far Crew C"ab & Supercab rise $325 — /I F'actury Optional $29 Fixed Rear Privacy Glits Windaar` (924) E'tequiF-es 43B rear Dgfi-oster" at $59 (Rear Window Pi,ivac,v talc#.'S a5 stan7 iai-ri on ,}i'L.i) Sliding rear window NA 40/20/40 seat in vinyl Std Is 40/20/40 seat in cloth $99.00! Cloth 40120140 Split beach Seat Includes center ar`inrest, corp holder. storage and drivers tide tratarsuctt d urrahar. ADD $514RU FOR Cloth 401Afbu=C'songolo140 I^Tfaiit -�eadt Ir4Clu es drii,er S side nuinual lumbar. Side air bags NA im Page 166 of 634 VEHICLE- F-350 (F3G) DEALER: Cogain Ford Coggin Ford Coggin Ford Coggin Ford ZONE: Western *Northern Central Southern BASE PRICE: $21,077M $21,077.00 $21,077.00 $21,077M 3K 11rird key sloo.0o, THIRD KEY PRICING 6FOR I KEY 0,71H NO PROGRAMMING. PLEASE CALL DEALER FOR KLrPn1(7NGF0R PROGRIMI-IBLE KEYS $275 FOR KEY FOBS I X3G 1 Extended cab model$3,600M Base modelSupeif.'ah XL #)ejefavant el 60 inch C21 CONTACTDA'ALER FOR A1(!L2j OPTION DISCOUNT W3G t Crew cab (4 door) $3,200.00' Rose model SL nna "11 mth 60 inch CA COMACTDA"ALER FOR MULTI OPTION DISCOUNY'l 19B Cab steps $315M Black Plaffiirm Rujuring Boards withSuper Cab or Crew Cab crave $369 **** CONTACT DEALER FOR MULTI OP TION DISCO IINT 942 1 Daytime running lights $44.00' Daytime Running Lamps replace the standard Dayinne RIOWMISL(Mps & Includes onAffehisfer contrallable. t Immobilize daytime running lights NA' LHSL Left-hand pillar mounted 6" spotlight with clear halogen bulb, dealer installed $595,00' ADD $180.00FOR LED ****COjN'7,4C['DE,4LERFOR AI(,L77OPTI(,')IVDGSCOI.,',17T I LFIRI-IST, 1 Left & right-hand pillar mounted 6" spotlight with clear halogen bulb, dealer installed $960.00': ADD$360.001,"ORLED **"(.'ON7AC:7'1)1ALI"RF(,)RWUITIOPTIOArDI,5COUNT I R/V-S Vent visors - stick -on style $149.00' CONTACTI)EALER F6R MULTI OP710A, DISCOUNT Rainshields - flange style $169.00':; FRONT 2DOORS ­11­5per oi- Creir CahsAdd S 49 **** CO % 1ACTDEALER FOR MULTIOPTION DISCOUNT BUGS Bug shield $200,00' **** CONWT DFALER FOR MU'LTJ O1'YI0A1 DISCOUNT I WGG 1 Wrap-aroand grille guard 1,295,00', A Do $3 7-5. 00 FOR WENCH110 UAITPLA YE COMA (7DEALER FORMT-11, Tr OPMAr DISCOUNT I SPRAYL Spray -in liner (Rhino, Line- X or approved equivalent) $850.00 SPRAY LV LINER IN CARGO AREA TOP OF BOXES ® ADD S285. 00 -11' ­ADD $165.00 FOR II„ UTJL17TBODY. **** CON YACT DEALER FOR MULTIOPTIONDISCOUNT 6211 t PTO provision S2 9.1}t8 (,'0NT4('_'TDEA1,ER FOR 62RJAT PTO auto trans Provision 52,398.00 Requires 02R, Indiodes mmintedAluncze or Chelsea P70 fear transinissionpowered CONTACT DEALER FOR MULTI OPTION DISCOUNT1 4KEHC 4.0001 . Ell Auto Crane. or approved equivalent, with crane reinforcements with manual $2'1,000,00 outriggers 4K CRAWSPFUAIGBIULD U11, BOOMSUPPORT& AMNUAL OUTRIGGFRSPEOUIRES UTILITYBODY,­-�U-- STELLAR 4KSAMff 1`16CE, -- L11,7110OREADD 400 - FOR ljsrs ff'/'1 51EIR75000LB CR4_,N1EADD $5000 **.**C aNL:ACTItEALERFOR MUL17 OPHONDISCOUNTt 917TCE't a 9 ft. Auto Crane body, or approved equivalent, with shelflsackage, 12" bumper with crank $14,900,00' outriggers, REQVIRES 60"CA FOR 9'CIMNEBODY FOR USE W1410EPICCRANK ADD 55000 FOR 9'CR,-11VE BODY FOR USE W/5KEHC CRANE 5K CRANE " * * -� (, 'TI )R _4'g,12T, Op DON D1.5CO [,IV 108 Page 167 of 634 VEHICLE: F-350 (F3G) DEALER: Coggin Ford Coggin Ford Coggin Lord Coogin Ford ZONE: *Western *Northern *Central *Southern BASE PRICE: $21,077.00 $219077.00 $211,077,00 $21,077,00 11 FTCB 11 ft. Auto Crane body, or approved equivalent, with shelf package, 12" bumper -with crank $15,950.00, outriggers REO UIRES84"CA FOR II ' C'RANE R€` DY F OR (1,Sl,i�14KFIICCRI?VF,,zlr)f) S5000 FOR I 1'" CRAVE BODY 1701? 11'15Kh-'H('CR,4NF""'C'OAIT,,)(.'Y'DFILFRF'ORARJLTIOITf(),ATDISCOUVTi 1600LB 1,500 lb, lift gate $3,700,00' .1,600[b� capacffv--,/1---J,3001by cap acif.ygars - S3,500.--Il--,--Adci$6-50jvi-jlaibeciconfi-t4ratioiis---1,1--Rcfilgale 2,0061h.9 Capacay � $.x,289 **** C0-N1Tz1CTDEALEAF,0A1 MULTI 0117 ION DISCOUNT 12KW I 1.1,000 1b. winch with remote REQUIRES 6711-11EATT SERVICL PRONTSUSPLAWON "' COA7ACTI)EALER FOR Mul T1 OPT101V DISCOUAFTI Headlight flashers $495M' Whelen d,erte,-,tLLD flashing light.vaiailable ipawnber, while, red or blue. recessedgrillLEDs on cross 512 Full size spare tire. & rim $345M' I J.,xcludescarrrer. lnchi&c' 4-Tonf-4drapeliclack ""CONTACT DEALER FOR MULTI OPTION DISCOUNT Nitrogen filled tires including spare tire 1\7A 531 Trailer towing package, to include heavy duty flashers, wiring for trailer plug (7 pron.- round), and $898.00l class IV frarne mounted trailer hitch with 2" square removable receiver, I" shank with 2" ball, Mar be dealer installed. TraderBrake Cotaroller nal irechided. —11—Finde ball copnbinattonadd $285 ****(,.(),VTA('TIJF.TflFRF'C)R 4JULTI OP TION DISCO UN 7' 84CA 84" cab to axle MOM' C 0 JV 7 A CT D LA L ER 1,0R AfUL 7Y OP 7 YON DIECT) 1 IN 7' I I /DRWU'rB Manufacturer's certified factory 11 ft, extended service body (requires 84" CA) $7,795.00 1 P U d I i A I Bo�dy - J,'0 R 1, 1 GII TFD COMPA R TAIFAFTS A 1) D ,820 , FOR AM S TE, R L 0 CKING S YS TEMA DD $460 - -//,— POR FLIP 7 Z V A DD $9;"4 FOR -411,,-DI UAI HrI G ifT CANOPY R 0 OF A DD S I . 8 0 0 LED TAIL L IG I I Y S ADD $32 2 --r'1;_._ EXY RA CLEAR LEN SE,S TO ADD LIGH TF,'I)VG LA TFR ADD $ 72 per t - L ENS EL E C TRIC MASTER LCOKSYSYEMADJJ $895 **** CONTAC7DEALFR FOR MULTI OPTAI DISCOUNT I 9/DRW1JTB Manufacturer's certified factory standard wide service body, for dual rear wheels to include $6,690,00' appropriate mirrors - specify. May be dealer installed. (NOTE: If you are ordering is service body, we are advising you to contact your awarded vendor.) 9'11tili(y Body REQ. 60" CA DRW --41 FOR LIGHTED COAIPARTMEA75ADD 5820 II POR ,ti STLY'R LOCKING SYSTEMADD $460-11— FOR 1~1,111 TOP ,< $948 FOR MEf)lf-TAfllf,]Glrl'C.4.,NIOPI'ROOI;'ADD $1,800 - LED TAIL LIGHTSADD $322 FX-jsA CLEAf? LENSES TO ADD LIGHTEING LA TER ADD $22 per LENS ELECYRICAMSTER LCOK SYSTEA1,1ADD $895 **** CONTACT'DEALER FOR MULTY OPTION 1mV('o(j-,v7' I GN/BODY Optional body ® specify $5,520M' 9PG0031� NECK BODY BULKHEAD LIGHTS $200, ADD BRAKE & TURN SIGNALS TO THE YOP Op' BULKHEAD $398. TOOLROXES 3600 EACH, INCLC.'DfSrlISAi7,REoUIRL,-'D CTMSSIS C"ERTITICA TFON & A14NUFACTOWER RFQUIRED PDIAS "COMPLETED VEHICLE" *',** CONT 4CY'DEALER FOR MUL77 OP77ON DISC011VT I WKI jB Optional body ® specify $11,325, 00' Knaphiede, 9' Enclosed Sep -vice bodv 61 ZI---- 72'hvpide lk Add$700 -�1.1�---Knaphiede JPKUR 0"Inside Hr Add &9 $1311'Ka nphiede 72"InHt side add$2�088, **** CONT CTDLALER FOR MW 77 OPTION 12ISCOUN7'1 � 91'/CB3 Optional body - specify $8,825.00 Reading 013 9; Dual Rear Pfheel Crane 73r,45,f6r 3,2001bs Crapeeg TbrSupgle Rear Wbeef chaqvs, deduci $400 * * * I CONTACT DLALLR FOR MUL 7 Y OPT101V DISCO UNT t Powder coating on utility body NA Page 168 of 634 VEHICLE: F-3350 (F3C3) DEALER: Coggin Ford Coggin Ford Coggin Ford Coggin Ford ZONE: * Western *Northern *Central * Southern BASE PRICE: $21,077.00 $21,077M $21,077,0O $21,077.00 2Y/DB 2-3 yd, dump with manual ground control tarp $9,600M' 9'2/3 YARD DLWI BODY -11-'11'213 YARD DW -11-1 BODYADD $150.00 314 YARD CAPAC17TADD $500 CONTRACTOR 9'DUAh"FV1J4" SIDES acid $475 ITCOAURM(TOR DUMP BODY14"SIDILSADD $750.00 CONTIUCTOR 9'DUM' V40"SIDES & REAR HARAT DOORS $925 ,___// — I?' BODY W140"SIM: S 9/S 13 Manufacturer's certified factory 9 ft, flat -,take body with 40" stake sides and gates (requires 60" $5,695,00' CA) Electric [foist add $3,495 it RATCWAT&STRAPS add $120 EACH DELETE STAKES CRFDIT$200 If STEEL FROATBULKHEAD IN Ilp,'U OP'SMKI-SADD $45e UNDERBODY TOOLBOXESADD $600 each 1,600 LB Laftgate ADD $3,700 --h'-- RAILG,477ADD $��,289 TUCK.4 WAYAIDD $4420 Aluminum BedAddS1,045. 12/STB. Manufacturer's certified factory 12 If. flat stake body with 40" stake sides and gates (requires 84" $6,195.00" CA) Electric Hoist add $3,595 ­//­ RATCHET& STRAPS add$120 EACH DELETE, ST4KES CREDITS300 Y71,EL FROATBULKHEAD lorLIEU OFSTAKITSADD $450 U' DERRODY TOOLBOXES IRD $600 a AT 11 e ch 1,600 LB Lif1grte AD11$3,700 RAILG4TKADD $,U89 TUC K_4f11AYADD $4420 ­11---Ahmonton Bea'Add, $1,045. **** C(WTACTDEALER FOR MULTIOPTION DISCOrWT 76C 1 Backup alarm - Factory Instaf led $138.00' CONTACTI)EALER FOR A4TIL77 LIPTION DISCOUNT BBA Backup alarni - Dealer Installed Jmuo **** CONTACT DEALLR P'01? MULTI 0PT10jV'o1Sc0UN7' 872 Backup camera with 3,5" LCD (rear mounted camera to provide wide. angle -field of vision at rear $414,00' of vehicle) - Factory Installed REAR HEW CAMERA & PREP KIT -SCREEN IS IN REAR VIEWAHRROR AND 44.41'IIF &WALLER THAN 3,5 UIT17TERS KITINCLUDES CAMERA WITH HOUNING BRACKET 14" JUMPER WIRE AND ("AbIERA HOUETIVC; AND AILING 1NVR(1CT1o.jVS **** (().,%17ACT'DEA1,ER FOR M01,77 OPYTON DISCOWT1 BBC Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision at rear $685.00 oi'vehicle) - Dealer Installed YVIIAIIMUM3.5"SCRBEN *4-**COj%,'YACY'i)EAIIL'Rl,'ORkf[IL7'1()P7YOVDISC: 01,,WT C/ LD Cab shield headache rack (protects back of cab) $685.00' CONTACTDFALER FOR MULTI OPTION DISCOUNT Pipe rack w/expanded metal basket over cab (for- pickup bed) NA. P/RCK 1 Pipe rack w/expended metal basket over cab (for utility body) $1,950M! CaR for oplionsas Mere are too manY caqfig. to list here. Let usozow wheatyett need CONTACT'DEALER FOR A1T7LTI0117I0ND1,SC_0U,kT SL/ CK 1 Single ladder rack side mounted (specify street or curbside) $895.00 Callf6raptions as there are too niart-l+ corms. to lie here. Lot us knou, COATTACTUFAUR FOR MULTY OPHON DMCOUNT I L/PKG Optional equipment - specify $1,769,00' Safety lighlingpkg. Innudes: Fow- (4) Corner LEI), 8 LED e-cIffic advisor-mounied in rearivitulum, glass, (SPLIT AMBENCLEAR) Grillo lights, isired tofactoiy or 6 -switch confroller - A 11 Amber LED Light Bar with th fironi or Rear ffork LThts, Side Allej, hgghrc, and Rear ArrowStick TicIffir Advisor $1,895 - - LED Go Light with dash and 10reless retnote, moalled $696 Faccuy evfitier n0tchesSiandardon dash can be used 43C Factory fiffourfel an dash $701 4C/1,ED Optional equipment - specify $785.00 Frour (4) Comer Strobe LEDs I 110 Page 169 of 634 VEHICLE: F-350 (F3G) DEALER: Coggin Ford Coggin Ford Coggin Ford Coggin Ford ZONE: Western *Northern `Central * Southern BASE PRICE: $21,077.00 $21,077.00 $21,077.00 $21,077.00 LS/9-DP ] Optional equipment - specify $9,940.00 9' Landscape Dump: 11 Ga. Smoolh Galvannealed Steel on Headboard and Floor, Structural Steel Cross Members on 12" Centers. Window in Headboard, 48" Expanded Metal Sides. 48" Expanded Metal Rear Rum Doors, ICC Bumper. Manual Tarp with Arms & Ground Control Crank ----// 12' Landscape Dump: $11), 689 (Reqs 84CA) ] C/STD 1 Optional equipment - specify $589.00" Ram no -drill laptop mount includes installation ----//-- 600w pure sine ware inverter. installed $529 // - 1000 watt pure is sine wave inverter installed in curbside Front compartment in utility body. ignition control switch mounted to dash. $925 --//— 2000 watt pure sine wave inverter installed in curbside Front compartment of utility body includes Xantrex controller. ignition control switch mounted to dash= $1,498 1 C/STD ] Optional equipment - specify $569.001 Ram No -drill laptop mount includes installation --//— 6001v pure sine wave inverter, installed $529 // 1000 watt pure sine wave inverter installed in curbside Front compartment in utility body, ignition control switch mounted to dash. $925 // 2006 watt pure sine wave inverter installed in curbside Front compartment of utility body includes Xantrex controller, ignition control switch mounted to dash = $1,498 ] 3K/C ] V Optional equipment - specify $14,850.00] ii 3200 lbs Electric crane (Requires Knaphiede Utility Body, includes crane reinforcements, Spring Build up, Manual POumiggers &Boom Rest ] 91S Optional equipment - specify $650.001 Amber LED Warning Strobes (Pre -Installed) Custom accessory. Includes center high -mounted stop light bar and 2 hood mounted lights 1 87T ] Optional equipment - specify $799.001 Solutions. Includes I year of Ford Telematics powered by Telogis service (requires additional subscription service). Onboard device that tracks vehicle location, speed and idle time with optional vehicle diagnostics and Maintenance reports. LABOR 1 Optional equilpment - specify $100.001 HOURLY RATE RS/SK ] Optional equipment - specify $269.001 DOT Road Side Safety Kit; 25 Person First Aid Kit, 51bs Fire Ext. & Three (3) Ref. Triangles w/case 1 TEMP 1 Temporary tag Admin Cost $26.00 $45.001 TRANS 1 Transfer existing registration (must provide tag slumber) Admin Cost $91.25 $169.001 NEWT 1 New state tag (specify state, county, city, sheriff, etc.) Adnan Cost 571.95 $189.001 G4Y125P ] Maintenance Plan - specify $2,800.00]' FORD 4 YEAR/ 125,000 h4ILE PLAN, 13 SERVICE VISITS/ 10, 000 MIL INTERI ALS. 1 G5Y125P 1 Maintenance Plan - specify $3,000.001 FORD 5 YEAR/ 125,000 MILE ALAN, 13 SERVICE VISITS/ 10, 000 MIL INTER V4 LS, 1 G6Y125P 1 Maintenance Plan - specify $3,200.001 FORD 6 YEAR/ 125,000 MILE PLAN, 13 SERVICE VISITS/ 10,000 MIL INTERT ALS 1 WAR 1 Warranty - specify NA1 CALL DEALER FOR AEAILABLITYAND PRICING ] WAR 1 Warranty - specify NA] CALL DEALER FOR AV4ILABLITY AND PRICING 1 WAR ] Warranty - specify NA1 CALL DEALER FOR AVAILABLITY AND PRICING 1 DW 1 Diesel Warranty - specify NA1 CALL DEALER FOR A VAILABLITYAND PRICING 1 ME Page 170 of 634 VEHICLE: F-350 (F3G) DEALER: Coggin Ford Coggin Ford ZONE: *Western Northern BASE PRICE: $21,077.00 $21,077.00 DW Diesel Warranty - specify .CALL DEALER FOR AVA1LABLIT.YAND PRICING 1 DW Diesel Warranty - specify CALL DEALER FOR .4 { AILABLITYAND PRICING Coggin Ford Centra $21,077.00 Coggin Ford * Southern $21,077.00 NA' NAI' 112 Page 171 of 634 CSA TILe January 22, 2098 Blit '10 CITY OF BOYNTON BEACH 9650 Atlantic Boulevard Jacksonville, FL 32225 Phone: 904.725.3060 Fax: 904.723.6122 CAB d CHASSIS TRUCKS AND OTHER FLEET EQUIPMENT IFLORIDA SHERIFFS ASSOCIATION FSA17-VEL15.0 40,380.00 `cs i r•. s° a i $ 40,380.00 SPEC #6: F350 CHASSIS REGULAR CAB 4x4 DRW 145" WB 60- CA (M) $ Z1 - OXFORD WHITE EXTERIOR IAS - MEDIUM EARTH GRAY INTERIOR I t 996 - 6.2L V8 FLEX -FUEL ENGINE 40,380.00 44P - 6 SPEED AUTOMATIC TRANSMISSION j :X4L - LIMITED SLIP 4.30 AXLE RATIO 52B - TRAILER BRAKE CONTROLLER i $ 18B - CAB STEPS $ I 512 - FULL SIZE SPARE AND JACK 1 $ :41 P - SKID PLATES $ E i 76C - BACKUP ALARM $ ;872 - BACKUP CAMERA I $ 213 - SHIFT ON THE FLY $ 942 - DAYTIME RUNNING LIGHTS $ 9/DRWUTB - 9 FT KNAPHEIDE UTILITY BODY I $ !CVIHITCH-TRAILER TOW PACKAGE S $ NEW - NEW STATE TAG, FLORIDA i $ ,TEMP - TEMP TAG (WHILE WAITING FOR PERMANENT TAG) I $ j i NON -OPTIONS TO INCLUDE. I HAVIS UNIVERSAL LAPTOP STAND (UT -101) $ 1000 WATT THOR INVERTER (TH1000) WHELEN LED LIBERTY LIGHTBAR (AMBER WITH CLEAR LENS) WIRED TO UPFITTER SWITCHES "CITY OF BOYNTON BEACH" GRAPHICS i Subtotal Total Customers Approval for above work: Make all checks payable to COGGIN FORD, If you have any questions concerning this invoice, contact Michelle Adm at eadm@coggineuto.com (904) 609-4640 or Nichols Miller at emillerl@cogginaulo.com 904-705-5954 THANK YOU FOR YOUR BUSINESS! INCLUDED INCLUDED INCLUDED INCLUDED INCLUDED 24,855.00 269.00 315.00 345.00 99.00 138.00 414.00 184.00 44.00 6,690.00 898.00 189.00 I 45.00 i 5,895.00 . $ 40,380.00 `cs i r•. s° a i $ 40,380.00 f`. ISA rf. j 1 3A (r�rlF,ao t TOTAL $ 40,380.00 �aI X00 Page 172 of 634 Page 173 of 634 CITY OF BOYNTON BEACH 9650 Atlantic Boulevard Jacksonville, FL 32225 Phone: 904.725.3060 Fax: 904.723.6122 CAB & CHASSIS TRUCKS AND OTHER FLEET EQUIPMENT FLORIDA SHERIFFS ASSOCIATION FSA17-VEL1S.0 AMOUNT SPEC #6: F350 CHASSIS REGULAR CAB 4x4 DRW 146" WB 60" CA (F3H) $ 24,855.00 kZ1 - OXFORD WHITE EXTERIOR INCLUDED �AS - MEDIUM EARTH GRAY INTERIOR INCLUDED '996 - 6.2L V8 FLEX -FUEL ENGINE INCLUDED ;44P - 6 SPEED AUTOMATIC TRANSMISSION INCLUDED X4L - LIMITED SLIP 4.30 AXLE RATIO INCLUDED 1526 -TRAILER BRAKE CONTROLLER $ 269.00 18B - CAB STEPS $ 315.00 '512 - FULL SIZE SPARE AND JACK $ 345.00 41 P - SKID PLATES $ 99.00 ,76C - BACKUP ALARM $ 138.00 872 - BACKUP CAMERA is 414.00 213 - SHIFT ON THE FLY $ 184.00 942 - DAYTIME RUNNING LIGHTS $ 44.00 .91DRWUTB - 9 FT KNAPHEIDE UTILITY BODY $ 6,690.00 CV/HITCH - TRAILER TOW PACKAGE $ 898.00 NEW - NEW STATE TAG, FLORIDA $ 189.00 (TEMP - TEMP TAG (WHILE WAITING FOR PERMANENT TAG) $ 45.00 j NON -OPTIONS TO INCLUDE: I 'HAVIS UNIVERSAL LAPTOP STAND (UT -101) $ 5,895.00 1000 WATT THOR INVERTER (TH1000) WHELEN LED LIBERTY LIGHTSAR (AMBER WITH CLEAR LENS) WIRED TO UPFITTER SWITCHES � "'CITY OF BOYNTON BEACH" GRAPHICS :Subtotal $ 40,380.00 (Total $ 40,380.00 Customers Approval for above work: Make all checks payable to COGGIN FORA. If you have any - questions concerning this invoice, contact Michelle Adm at eadrn@co9ginauto.00rn (904) 609-4640 or Nichole Miller at emillerl @cogginautc.com 904-705-5954 THANK YOU FOR YOUR BUSINESS! TOTAL $ 40,380.00 Page 173 of 634 All Ab"rFlorida Name of Dealership Type of Vehicle I TQN CAB & CHASSIS (DLJAL REAR WHEEL) - 4X4 (Specification gQ61 Alan Jay Chevrolet Buick GMC Cadillac Alan Jay Chevrolet Buick GMC Cadillac Alan Jay Chevrolet Buick GMC Cadillac Alan Jay Chevrolet Buick GMC Cadillac 2018 Chevrolet Silverado 3500 HD (CK36003) 2018 Chevrolet Silverado 3500 HD (CK36003) 2018 Chevrolet Silverado 3500 HD (CK36003) 2018 Chevrolet Silverado, 3500 HD (CK36003) 2018 Chevrolet Silverado 3500 HD (CK36003) 2018 Chevrolet Silverado 3500 HD (CK36003) 2018 Chevrolet Silverado 3500 YID (CK36003) 2018 Chevrolet Silverado 3500 HD (CK36003) rAmr. Western Western Northern Northern Central Central Southern Southern Base Unit Price $25,747.00 -- NTB -- $25,447.00 -- NB -- $25,547.00 -- $25,947.00 -- NB -- Coggin Ford 2018 Ford F-350 (1731-1) *Western $24,855M ALT - Duval Ford 2018 Ford F-350 (F3H) Western EAG Coggin Ford 20181 ord F-350 (F3H) *Northern FLORMA ALT - Duval Ford A!,SOCIA11ON 01' Northern CO IES All Ab"rFlorida Name of Dealership Type of Vehicle I TQN CAB & CHASSIS (DLJAL REAR WHEEL) - 4X4 (Specification gQ61 Alan Jay Chevrolet Buick GMC Cadillac Alan Jay Chevrolet Buick GMC Cadillac Alan Jay Chevrolet Buick GMC Cadillac Alan Jay Chevrolet Buick GMC Cadillac 2018 Chevrolet Silverado 3500 HD (CK36003) 2018 Chevrolet Silverado 3500 HD (CK36003) 2018 Chevrolet Silverado 3500 HD (CK36003) 2018 Chevrolet Silverado, 3500 HD (CK36003) 2018 Chevrolet Silverado 3500 HD (CK36003) 2018 Chevrolet Silverado 3500 HD (CK36003) 2018 Chevrolet Silverado 3500 YID (CK36003) 2018 Chevrolet Silverado 3500 HD (CK36003) rAmr. Western Western Northern Northern Central Central Southern Southern Base Unit Price $25,747.00 -- NTB -- $25,447.00 -- NB -- $25,547.00 -- $25,947.00 -- NB -- Coggin Ford 2018 Ford F-350 (1731-1) *Western $24,855M ALT - Duval Ford 2018 Ford F-350 (F3H) Western $25,526,00 Coggin Ford 20181 ord F-350 (F3H) *Northern $24,755.00 ALT - Duval Ford 2018 Ford F-350 (F3H) Northern $26,003.00 Coggin Ford 2018 Ford F-350 (F3H) *Central $24,755.00 ALT - Duval Ford 2018 Ford F-350 (1731-1) Central $26,003.00 Coggin Ford 2018 Ford F-350 (M) * Southern $24,855.00 ALT - Duval Ford 2018 Ford F-350 (173H) Southern $26,00100 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 3 500 14D (TK36003) Western $26,183.00 ALT - Kelley Buick GMC, Inc 2018 GMC Sierra 3500 HD (T1036003) Western $26,445.00 Alan day Chevrolet Buick GMC Cadillac 2018 GNIC Sierra 3500 HD (TK36003) Northern $25,883.00 ALT - Kelley Buick GMC, Inc 2018 GMC Sierra 3500 HD (TK36003) Northern $216,445,00 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 3500 HD (TK36003) Central $25,98100 ALT - Kelley Buick GMC, Inc 2018 GMC Sierra 3500 HD (7'1036003) Central $26,445.00 11M Page 174 of 634 Alan Jay Chevrolet Buick GMC". Cadillac 2018 GMC surra 3500 1-IL9 ( 36003) Southern $26,383.00 AL;T, - Kelley Buick GMC, Inc 2018 C3?VIC sierra 3500 IIID (fK36003) Southern $26,445M AutoNation CDJR Pernbroke Pines 2018 Ram 3500 (DD81.63) Western $25,259.00 AIT - ,Marl Jay" Chrysler Jeep lodge of Wauchula 2018 Ram 3500 ( D8I.63) Westerly $25,426.00 Amo_h(ation CDJR Pembroke Dines 2018 Itam 3500 (DD8L63) Northern $25,159.00 ALT- Alan Jas' Chrysler Jeep Dodge of Wauchula 2018 Ram 3500 (E)D8L63) Northern $25,326.00 Alan Jay Chrysler Jeep Bodge of Wauchula 2018 Karn 3566 (DDSL63) Central $25,126.00 ALT- AutoNation CDJR Pembroke pines 2018 Ram 3500 (DD8L63) Central 25,134.00 AutoNation CDJR Pembroke Pines 2018 Ram 3500 (DD81-63) Southern $25,059.00 ALT - Alan Jay Chrysler Jeep Dodge of Waachula 2018 Barn 3500 (DD8L63) southern $25,326.00 159 Page 175 of 634 W NIMIMM"It"119.1y., =0 Z Mom@ 11111111 J 1! 11 SPECIFICATION #6 2018 Chevrolet Silverado 3500 M) (CK36003) 2018 Ford F-350 (173H) 2018 GMC Sierra 3500 HD (TK36003) 2018 Ram 3500 (DD8L6-)) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE/EQUIPMENT TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFERTO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRTC17VG. 2. JTR X SLISSIQN/A, U5: a. Manufacturer's standard automatic transmission. b. Manufacturer's standard drive axle ratio for c. Manufacturer's standard transfer case J. Limited slip differential on rear axles INVAMM11104=110*1111111111119M a, Manufacturer's standard air conditioning with 134A system, b. Manufacturer's standard tinted glass all around. c. Manufacturer's standard AM/FM stereo. d. Heavy duty rubber floor covering instead of carpet. e. Manufacturer's stan ar ro uction seats. Purchaser will select color at time of order. q&1 S. :,-.AFFTY1TEM.,t` 97-1 -fRTJTI?r ffflY*TS-RJ-PTU ALe 11=0 U � I:,, I I I i 1: 11, b. Interior dome lights with left and ri,,ht door activated switches, c. Manufacturer's standard air bags. 0"KINW, I im Page 176 of 634 FLORIDA ASSOCIATION OF COUNTIES ANAbout no7ida W NIMIMM"It"119.1y., =0 Z Mom@ 11111111 J 1! 11 SPECIFICATION #6 2018 Chevrolet Silverado 3500 M) (CK36003) 2018 Ford F-350 (173H) 2018 GMC Sierra 3500 HD (TK36003) 2018 Ram 3500 (DD8L6-)) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE/EQUIPMENT TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFERTO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRTC17VG. 2. JTR X SLISSIQN/A, U5: a. Manufacturer's standard automatic transmission. b. Manufacturer's standard drive axle ratio for c. Manufacturer's standard transfer case J. Limited slip differential on rear axles INVAMM11104=110*1111111111119M a, Manufacturer's standard air conditioning with 134A system, b. Manufacturer's standard tinted glass all around. c. Manufacturer's standard AM/FM stereo. d. Heavy duty rubber floor covering instead of carpet. e. Manufacturer's stan ar ro uction seats. Purchaser will select color at time of order. q&1 S. :,-.AFFTY1TEM.,t` 97-1 -fRTJTI?r ffflY*TS-RJ-PTU ALe 11=0 U � I:,, I I I i 1: 11, b. Interior dome lights with left and ri,,ht door activated switches, c. Manufacturer's standard air bags. 0"KINW, I im Page 176 of 634 a. Manufacturer's standard tires and wheels. 8.LHUAMI�,E. CAB; a. Manufacturer's standard colors, factory painted. Colors to be determined by individual agencies, b. Manufacturer's standard fuel tank. c. Manufacturer's standard bumper. DISCLOSURE: THE FLORIDA SHERIFFS ASSOCIATION WORKING IN CONJUNCTION WITH MANUFACTURERS, VENDORS AND DISTRIBUTORS OF VEHICLES/EQUIPMENT DOES THEIR BEST TO ENSURE MODEL NAMES, NUMBERS AND CODES REPRESENT THE LATEST INFORMATION AVAILABLE AT THE TIME THE BID DOCUMENTS ARE PREPARED. IT IS RECOMMENDED THAT YOU CONFIRM THIS INFORMATION WITH THE AWARDED VENDOR REPRESENTATIVE AT THE TIME YOU ARE REQUESTING A CONFIRMING QUOTE. 161 Page 177 of 634 p4lf"'11""Ic L"M 1 TON CAB & CHASSIS (DUAL REAR WHEEL) - 4X4 SPECIFICATION #6 2018 Ford F-350 (F3H) The Ford F-350 (173H) purchased through this contract comes with all the standard equipment as specified by the manufacturer for price as awarded by specification by zone. ZONE: *Western *Northern *Central * Southern BASE PIUCE: $24,855.00 $24,755.00 $24,755M $24,855.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this prograrn. Simply deduct the cost of any of the following equipment items you W.�Wvh#-&M the approximate cost of the type vehicle(s) you wish to order, NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 176 Page 178 of 634 11C" , 1NA 3""LLI FLORIDA A.YiSOIAAT3ONOF COUNTIES p4lf"'11""Ic L"M 1 TON CAB & CHASSIS (DUAL REAR WHEEL) - 4X4 SPECIFICATION #6 2018 Ford F-350 (F3H) The Ford F-350 (173H) purchased through this contract comes with all the standard equipment as specified by the manufacturer for price as awarded by specification by zone. ZONE: *Western *Northern *Central * Southern BASE PIUCE: $24,855.00 $24,755.00 $24,755M $24,855.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this prograrn. Simply deduct the cost of any of the following equipment items you W.�Wvh#-&M the approximate cost of the type vehicle(s) you wish to order, NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 176 Page 178 of 634 VEHICLE: F-350 (F311) DEALER: Coggin Ford Coggin Ford Coggin Ford ZONE: *Western *Northern *Central BASE PRICE: $24,855.00 $24,755.00 $24,755.00 Order Code Delete Options This package does not include CNG/Propane fuel tanks. lines, etc. Vehicle will be equipped with the standardfactory 5 -speed manual transmission with overdrive in lieu of automatic overdrive F3F' �Single rear wheels, 9,900 lbs. GVWR 572 Air conditioning 58Y' is AM/FM stereo radio X4L ' ;: Limited slip differential on rear axles Order Code Add Options Coggin Ford Southern $24,855.00 All Zones NA NC 1 $300.001 $20.00' $100.00' All Zones discountedOptions are to be - - Standard - • •. (MSR P or manufacturers published add options. Purchasers are encourage to negotiate pricing for options. Additional discounts for each add option shall be decided the Vendor. Please refer to the Contract Terms and Conditions, Section Option 99T ' Engine upgrade - specify $8,749.00'i. Engine: 6.7L 4'OFIV Power Stroke V8 Turbo Diesel B20 Includes Diesel Exhaust Fluid (DEF) tank, Intelligent Oil -Life Monitor and manual push-button engine -exhaust braking. Includes: -Dual 78 -AH 750 CCA Batteries -220 Amp Extra Heavy -Dirty Alternator 98R' Engine upgrade - specify $249.001 Operator Commanded Regeneration (OCR) Includes active regeneration inhibit. ***DIESEL ENGINE REQUIRED*** 44W Transmission: TorgSh f 6 -Speed Autornatic 98R Operator Commanded Regeneration (OCR) 99T Engine: 67L 4V OHV Power Stroke V8 Turbo Diesel B20 99T BAT Dual 78 -AH 750 CCA Batteries 67D 220 Amp Extra Heavy -Duty Alternator- F 177 Page 179 of 634 r Bi -fuel model - specify NA 98F ' CNG prep - specify $314.00' CNG/Propane Gaseous Engine Prep Packagelncludes: hardened engine intake valves, valve seats and bi fuel manifold. This package does not include CNG/Propane fuel tanks. lines, etc. Vehicle will be equipped with the standardfactory gasoline fuel system. Additional equipment combined with Certified calibration reflash is required. from an external upfater, to convert the vehicle to a CNG/Propane fueled vehicle. See Alternative Fuel Buyers Guide: wwwford.conr/altfiielbuyer°sguide Ford Motor Company does not provide an exhaust or evaporative emissions certificate with this option when converted to use CNG or Propane fuel. Ford does not represent that a vehicle converted to use CNG or Propane will comply with all applicable U.S. or Canadian safeo, standards. It is the responsibility of the final stage manufacturer (body-builder, installer, alterer or subsequent stage manufacturer) to determine that any vehicle converted to use CNG or Propane complies with U.S. Federal, Calfornta or Canadian exhaust and evaporative emission requirements, Federal fuel economy standards, U.S. and Canadian safeo standards, labeling and any other requirements. l WCNGC 1 CNG conversion (discuss with dealer) $21,000.00' WESTPORT IBOX W/ I TANK 20 9GGE) GAS GALLON EQUIVALENT CNG CONVERSION. ADD $4, 900 FOR 2 TANK 40 (GGE) GAS GALLON EOU1 VALENT CNG CONVERSION. ---PLEASE CONTACT DEALER FOR ADDITIONAL OPTINSAND PRICING FOR CNG CONVERSION*** LPG conversion (discuss with dealer) NA 65C' Dual fuel tanks $620.00' Dual Diesel Fuel Tanks Combines 40 gallon aft -of -axle and 26.5 gallon mid ship tank. *** DIESEL ENGINE REQUIRED 99T *** 1 177 Page 179 of 634 VEHICLE: F-350 (F31-1) $914.00 DEALER: Coggin Ford Coggin Ford Coggin Ford Coggin Ford ZONE: * Western *Northern *Central * Southern BASE PRICE: $24,855.00 $24,755.00 $24,755.00 $24,855.00 67F 1 Alternator, extra HD $45.001 525 Exu•a Extra Heaiy-Duty Alternalor• (240.4nrp) 1 $230.001 67A Dual alternators $114.00': 585 44W Transmission: Torq Shift 6 -Speed Automatic 67A Dual Alternators (Total 332 -Amps) *** REQUIRED 99T*** Diesel $270.001 Engine: 6.71,4V OHV Power Stroke V8 Turbo Diesel 86A Idle control $245.001 Programmable Engine Idle Shutdown - 5 Minute After a predetermined period, the engine PCMautomatically shuts down the engine and triggers the accessory module to shutdown power to the accessories to minimize battery drain. 52B Electric brake controller $269,00 Trailer Brake Controller: Ferifued to be compatible with electronic actuateddrunr brakes only. Includes smart trailer tow NA 39S 1 connector. 1 $184.001 F3H / 643A 1 Manufacturer's model upgrade package (specify pkg. bid) $3,195.001 XLT Trim Level INCLUDES: Front Chrome Bumper. Chrome Grille. 4.2" LCD Screen in IP Clusterl w/Compass display Auxiliary audio input jack Door -trim, soft armrest, grab handle. Floor coveringfrdl carpet, Floor mats. Power Equipment Group /center armrest, cup holder & storage. Windmv – rear. fixed privacy glass Mirrors– manually telescoping/folding trailer tors• with power/heated glass, heated convex spotter mirror. MMyKeyQD, Remote keyless envy & anti -theft SecuriLockv Passive Anti -Theft System (PATS) Cruise control, SYNC® with M1,FordS AppLink, Audio Single-CD/MP3 player Sirius Radio. Trailer Brake Controller. —//-- Add $1, 000 with Crew Cab Upgrade option cost. *"** CONTACT DEALER FOR MULTI OPTION DISCOUNT 1 90L Power windows/door locks $914.00 1l Power Equipment Group Includes upgraded door -trim panel. Includes: -Accessory Delay -Trailer Toe Mirrors wlPower Heated Glass Includes manual telescoping, heated convex spotter mirror & integrated clearance lamps/turn signals. MyKey, Perimeter,41ar nr, Power Front Windows. Power Locks & Remote Keyless Entry **** CONTACT DEALER FOR MULTI OPTION DISCO UN 525 Speed control/tilt steering wheel $230.001 Steering Wheel -Mounted CrrriseControl **** CONTACTDEALER FORMULTI OPTIONDISCOUNT 1 585 AM/FM radio with single CD $270.001 Radio: AM/FMStereo/Sing1e-CD/MP3 Plaver **** CONTACT DEALER FOR MULTI OPTION DISCOUNT , 91M 1 "Blue Tooth" connectivity $364.00 SYNC Communication & Entertainment System Includes enhanced voice recognition with 911 Assist, 4.2"LCD center slack screen. AppLink and 1 smart -charging USB port and steering wheel audio controls **** CONTACT DEALER FOR MULTI OPTION DISCOUNT 1 k On -Star NA 39S 1 Satellite radio $184.001 Sirius MSatellite Radio Includes: 6 -month prepaid subscription. Service is not available in Alaska and Hcneaii. Subscriptions to all SiriusXMservices are sold by SiriusXMafter trial period. Ifyou decide to continue service after your trial, the subscription plan you choose will automatically renew thereafter and you will be charged according to your chosen payment method at then -current rates. Fees and taxes apply. To cancel you must call SlriusXMat 1-866-635-2349. See SiriusXMCustomer Agreement for• complete terms at www.siriusxm.com. All fees and programming subject to change. Sirius, XM and all related marks and logos are trademarks of Sirius XM Radio Inc. **** CONTACT DEALER FOR MULTI OPTION DISCOUNA DTG Deep tinted glass $275.00" DEEP TINTED GLASS DEALER INSTALLED TO LEGAL DARKEST TINT //-- Option is for Deep window lint film including windshield strip, dark as legal. For Crew Cab & Supercab use $325 --//--- Factory Optional $29 Fixed Rear Privacy Glass Window (924) Requires 43B rear Defroster at $59 (Rear Windmv Privacy Glass is standard on XLT) *** CONTACT DEALER FOR MULTI OPTION DISCOUNT 1 Sliding rear window NA 40/20/40 seat in vinyl Std 178 Page 180 of 634 VEHICLE: F-350 (173h) DEALER- C o in Ford Coggin Ford Coggin Ford Coggin For ONE- *Western*Northern ' Central Southern BASE PRICE: $24,855M $24,755.00 $24,755.0 $24,855M is 40/20/40 seat in cloth $99.00 � Cloth 401-10140 Split Bench Sear Includes center rrr'tsas'est, carp holder, start ge and drivers side manual lunabcar. ADD $514.I10 FOR Cloth 40i'Mini-Console/40 Front Seat Includes driver°s side nuenual lunsb ar**** CO TACT L)EALER FOR A,ffJLTI CII'TICIM DISCOUNT t Side air bags Std 3K Third key $1OCi,(i01 THIRD KEY PRICING IS FOR I KEY WITTI NO PROGRAMMING PLEASE CALL DEALER FOR KE Y PR (INC, FOR PROGRAMI LEKFYS $275FORKEYFOBS. ****C'OATYAC7'ISE.4LEI?FC)R-4fUL71OPi7O L)ISC,COU_h'T1 X311 t Extended cab model $2,$00.001 �. Base model SuperCaah XL model with 611 inch Cil � W L1 Crew cab ('I door) $3,000.001 Base model C"rewCaxb KL model with 60 inch C4 1 18B Cab steps $315.001 ` Black Playortra Running Boards //F with Super Cab or Crew Cab use $369 1 942 1 Daytime manning lights $4=1.ti01 I�Gk�'fiftie I4'Yrr2r7Fr7� Latarlts t't<'T71LtC.`� PI3e StLLtttitit"YI L.DR�t77f7S I4'aC87r77#1� L.pTP2I7J a'� Irtcltaa'es 417t1(7�{ cl&tk'f8r` d;F1i278`t?llGtll±e_ Immobilize daytime running lights NA LHSL Left-hand pillar mounted 6" spotlight with clear halogen bulb, dealer installed $595.00' ADD$180.00 FOR LET) � LII SL, Left & right-hand pillar mounted 61' spotlight with clear halogen bulb, dealer installed $960,00 � :ADD $360.00 FOR LED � RN -S 1 Vent visors m stick -Cin style $1=19.00 R/V-F Rainshields ® flange style $16).00'; FRONT 2DOORS ­4—Super or Crew Cabs Add S 49 1 BUGS � Rug shield $200.00' WGA 1 Wrap-around grille guard $1,295.001 ADHD, 375,t10FOR WINCH Ah) VTa'TPLA n L SPRAYL 1 Spray -in liner (Rhino, Line -X Line-Xor approved equivalent) $850.001 S'PR,4YINLIKE RItVCARGO AREA ONLY— if TOP 01"BOXES =ADD$'285.00—!I _ADr) $163.fldlFOR I1" UTILITYBODY****CC.VTICTDL,,ILLRF'ORA2[IL7!CIP7'']ONLDISC'[)CTNI' 1 TB 1 All detrain tread tires $160.ti[1' T°Tres. L.T245/7SRe17E J?SW_t1T 1 41P Skid plates $99.U01 Transfer Case, Available on Sarper°Csab or C'rewCaab model. � 213 ' Shift can the fly $184.{1111 4x4 (E'SOF) Inch( des €'r7CFia ud-leockinl; hubs and (auto P"6rmy control on insli'i4 Ment pa neL 62R ! PT provision $289.0111 Te-caF7smission L {tinterT'calte-C)jf P)-ovision IticludeS rjiob%le ati dst£ationari, PI() r tri{es. I 62R AT' PTCI auto trans provision $2,9$,00' Requires 62R. Includes mo€ tile6{ Muncie or Chelsea PT0jor tree Stant}do3Epawereil CFJratT7C7nmits. r 179 Page 181 of 634 VEHICLE: F-350 (F3H) DEALER: Coggin Ford Coggin Ford Coagin Ford Coggin Ford ZONE- Western *Northern *Central Southern BASE PRICE: $24,855,00 $24,755,00 S24,755.00 $24,855.00 4K/EHC 4,000 lb, EH Auto Crane, or approved equivalent with crane rein l6rcenrents with manual $21,000,00' outriggers 4KC'R,4N1;'SPR1ATG BUILD Iii", BOOMSUPPORY'& jIlANUAL OUTRIGGERSREQUIRES V7TLl7y BODY --11-- STELLAR 4KS,4A-fEPR1(`E---X1-- LIFT24013kEADD 400,---11_-- FOR USE t4 5KE]IC5000-1B CRANEADD $5000 ****- CONTI)CT DEALER I OR MULTI OPTION DISCOUNT I 9/CB 9 ft. Auto Crane body, or approved equivalent, with shelf package, 12" bumper with crank $14,9W00' outriggers 91CB, REQUIRES 60" CA FOR 9' CRANE" BODY FOR USE W/ 4KE1K.CRANE; ADD X5000 FOR 9'C'RAVE BODY FOR USE W1 5KEHC Cly NE SK CRANE * ... CONTAC"I'DLALER FOR 1+sU1,17 op7yo.iv Olsco I I I/CB I I ft. Auto Crane body, or approved equivalent, with shelf package, 12" bumper with crank $15,950,13133 outriggers I LIC B, REQ UI RES 84" CA FOR I1' CR XE BODY FOR USE W14KEHCCJv4A`F, ADD $5000 FOR I PCILINE BODY F OR USE W/ 5KEHC CRANG 5K CRANE C'0NYACvJJsALfiR FOR AIUL TI OPTIONDISCOuNT 160OLG 1,500 lb, lift gate $.3.700,00'! 1! 1.600 His capacov --v— 1,300 l capadl - v gate m S-3,500 ----11--,,fdd S6.50forflatbed cot0fWations —//— Rail gaie 2, 00011k.q Cepa nay = $5,28,0 .... C '(WTW CT DT 4 1, FR FOR Ml iL 77 Of' TION DJC t�tT 12KW 12,000 lb. winch with remote $1,795,00' Warre ;Voich ivith Remote. Requires RUG: Grill Guard wah vinch plate. Options available ai i et djf e t r atiraSs. REQ UM S 67H - HEA P'Y SER KICE FROATT SUSPENSION I fly Headlight flashers $495.00 Whelen Vertex LED flashing lights available are amber, white, red or blue. may option fier tow recessed grill LFD's ()It cr(ms bar in grill. 512 Full size spare tire & rim $345.00' Jack Nitrogen filled tires including spare tire NA CWHITCH Trailer towing package, to include heavy duty flashers, wiring for trailer plug (7 prong round), and $898m, class IV franve mounted trailer hitch with 2" square removable receiver, I" shank with 2" ball. May Ise dealer installed, Yvailer Brake Controller nat included. Pinio ball combinalionadd $285 84CA I 84" cab to axle 11 /DRAUH3 I Manufacturer's certified factory 11 ff, extended service body (requires 84" CA) $7,795,00' 1I' Utdrey Boe%y FOR LIGHTED COIWIPART'MEMS ADD $820 FOR AMSTI R LOCKING SYSTF&I ADD $460 FOR FLIP 10P ADD $948 FOR IIEL)IIIAIIIL,'I(;H7'CANOPY ROOF ADD $1,800 —//— LFD Till, LIGHTS ADD 5322,---11-- EVIRA C"LEAR LENSES TO A DD LlG1J7LIN G LA 71R ADD $ 72 per LFJVS - -//-- FLECTRI AlASYTRLC0KSYS'T&o`ADD$895 I 9/DRWUTB Manufacturer's certified factory standard wide service body for dual rear wheels to include $6,6913.00' appropriate mirrors - specify. May be dealer installed, (NOTE: If you are ordering a seniice body, we are advising you to contact your awarded vendor.) 19'Utiliti, Body REO. 60"(,'ADRW--11--Ft)RII(IH77,;7J('C),I-fPARTItIFNTSADI) $82t)-,-I1---rORIIlISTER LOCKIA'G SYSTE11ADD $460 //-FORFLIP 7'0PAD 1) $948 FOR AIEDIU.11 HEIGUTCAVOPYROOFADD ;5'1.8001--!1 LED TAIL LIGHTS ADD $322 EXYWA CLEAR LI AWE'S 7`0 ADD LIGHTFING LA TER ADD $72 pur LENS --y/f ELEC'Y'R]C'A4ASIY,-'RLC'OKSYVYT'AIAI)fJ$895 *"**COA!7',4('TDF-4LFRF(31?jV[fLTIOPTIC)N DISCOu'vi, I GN/BODY Optional body - specift, $5,520,00 9'GOOSLAIEC; RODY -Z-- BULICHEAD LIGHTS $200, ADD BRdKE, & TUMNISIGAULS TO 771-- TOP OF BUL KHEAD $3 98, 700LBOXES $6001A C'H. INICIJADES FHSUVREQUIRED CHASSIS (--ER7TTZC-y1T10AT & MANUFACIVRER REQUIRED PDIAS "C'OkIPLETFL) i -EHICLE" *'** CON TACTD&ILER FOR lWULT1 OPTION D . I ISCOUA7 180 Page 182 of 634 VEHICLE: F-350 (F31-1) DEALER: Coggin Ford Coggin Ford Coggin Ford Coggin Ford ZONE: * Western *Northern *Central Southern BASE PRICE: $24,855.00 $24,755.00 $24,755.00 $24,855.00 9/KUB' Optional body - specify $11,325.00` Knaphiede 9' Enclosed Service body 61"-11-- 72" Inside Ht. Add $700 // Knaphiede 11' KUB 61" Inside Ht. Add $1,389 // 11'Knaphiede 72" Inside Ht, add $2,088. ****CONTACT DEALER FOR MULTI OPTION DISCOUNT � 9/CB3' Optional body - specify $8,825.00' Reading CM3 9't Dual Rear Wheel Crane Body for 3, 200lbs Cranes //-- For Single Rear Wheel chassis, deduct $400 1 Powder coating for utility body NA' 2Y/DB' 2-3 yd. dump with manual ground control tarp $9,600.00` 9'213 YARD D UMP BODY _ // 'll' 2/3 YARD D UMP BODY ADD $150.00 // 3/4 YARD CAPACITY ADD $500 --// - CONTRACTOR 9'D UMP W/14"SIDES add $475 —// 12' CONTRACTOR DUMP BODY 14" SIDES ADD $750.00 // _ CONTRACTOR 9' DUMP W/ 40" SIDES & REAR BARN DOORS $925 - // - 12' BODY W/ 40" SIDES ADD $1,120 **** CONTACT DEALER FOR MULTI OPTION DISCOUNT 9/STB ' Manufacturer's certified factory 9 ft. flat stake body with 40" stake sides and gates (requires 60" S5,695.00'! CA) Electric Hoist add $3,495 --// RATCHET & STRAPS add $120 EACH —//-- DELETE STAKES CREDIT $200 //-- 1 STEEL FRONT BULKHEAD IN LIE U OF STAKES ADD $450 // UNDERB OD Y TOOLBOXES ADD $600 each 1, 600 LB Liflgate ADD $3.700 // RAILGATE ADD S5,2 89 --// -- TUCKAWAYADD $4420 //--- AIunrinunr i. Bed Add $1, 045. * * * * CONTACT DEALER FOR MULTI OPTION DISCOUNT 12/S'1'°il ` Manufacturers certified factory 12 f#. flat stake body with 40" stake sides and gates (requires 84" $6,195.00' CA) Electric Hoist add $3,595 - // RATCHET & STRAPS add $120 EACH —// DELETE STAKES CREDIT $300 --//-� STEEL FRONT BULKHEAD IN LIEU OF STAKES ADD $450 ---// UNDERBODY TOOLBOXES ADD $600 each --//— 1, 600 LB Liftgate ADD $3.700 ---//-- RAILGATE ADD $5,289 // TUCKAWAY ADD $4420 // Aluminum Bed Add $1,045. 1 76C' Backup alarm - Factory Installed $138.00'' BUA' Backup alarm - Dealer Installed $138.00' 872 1 Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision at rear $414,00' of vehicle) - Factory Installed REAR VIEW CAMERA & PREP KIT - SCREEN IS IN REAR HE MIRROR AND MAY BE SMALLER THAN 3.5" UPFITTERS KIT INCL UDES CAMERA WITH MOUNTING BRACKET, 14"JUMPER WIRE AND CAMERA A40UNTING AND AIMING INSTRUCTIONS BUC' Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision at rear $685.00' of vehicle) - Dealer Installed MINIMUM 3.5"SCREEN I C/SLD' Cab shield headache rack (protects back of cab) $685.00' Pipe rack w/expanded metal basket over cab (for pickup bed) NA P/RCK Pipe rack w/expended metal basket over cab (for utility body)$1,950.00` Call far options as there are too mann confrg to list here, Let us know wheat you need ' SLIRCK ` Single ladder rack side mounted (specify street or curbside) $895.00' Call for options as there are too many confrg. to list here. Let its know wheat you need. 1 L/PKG' Optional equipment- specify $1,769.00' Safeo, lighting pkg. Incudes: Four (4) Corner LED, 8 LED traffic advisor mounted in rear- window glass, (SPLIT AMBER/CLEAR) Grille lights, wired ro factory upf tter switches or 6 -switch controller --11—All Amber LED Light Bal- arwith withFront or Rear- Work Lights, Side Aller lights. and Real- Arrow Stick Trac Adrisor $1,895 ---// LED Go Light with dash and wireless remote. installed $696 // Factory upfrtter snitches Standard on dash can be used // 43C Factory IIOV outlet on dash $701 4C/LED' Optional equipment - specify $785.00' Fors- (4) Corner Strobe LEDs I 181 Page 183 of 634 VEHICLE: F@350 (F3FI) DEALER- Coggin Ford Coggin Ford Coggin Ford Coggin Ford ZONE: Western Northern *Central crit ern ASE ICE: $24,855M $24,755M $24,755.00 $24,855.60 LS/9-DP t Optional equipment ® speciAr $9,940.001 9' Lands ccapeDarmp: I I Ga, Sl000dla Gaalrannealed :-steel on FIe6Yct%oar d and Floor, Structural Steel Cross Members an 12 er Centers, gin dow an Headboard, d, 48" L'xp anded Ucteat Sides, 48" Ellia ded 1fend Rear Barn Doors, IC C Pa meet . Manual ' 7Caier tvath,4_rrrns Csroait?d C'aintra�l Crcartk u If��� I2° La�adseaaPe I)iasrapr: $I(I,�89 (Rea}s S4C"A} � C/ TD Optional equipment - specify $589,061 Rion ria -drill hipsio mount includes installation f 600u, pure sane leave inverter, installed $529 —//-- Illidtl sects pure sane soave inverter installed in curbside Front conipcartrnei t in act ho, body. ignition control switch niounted to dash, $925 2000 11'aispure .Fin£: blare inverter installed in curbside Eront C{?tFal7tdrenient ff ufih1 v hood includes .: antreY controller ignition c:ontrolsivoch mounted to dash - $L 498 � 3K/C. 1 Optional equipment ® spec°afv $14,850M' 3200 lbs Electric crane (Requires Ket aphiede utility Scoi,, includes crane reinjcrrcerarents, Spong Build uji, Alunual Ouiral gees & flooii? Aest t 9i§ 1 i Optional equipment e specify $650M1 Amber LED €forningStrobes (Pre- Installed) Custom accessory. Includes center higls-rnoa rated stub light lura and hood mounted lights. r: 87T Optional equipment ® specify $799.00 � Ford Ielernedec's Powered by Telogi : Ford dl''ork Solutions. includes I year ofFord Teleinatacs powered dr§' $ C:lo is service n-eaparres addiflonaal subsc ripsion service). Onboard device that reacts vehicle location, Speed and idle lane mill? optional vehicle tdia ia3sac-s and maintenance rep' ora. � 47A 1 Optional equipment - specify .$1,200.601 Ambulance Prep Package (LPO) Includes 7.000 lbs. incax,front spr'ingslGA WR rating for configuration selected, Inccranpiete vehicle package - requires fia€"cher tuan tfacture and cert{ficaaion by afrnal stage inranufacture r. Ford rchicles are suclable ((t' producing aandiulanc'cs only if eap apped write the Ford Ambulance Prep Package. In addition, Ford urges astnbulanc'e manufacturers to folloro tire recommendations of the Ford Incompilete 1 ehic°le Arlcanteril and the T ord 1 r'tsck Body Builders Layout Rook (aandirrerti hent supplements). Using a Forel vehicle without the Ford Aorbulance Prep Package toproduce an aarnbarlarice voids the Fordwarranty. NOPE: Stationary Elevated Idle Control (S"EIC) has been integrated into tine engine control modaale. Includes: -Dual Extra Heavv-Darty Alterrnators (Total 377 Amps)-Ciperator Commanded Regeneration ((ICR) Includes active regeneration inn abtt-Uuotead .Soap ss,14.10 Axle Ratio (f zde Track)l LABOR 1 : Optional camn►ent ® specify $100.001 1; HOURLY RATE RS/SK1 Optional equipment - specify $269.1311' DOT Road Side Safety it; 25 Person First Aid Kit, 51bs Fire Ext & Three {3) Re{ Triangles w1case 1 TEINIP 1 Temppcararry tang Adnaan Cast $26.00 $45.001 AN t Transfer existing registration (-rust provide tag number) Adman Carst $91.25 $I69M' 1 New State tau (specify ify state, cep€wnty, city, sheriff, etC.) Admin Coast $71.95NEW $189,00, ME 1 Maintenance Flan - specify I`IA 1 PLEASE CONTACT DEALER FOR PRICING 1 NIP 1 Maintenance ace Plan - specify NAl . PLEASE CCD,N"rAC7" D-FALER FCIR PR CIAIC3 1 NIP1 Maintenance lila - specify NA1 PI EA SE° COWACT FDEALER FOR PRICING W- E Warranty ® Specify NAS CALL DEALER FOR AK41LA&LITYAND PRICIliG 1 WAR I Warranty - specify NAl CALL DEALER FOR A[AILAILITYANLDPRICING i WAR ' Warranty= - specify NAi GILL DEALER FORAbAILARLITYA.NpD PRICING , IM Page 184 of 634 VEHICLE: F-350 (F3H) DEALER: Coggin Ford Coggin Ford ZONE: *Western 'Northern SASE PRICE: $24,855.00 $24,755.00 DW Diesel Warranty - specify CALL DEALER FOR AVAILABLITYAND PRICING DW s Diesel Warranty - specify CALL DEALER FOR AVAILABL17YAND PRICING DW Diesel Warranty - specify CALL DEALER FOR AYAILABLITY AND PRICING , Coggin Ford Central $24,755.00 Coggin Ford * Southern $24,855.00 183 NAI NAI NAI Page 185 of 634 January 22, 2018 CITY OF BOYNTON BEACH 9650 Atlantic Boulevard Jacksonvii1e, FL 32225 Phone: 904.725.3060 Fax: 904.723.6122 CAB & CHASSIS TRUCKS AND OTHER FLEET EQUIPMENT FLORIDA SHERIFFS ASSOCIATION FSA17-VELI5.0 AMOUNT SPEC #10: F550 REGULAR CAB 4x2 DRWXL 169" WB 84" CA (F5G) $ OXFORD WHITE EXTERIOR 'AS - MEDIUM EARTH GRAY VINYL INTERIOR :99T - 6.7L POWER STROKE DIESEL ENGINE 144W - 6 SPEED AUTOMATIC TRANSMISSION 1X8L - LIMITED SLIP 4.88 AXLE RATIO (REQUIRED FOR PTO AND DIESEL ENGINE) $ i52B - TRAILER BRAKE CONTROLLER $ 1813- CAB STEPS $ ;512 - FULL SIZE SPARE AND JACK I68M - 19,500 G UPGRADE $ 76C - BACKUP ALARM $ 872 - BACKUP CAMERA $ .84CA - 84" CAB TO AXLE $ 942 - DAYTIME RUNNING LIGHTS $ 62R - PTO PROVISION $ i62R/AT - PTO, AUTOMATIC PROVISION $ g1 11UTB - 1 VKNAPHEIDE CRANE SERVICE BODY $ 4KICB - 4,000 LB AUTO CRANE with Crane Reinforcements and Outriggers $ aC/SLD - CAB SHIELD HEADACHE RACK $ CWHITCH -TRAILER TOW PACKAGE $ !NEW - NEW STATE TAG, FLORIDA $ ;TEMP - TEMP TAG (WHILE WAITING FOR PERMANENT TAG) $ NON -OPTIONS TO INCLUDE, HAVIS UNIVERSAL LAPTOP STAND (UT -101) $ �SERVICE BODY RAISED FOR GAS BOTTLE COMPARTMENT MOUNTED 13 HP, 20 CSM, 30 GAL. AIR COMPRESSOR BOBCAT 250 GENERATOR WELDER WITH 25' LEADS 1000 WATT THOR INVERTER (TH1000) WHELEN LED LIBERTY LIGHTBAR (AMBER WITH CLEAR LENS) WIRED TO UPFrrr'ER SWITCHES "CITY OF BOYNTON BEACH" GRAPHICS ,7 YEAR/200,000 MILEi8,000 HOUR DIESEL ENGINE CARE + WARRANTY WITH $100 DIED. MULTI -OPTION DISCOUNT $ IM11411191410 359.00 269.00 315,001 345.00 1,510.00 138.41, 414.00 160.00 44.00 278.00 2,398.00 14,300,00 21,000.00 685.00 898.00 189.00 45.01) (2,000.00)= :7 oz Page 186 of 634 ISubtotal Total Customers Approval for above work: Make all checks payable to COGGIN FORD. If you have any questions concerning this invoice, contact Kcholle Adm at eadm@cogginauto.corn (904) 609-4640 or Nichole Miller atemillerl@cogginauto.com 904-705-5954 THANK YOU FOR YOUR BUS1NESSf $ 100,239.00 $ 100,239.00 l TOTAL $ 100,239.00 Page 187 of 634 Zone Base Unit Price 17,501 LB GVWR CAB & CHASSIS (DUAL REAR EL - 4X2 (Specificatian 410) Coggin Ford 2018 Ford F-550 (175G) *Western 0 - ALT - Duval Ford 2018 Ford F-550 (F5G) FLORIDA $34,869.00 AS.SOCIATION 01' 2018 Ford F-550 (F5G) COUMFIES $34,504.00 All Abou't Florida Zone Base Unit Price 17,501 LB GVWR CAB & CHASSIS (DUAL REAR EL - 4X2 (Specificatian 410) Coggin Ford 2018 Ford F-550 (175G) *Western $34,504.00 ALT - Duval Ford 2018 Ford F-550 (F5G) Western $34,869.00 Coggin Ford 2018 Ford F-550 (F5G) *Northern $34,504.00 ALT - Duval Ford 2018 Ford F-550 (1`5(1) Northern $34,869.00 Coggin Ford 2018 Ford F-550 (F5G) *Central $34,504,00 ALT - Palmetto Fordrruck Sales, Inc. 2018 Ford F-550 (F5G) Central $35,200.00 Coggin Ford 2018 Ford F-550 (175(3) * Southern $34,504.00 ALT - Palmetto Ford Truck Sales, Inc. 2018 Ford F-550 (F5G) Southern $35,200.00 2018 Freightliner M2 Western NB 2018 Freightliner M2 Western NTB 2018 Freightliner M2 Northern NB 20 18 Freightliner M22 Northern NB 2018 Freightliner 1 12 Central NJI 2018 Freightliner M2 Central N13 2018 Freightliner M2 Southern NB 2018 Freightliner M2 Southern NB ISE NWORTI-I OF JACKSONVILLE 2018 Kenworlh T170 Western $63,662.00 2018 Kenworth T170 Western -- N13 -- KIFNWORTUI OF JACKSONVILLE 2018 Kenworth T170 Northern $63,412.00 2018 Kenwarth T170 Northern -- NB -- Kenworth of Central Florida 20 18 Kenworth 7170 Central $66,400.00 2018 Kenworth 7x170 Central -- N -B -- Kenworth of South Florida 2018 Kenworth 7170 Southern $64,344.00 2018 Kenworth T170 Southern -- NB -- Rush Truck Centers of Florida 2018 Peterbilt 325 Western $65,237.00 2018 Peterbilt 325 Western -- N13 -- Rush Truck Centers of Horida 2018 Peterbilt 325 Northern $65,237.00 403 Page 188 of 634 404 Page 189 of 634 2018 Peterbilt 325 Northern -- NB -- Rush Truck Centers of Florida 2018 Peterbilt 325 Central $65,237.00 2018 Peterbilt 325 Central --NJ; -- Palm Peterbilt Truck Centers inc 2018 Peterbilt 325 Southern $65,761.00 2018 Peterbilt 325 Southern -- NB -- AutoNation CI)Pembroke Pines 2018 Ram 5500 (DP51,63) Western $39,009M ALT- Alan Jay Chrysler Jeep Dodge of Wauchula 2018 Ram 5500 (DP5L63) Western $39,172.00 AutoNation CDJR Pembroke Pines 2018 Ram 5500 (DP5L63 )) Northern $38,909.00 ALT - Alan Jay Chrysler Jeep Dodge of Wauchula 2018 Ram 5500 (DP51,63) Northern $309,072-00 Alan Jay Chrysler Jeep Dodge of Wanchula 2018 Ram 5500 (DP5L63) Central $38,872.00 ALT - AutoNation CDJR Pembroke Pines 2018 Ram 5500 (DP5L63) Central $38,884.00 AutoNation CDJR Pembroke Pines 2018 Ram 5500 (DP51,63) Southern $38,809.00 ALT- Alan Jay Chrysler Jeep Dodge of Wauchula 2018 Ram 5500 (DP5L63) Southern $39,07100 404 Page 189 of 634 ,�o FMV �.�.� w FLORIDA ASSCYC:IAT EC)1 OV COUN'T'IES All AW t FUd. FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 17,501 LB GVWR CAB & CHASSIS QUAL REAR WHEEL - 4X2 SPECIFICATION #10 2018 Ford F-550 (175G) 2018 Freightliner M2 2018 Kenworth T170 2018 Peterbilt 325 2018 Ram 5500 (DP5L63) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE/EQUIPMENT TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFER TO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRICING. 1. ENGINE: a. Diesel engine, minimum 190 HP b. Maintenance free heavy duty battery c. Manufacturer's heavy duty engine cooling. d. Heavy duty alternator 2. TRANSMISSIQN AXLE , a. Manufacturer's standard automatic 4 -speed transmission with overdrive and manufacturer's heavy duty cooling. b. Manufacturer's standard drive axle ratio for engine and transmission combination. 3. PERFQRMANCE ITEMS: a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. c. Heavy duty front and rear shocks. 4. COMFORT ITEMS: a. Air conditioning, factory installed. b. Manufacturer's standard tinted glass all around. c. Manufacturer's standard AMIFM stereo. d. Heavy duty rubber floor covering instead of carpet. e. Vinyl seating with head rests to accommodate 3 passengers. Purchaser will select color at time of order. f. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). 5. SAFETY ITEMS: a. Dual mount outside mirrors must provide a field of vision for vehicles to 96" width, and for towing. b. Interior dome lights with left and right door activated switches. c. Air bags for driver and right front passenger, if available. 6. BRAKES: 405 Page 190 of 634 a. Rear anti-lock brakes, minimum. b. Power brakes, front brakes disc type, rear brakes may be drum or disc, 7. 111U A—ND M2EELS- a. BSW all season tread radial, 19.5" heavy dutai truck tires. &LIU&SIS FRAM-E–LAB,, a. Cab to center of rear axle - 60" approximately. b. Minimum 17,501 lbs. GVNV'R. c. Cab & chassis only. d. Manufacturer's standard colors, factory painted. Colors to be determined by individual agencies. e. Manufacturers standard front bumper, bright or painted. f. Fuel tank capacity, 24 gallons minimum. DISCLOSURE: THE FLORIDA SHERIFFS ASSOCIATION WORKING IN CONJUNCTION WITH MANUFACTURERS, VENDORS AND DISTRIBUTORS OF VEHICLES/EQUIPMENT DOES THEIR BEST TO ENSURE MODEL NAMES, NUMBERS AND CODES REPRESENT THE LATEST INFORMATION AVAILABLE AT THE TIME THE BID DOCUMENTS ARE PREPARED. IT IS RECOMMENDED THAT YOU CONFIRM THIS INFORMATION WITH THE AWARDED VENDOR REPRESENTATIVE AT THE TIME YOU ARE REQUESTING A CONFIRMING QUOTE. 406 Page 191 of 634 A �11 411 �11111� E79501 LB GVWR CAB & CHASSIS (DUAL REAR WHEEL) - 4X2 SPECIFICATION 910 price as awarded by specification by zone. ZONE: * Western *Northern * Central * Southern BASE PRICE: 534,504k0 $34,504.00 $34,504,00 534,504.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The followingg equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 407 Page 192 of 634 FLORIDA. FLORIDA A%,"O CLA T I UN OF C01=ES AU About Florida A �11 411 �11111� E79501 LB GVWR CAB & CHASSIS (DUAL REAR WHEEL) - 4X2 SPECIFICATION 910 price as awarded by specification by zone. ZONE: * Western *Northern * Central * Southern BASE PRICE: 534,504k0 $34,504.00 $34,504,00 534,504.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The followingg equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 407 Page 192 of 634 VEHICLE: F-550 (175G) DEALER: Coggin Ford ZONE: *Western BASE PRICE: $34,504.00 Order Code Delete Options 99Y Gas engine in lieu of diesel engine 572 1 Air conditioning 58Y AM/FM stereo radio Passenger air bag On -Star OHV Power Stroke V8 Turbo Diesel B20 99T BAT Dual 78 -AH 750 CCA Batteries 67D 220 Amp Extra Heavy -Duty Satellite radio 65M 1 AFT tank for 18 gallon mid ship Order Code Add Options Coggin Ford *Northern $34,504.00 Coggin Ford *Central $34,504.00 Coggin Ford * Southern $34,504.00 All Zones $5,000.001 $300.001. $25.00 NA NA NA $75.00` All Zones Options are to be discounted below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factor add options. Purchasers are encourage to negotiate pricing for options. Additional discounts for each add option shall be decided the Vendor. Please refer to the Contract Terms and Conditions, Section Option •. • 98R Engine/transmission upgrade - specify $244.001 Operator Commanded Regeneration (OCR) Includes active regeneration inhibit. ***DIESEL ENGINE REQUIRED*** 44W Transmission: TorgShift 6 -Speed Automatic 98R Operator Commanded Regeneration (OCR) 99T Engine: 6.7L 4V OHV Power Stroke V8 Turbo Diesel B20 99T BAT Dual 78 -AH 750 CCA Batteries 67D 220 Amp Extra Heavy -Duty Alternator I Engine/transmission upgrade - specify NA Engine/transmission upgrade - specify NA Bi -fuel model - specify NA 98F 1 CNG prep - specify Stdl CNG/Propane Gaseous Engine Prep Packagelncludes: hardened engine intake valves, valve seats and bi fuel manifold. This package does not include CNG/Propane fuel tanks, lines, etc. Vehicle will be equipped with the standardfactory gasoline fuel system. Additional equipment combined with Certified calibration rehash is required. from an external upfrtter, to convert the vehicle to a CNG/Propane fueled vehicle. See Alternative Fuel Btn ers Guide: www.ford.com/altfuelhuyersguide Ford Motor Company does not provide an exhaust or evaporative emissions certificate with this option when converted io use CNG or Propane fuel. Ford does not represent that a vehicle converted to use CNG or Propane will complr with all applicable U S or Canadian safeo, standards. It is the responsibility of the final stage manufacturer (bode -builder, rnstaller, alterer or subsequent stage manufacturer) to determine that any vehicle converted to use CNG or Propane complies with U.S. Federal, California or Canadian exhaust and evaporative emission requirements, Federal fuel economy standards. U.S. and Canadran safeth standards. labeling and any other requirements. 11 WCNGC CNG conversion (discuss with dealer) $21,000.001 WESTPORT IBOX W/ 1 T.9NK 20 9GGE) GAS GALLON EQUIVALENT CNG CONVERSION. ADD $4, 9OO FOR 2 TANK 40 (GGE) GAS GALLON EOUIVA LENT CNG CONVERSION. *** PLEASE CONTACT DEALER FOR ADDITIONAL OPTINS AND PRICING FOR CNG CONVERSION ***1 LPG conversion (discuss with dealer) NA 65C Dual fuel tanks $620.00' Dual Diesel Fuel Tanks Combines 40 gallon aft -of -axle and 26.5 gallon mid ship tank. 'DIESEL ENGINE REQUIRED 99T *** 1 408 Page 193 of 634 VEHICLE: F-550 (F5G) ) DEALER: Coggin Ford Coggin Ford € oggin Ford Coggin Ford NE: Western Northern Central Southern SSE PRI 34,504A0 $34,504.00 $34,504M $34,504M Alternator, extra HI3 ® specify amps Sid 241i,1MPS 67B � Boal alternators $11o.oll, 44WTransmission: To,-gShift 6-Specr3eizslonrenic67A DualAlrernators(Tatal332=Anlrs,{***REQUIRED 997'�**Diesel Engine: 671, 4V 1117Power-So`oke. V8 Turba Diesel B20 997'Rx:7 Dual 78=21ib750 CCS Batteries 6A 1 idle control $245,00 Progrxrnnac Ne Engine Idle ghuldrn si a 5 Manure ,4,iter a predeterminedperioek the engine PC 14autornaticall shims dote] 1,he engWe land ir'iggers° the accessoty module ao shut& own p mer to the accessories res to rrtinn3€Le batter), drael. � 52B Electric brake controller $269M' Trailer- Brake Controller i` 3fied to be compatible with electronic eiGttated cdruin brakes oall =. Iraehules marl trader tail, G'C}nneC'tor. I 4N Limited slip differential on rear axles $355.00 X41V L,rrrtzted Slip w14.10 Axle Ratio t 663A Ma ufacturees model upgrade package (speccly pkg. bid) $3,370M kLY—Tr n Level I't °F,lfI €:S. row C br°c one Butnpea-. Chrome Grille, 4.?. LCD D Screen in IP Cluster! w/Comp ass display .4P xiha)y ani#o lnf urjac:k Door -t on, stfitt arnPest, grab handle, Floor covering fitll eci vet, Floor run's, Power Equipment Gr oito leendr tarme-e St, cup drolaler & storage, rJkoiilmv ® rear, fixedprivac-v glass Mirrors ® P7#{,+'d3tah"y %eles4.'oping-If ldiag �. trader low awith po werllzeated glas F. heated comes spatter any-ror, i eoKeyW, Remote k yle a enrey Eft anti-thefI SecieriLockQ-6) .: Passive .4nr=T1,o1 �vstern (PAT) i! Cruise control, SYNCZ ivith vFordl) Appl rnh; Audio Suag1e=C`D,Lr4P3 p/goer" Sirius Radio, Trailer Brake Controller. --/,'--Add $1,000 with (..'rev Crab 0`)gracde option cost. I 900 � Power windows door locks 914M' Power R°r;2capment Group Includes upgraded door -trim p aneL becludes:-Accessrora' Delay -Traded' Tow Mirrors as'/F uiver" I' heated Blass Includes nunrual telescoping, he ne d convex spotter nurpor & haegrated Cid'-{arance Farnpsliarn signals. ='W i 525 Speed control/tilt steering wheel 230.il t Steering Whoel4 ounted Cruise Control � 585 j; a h4/F`h4 radio with single CD 270AO' fRadio: A:i'IITMStereo1SrxagleaC"D/MP3Plaaver°Includes -4:epeakee-,r i Sliding rear window NA 40/20/40 seat in `>it,yl Std IS 40/20/40 seat in cloth 99-t}fi t Cloth 40120140 Seld Bench Seat Includes center a nicest, Clip holder, stemige rimed L rivers side ttianual hotibar. ADD $514.00 OR Cloth 401Muti=Canso1e14dl Front Seat Includes driver's side rnanual` luenhar. � Side air bags Sul 3K Third key sloo.00, THIRD KEY PRICING IS FOR I KEY TVITII NC? PIi< GR -I tv17w1ING. PLE'.4SE CALL DEALER FOR KEY PRICING FOR PRC9C112r1AM LE'KE S. S275 FOR KEYrOB& � TFIl3 All terrain tread tires on rear $185M' Tires: 225170RxN 5G 8SB'i' Traction Includes 4 traction tires on the rear and 2 all=seaxson tires on the 1`i oro: Opiaonal spare is 225170Px19JG 8Sf allaseasate **** CONTACL'DE,4LE'R FOR " IL77OPTIONDISCC UATT d 76C t Backup alarm m Factory Installed $138.00' .00' **** C:t' NT:iC'1 DE.4L£'It FOR ,SIUL'1IOPTION DISCOUNT I TJA 1 Backup alarm ® Dealer Installed $138,00' **** CONYAC T'Drv'ALER.a'C?li MULT] OPTION r)ECOUNT 1 6 Page 194 of 634 VEHICLE: DEALER: ZONE: BASE PRICE 872 1 BUC BUGS am *Western $334,504.00 Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision at rear $414A(i' of vehicle) - Factory Installed REAR VIEWCAMERA & PRFP KIT -SCREEN IS INR AR TILrl,,9,f]RRC)RANL) .W,4YBE' .S,tf4LLk.RY71Av3.5"- UP1,777ERSKITINCY I, [DF-YCIMER-1 WI7I-11,160UAWNGBRACKET 14"JUMPER ff"IRE AND (AV4s,RAAs01j7V7v`V' AND A1Aff)VG1qS7RUCTJONS "" CONTACY'DEALERFOR AILJLIY OPHON DISCOUNY't Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision at rear $685M' of vehicle) - Dealer Installed MINVA9rIM3.5"scumv *-*-coNrT4CTDL-,4LEItf,'ORVfiLY7OP770NI)IV(,`OUIV7' I Bag shield $200M' *'CONTACY'DEALER FOR WSG Crew cab model $3,140.00"c: Berse model ("reivCabXL modelivilh 60 mch CA ****CONT,--ICTDEALER FOR V(,ILTIOPTION L)IS`C,'OUT%'7-1 Cutaway cat) NA 18B Cab steps $315.00' Phsffibywi Running Bowds with oiler- Cab oy- 0 -em, Cab rise $369 CONTACT DEALER FOR MULTI OPTION DISCOUNT 942 Daytime running lights $44M1 Dqttune Running Lamps replace the standard Daytime Running Lamps & Includes onloffcluvei- controllible. CO,?VT4C'TDL'ALL,'I?T,'01?NAIL IIOPYYO,,VI)Ne,'t)ti,V'T I Immobilize daytime running lights Sul X5G I Extended cab $2,280.00' Brise modef Supek,.ah XL?nadel with 60 inch CA **** CONTACT DEALER FORMULTY OPTION DISCOUNT 512 Full size spare tire & rim $349M Kvcludes canlev **** CONTACY'DEALER FOR M(JLT'10P7701V DISCOUNT LI- SL Left-hand pillar mounted 6" spotlight with clear halogen bulb, dealer Installed $595M ADD S180.00FORLED ****CONT,4(.'T'DL,4LERP'OI?,W(fl,77OP770AID],SC(OCJvT I LL ISL I Left & right-hand pillar mounted 6" spotlight with clear halogen bldb, dealer installed $960.00 ADD $360.00 FOR LED **** C0NTV7TDFALFR FORAfuLT1 OPTION ")ISCOUNi' Nitrogen filled tires including spare tire NA R/V-F Rains hields - flange style $169M' ;FRON72DOORS oi° Civic Cahs Add$ 49 "" CONYWC7DEALER FOR MULTI OF177as' DISCOUNT SPRAYL Spray -in liner (Rhino, Lite -X or approved equivalent) $850M STRAY INLINER IN CARGOAREA OWL Y­1�1�-- TOP OF BOYFS = ADD $285.00 --1,'1--ADD $16-5.00 FOR 11 UTILITY BODY. *"**(.,C)NTAC.'7'DEALERFOR AftllT]OPTIC)AIDISCOF1,NIT RIV-S Vent visors - stick -on style $149.00' WGG l Wrap-around grille guard 1, 5.0 ' ADD $37500FOR WENCHMOUNTPLATE, ****CONT21CTDEALL'R],'OR,rf(IL'17OP7IC),VDISCOUNT I 681i 19,0001 . GV%VR $1,169.00' GVWR: 19: 000 lbs Petyload Upgrade Package Includes upp. -adedfiswffje apal tpgt-adeed mar-ayfe, NOTE Sou Onley� Guide Supplemental Refi,?-ence 'fop-fixthei- details on GVWR raid pqvload mages. **** C0NT4C7'DEAj.ER FOR.,11ULTY OPYTONDISCOU'VT1 Page 195 of 634 VEHICLE: 1°-550 (F5G) DEALER: Coggin Ford Coggin Ford Coggin Ford Coggin Ford ZONE: * Western *Northern *Central * Southern BASE PRICE: $34,504.00 $34,504.00 $34,504,00 $34,504.00 688 22,0001b. CS sl,.Slom' GVWR: ** 19,5001b "Payload Plus Upgrade Package ***RFOIJIf:RSDIFSFLF'AIGINF99TANDLlkfITEDgLIP*** hichedes apgraded.fi-ame, rear-avo and low defleefiewhigh cqpao1vItw-Mp. hirreases utas RGA IVR cj 14, 706, NOTE: !:See Order G174A? **-'* C0)V7ACTDEA1-Ek'FOR MULTI OPTION 62R PTO provision, automatic $278,00' Tranvnisveon Cumvr Take-Ofl,provislan Includes mobile and stalionai), 170 insides. ""CONIACT'DEALERFOR MULTI OPTION DISCOON�T no transmission driven, manual (dealer installed) CA 62WAT PTO transmission driven, automatic (dealer installed) $2,39&00 lRequires62R, ""CON-TACTI)FALFR FOR 2,9UL71 OPTION DISCOUNT 4K/CB 4,000 lbEH Auto Crane, or approved equivalent, with crane reinforcements with manual $21,000.00' outriggers 4K CE4NESPR1,`VGR? -TLD Crl, ROOk"SC_YPPORT& 04vj_!,,ff. 171UTYBODY. ....... .5'I is LAR 11C .S.-1;x:,5; PRICE-- .-- LIF-14,100READD 400 FOR USE R.'A 5kEYrc5000LB CPAAT ADD S5600 CO3'VT4CTDF.4L`R FOR VULT7 0PT10N,'TV5C01.,,NT I 9FT/1 IF TCB Appropriate Auto Crane body with shelf package, 12" bumper with crank outriggers, or approved $14,300.00- equivalent 91CB, REQUIRES60" CA FOR 9'CR,-LN1E, BODYFOR USE W14KE11C CkIATE, ADZ) $JOOO FOR 9'ClUAFEBODY FOR USF H,'15KFHCCJ?4A1f 5K CAUVE PRICE S]6.950 IRCR REQUIRES 84" C4 FOR 11' CRANE BODY FOR USE rV1-1KF1J(.CRAVZ ADD $5000 FOR IPCRLVE BODYPOR USE TV,15KE1-1C C1t4jVE 5K CkINE" **-** CONTACT DEALFR FOR 1W,11,T] (JPTION D1,YCOUNT 5KEFIC 5,000 If. PH Auto Crane, or approved equivalent, with crane reinforcements with manual $23,900.00 outriggers .5K CRANE SPRING BUILD UP, BOO-AIStlfllRT,,IjV�DILII.VU,,IL OUTIUGGEM. TTQUIRES UTILITY BODY. SJELUR SKSAMF PRICF, LIF TWOOREADD $400. **** CONTACTL)EALER FOR MULTI OPTION DISCOUNI'l 16001,1 1,500 lb, lift gate $31,700.00' 1, 600 lbs capacely - -'/-- L 300 lbs capacit), gate - $3,500 --11'-,-Add $00.&=.1?atbed coqfirfratjons Rail gale 2,000lbs Capach- **** , $5,289 CONTACTDL4L&q F(,c? MOLTY OP77ON DISCOUNT 12KW 12,000 lb. winch with remote $1,795.001 REQUIRES 3711- HEA CONT4 CT 0T ALL',R FC)R M1,11, T1 ()PTIOIV DISC UU1v 7 Front stabilizer bars Sid CV/HITCH Trailer towing package, to include heavy duty flashers, wiring for trailer plug (7 prong round), and $898.00 class IV frame mounted trailer hitch with 2" square removable receiver, 1" shank with 2" ball, May be dealer installed. Trade)- Brake Controller not iyulrjded.Pinde ball combinalion add $285 **** CONTACTDEALER FOR MUL77 OPTION DIR70 UNTI 2Y/DB 1 2-3 yd. dump with manual ground control farIs (requires 60" CA) $10,900.00 17, 9',?1_3 E-410 DUAST' BODY --h - 314 YARD CAPACITYADD $500 —Z1---,r-'0NTgA(-`70R 9'DUMP 11114 " SIDES add 5475 12'C0A1TR,4CT0J`0 DUA4T BODY 14"SI15ESADD $750.00 CONTRACWR 9' DUAM' XV140" SIDES & REAR B.--IP-)V DOORS $925 JTBODY W1 40 "SIDE, SADD $1,120 COA17ACTDEALER FOR ARILTIOP710NDISCOF)ATT I 3 Y/DB 2-3 yd. dump with manual ground control tarp (requires 84" CA) $10,900.001 11'213 YARD DUA111 BODY J14 YARD CAPAC771ADD $.50141- IZ— CONTIACTOR TM11111 PV114'%WDESadd $475 - -/I 12'CONTRAC7OR DUMP BODY 14",VDESADD $750. 00 -V/— L"ONTRACT010 9` DUMP W/ 40"SIDES & ITAR BAAND0016 $925 ---- I2' BODY" W/ 40"SIDE5'ADD $1, 120 CONTACTI)EALEB FOR A1171,T] OP110NDISCOUNT I 411 Page 196 of 634 VEHICLE: F-550 (F5G) DEALER: Coggin Ford Coggin Ford Coggin Ford Coggin Ford ZONE: * Western *Northern arCentral * Southern BASE PRICE: $34,504.00 $34,504.0 $34,504.00 $34,504,00 1 12/STB 12 It flat stake bods, with 40" sides all around (requires 84" CA) $7,995.00' Fleciric ff6xladdS3,595 --11--K4TC11LT& STRAPS add $120 EACH 1)1,,'II,,7FST-4KF,SCRFF)[T$300 STEFL FROATBULKHEAD IN LIEU OFS7-4KES ADD S450 UNDZRBODY TOOLBOXFSADD $600 each 1.600 LB Lifigale ADD 53,700 v RAILGATEADD$5,289 TUCKA WAY ADD $4420,---11-- A hiodinim Bed.4ddyl,045. ****CO-VTAC7L)L,ALL'I?FORit4tJLYVOP770AII.)I,Sc-'o(IAl, I 16/ST13 I 16 ft. flat stake body with 40" sides all around (requires 120" CA) $10,185,00 Elect, -ac licuss add $3,895 RATCHET& STRAPS add $120 EACH DELEIr S7DKES CREDIT $300 STEEL $450 --IY— UNDFRBODY TOOLB0,MSADD $600 each 1.600 LB Liftgate ADD $3,700--11-- RAILGATLADD K.5,289 TUCKVVAYADD $44.10 —11--Ahaplinum BedAdd$2,245. ****,C'ONYACTL)E,4LERf,C)RM(jYY7OP710.7VT)lS(oUINIT I 16/f,'BD 16 ft. flatbed dump with manual ground control tarp, 14" sides (requires 120" CA) $15, 4341.Q41' ,,With mianualrod uncon&of enp its1h 14"sedes listed bedew(. **** CO -IV TACT DLALEI?l�OR-41UL77OP7'IOAI DISCO UNT 16?CD 16 ft. contractors dump with manual around control tarp, 14" sides (requires 120" CA) $16,850.00' With mannal �rciatd copai-Ql tate wash 14" sides listed below **** CONTIC."TDLALER FOR MUM OPTION DISCOUNT 19./RBW 19 ft, rollback wrecker with wheel lift (requires 120"" CA) $37,00U0';: 19' S'TE'EL DECK CAR CA IFR FV1W11EELLIFT 2 TOOL BOXA',0000LB CAPACITY WINCH LIGHT UPPER AND LOFYER ff"ORKLIGHTS. CIL41ASAND SIR4PS. REQUIRES 6811-19,000 GVWA? PACKAGE **** CONTACT DEALER FOR MULTI OPTION DISCOUNT**" (VA17ACT'DEALER FOR MULTI OF710N DISCOUNT 84CA 84" cab to axle $160,00 **** CON7ACTDEALER FOR MUM OPTION' DISCOUNT 120CA 120" cab to axle $520.00". 11/UT' I I ft. utility (requires 94" CA) simoo.001 IF11tila r Fast y —&-,- Fosi LIG TFL) COAePARTMEATTSADD S820 Ilv.v FOR 14M TER LOCKIAUSEEK EY, ADD $460 U FOR FLIP TOP ADD $948 FOR MEDIUMHEIGHT CANOPYROOFADD $1,800 LED YWIL LIGHTYADD $322 FXTRA CLEAR LENSES TO ADD LIGHTFING LATER ALIS $72 per LENS if ELECTRIC .44ASTERL(,'OKSY,V7'E,11,41)D$89.5*"** COATTACTIDEALER FOR 1VUL770PT10P`DL`?C0uM7I 9/UTI3 Manufacturer's certified factory standard 9' wide service body for dual rear wheels to include $9,995m I I! appropriate mirrors - specify. May be dealer installed. (NOTE. If you are ordering a service body, II we are advising you to contact your awarded vendor.) FOR LIGHTED COMPAR72YAwTSADD $820 FORM4STER .911Jfifitj,BadYRE)�C 6011CADRFV--1,4 LOCKfAIG SI NTFLf ADD $460 FOR FLIP TOT, ADD S948 —4�— 1+01? MEDIUM HEIGHT(AXOPY R00FADD $1,800 TAIL 11GHTS ADD -5322 —/1—EXTRA CLEAR LEI ISKSTO ADD LIGH71'JAIG LATER ADD 572 per LEAIS--I,'-,-P,'IL,,CTRIC'AIL4STFRLCOKEYS7'EVl,,If)f),895 ****CONTICTDE,4LERFOR i'vfl!LTIOPTIC Ar DISCOUNT 1 1: 14DF Manufacturer's certified factory 14` dry freight wide body with pine floor for dual rear wheels to $11,9430,01}, include appropriate mirrors - specify. (Requires I I I " CA). May be dealer installed. (NOTE: If you are ordering a service body, we are advising you to contact your awarded vendor.) AIANUFACUIRFR'S CERTIFIED FACTORY 14'DRY FREIGHTWIDE BOD YN"IPINE' PLOOR FOR DR FV TO [.Vf'Ll,'DF,4PPROPRI,-17FMII1R,FO16(RE,Q'S I56"F,F�) TOADD A 1,600LII* TG-47EADD S4,100. *1netudes hear dstood flaor, reed-ap rear door and ICC bumper. kkry he dealer installed. ArOTE: Ifyou are ordering a svTlce boar, ave advise ****CONTlCTDEALL'AF'C)RMLIL77OP7YOiVDISC'Ot!Nl' i Manufacturer's certified factory 16" dry freight wide body with pine floor for dual rear wheels to NA include appropriate mirrors - specify. (Requires 129" CA), May be dealer installed. (NOTF: If you are ordering a service body, we are advising you to contact your arvarded vendor.) Manufacturer's certified factory 241' dry freight wide body with pine floor for dual rear wheels to NA include appropriate mirrors - specify. (Requires 129" C4 May be dealer installed. (NOTE: If you are ordering a service body, we are advising you to contact your awarded vendor.) EM Page 197 of 634 VEHICLE: F-550 (F5G) DEALER: Coggin Ford Coggin Ford Coggin Ford Coggin Ford ZONE: * Western *Northern * Central * Southern BASE PRICE. $34,504.00 $34,504.00 $34,504.00 $34,504.00 1 GNIIO1 DY Optional body - specify $6,520.001 9'GOOSE.VECiBODY.---,'X--BL,`e.),(;i,,i7,LIGIITI-Z$201), ADD BP-4KE& TURN SIGNALS TO THE' TOP OF BUTKHEAD S398, TOOLBOXESS600EAC71, MCLUDESTHS,1477REQUIRED C.'11ASSIS CERMUCATJON& M41,TUFA CTURER REQUIRED PDJAS "COMPLE, TE D VEHICLE" CONTACT DEALER POR MI -T77 oPTIO'N' DISCO UNT I I C/B I Optional body - specify $36,900M' II' crinis bodv myth torel-isolcoor, crane smjiparl.sysnon Exchesivc 12 stage K -roar p) otection, (6) recessed cargo fie-dmwjs in floor, 6, 000 cap., LED stop'tailliurn 1r his & backcip lights. ?I" work sudime butaper with deru compartment, Wse plate & 2 " receiver rube. Itydraulics: PTO, JUdraufic pievapfim- crane, silydowhe resepiou, ivah guard. Ahister Lacking Sywreac Cab Protector, (4) halogenwork lights insealled, hydratflic walkidraulic otariggers & 97db asidible backels alarin included. 44" high stile packs and 60" high right} -ant vertical corns cv/ 3-j1at t -handles. 7 drenver and 1st vertical conyoaronent, Gas battle cetainer, rented top d:. bottocn. Requires 84 "CA CONTA (,7DEA L ER FOR A11UL 7 7 OP7701V DISCOUNT I 12V/BDY Optional body - specify $10,380.00' 12' VAN BODY85" 1h,-IGWFLVS,1DJ, SMY BUMPER $020. PULLOUTRAMP $2000, F-7',RA(`Ks365, 12"mVFF LINER $822, OF 7HE FLOOR $750 **** COYAC TIVALER FOR 1JU1,71 OPTION DISCOUNT 9/KUB !.Optional body - specif�, $12,125M' .: Knaphiede TEnclosedSo-vice bocti, 72"Inside Hc AddS700 - Knaphiede 11' 1P 61"Inside 111. Arid 141.389 1 I'Knalihiede .72 " Inside Hi. add $2, 0,38. "**' CC N. 4LEF(FOR,iIULIY OPTION DISCOUNT 5z/1,11"i, Optional body - specify $35,900M Stamm os equal scissor life workingplailicrtn wl2l'working height 12'fraversingfor working air igns or trq6ric signals, includes 12'.17,111bed. Requires 62R - PTOprovision and 6711 - fleavj� servicefront scispetesion 11 Jib and 0"olch odd $11.625 ***CONTzICTDEILL,,RIC)R.AILILTIOITIC)NDI-�c'O&,,v2-1 Powder coating for utility body NA C~'/SLD Cals Shield Headache Rack (protects back of cab) $685,00' (701%,7ACTI)EALER FoR AV -71,77 OPTIOVDISCOUWT P/RCK Pipe rack w/expended metal basket over cab (for utility body) S2,350.00' Callfia, olmons as there are too fralolk, conjig to fou here, Let os krum, ahealyou need. CONTACTL)FAMR FOR MULTI OPTION DISCO I W, T I S1,,,JkCK 1 ingle ladder rack side mounted (specify street or curbside) $995.139, Callfor options cis there are loo manY config, to list here. Let as knot wheatyou need. (70AITACTLIE,11LER FOR Aj7,,L Ti op Tiov r),isco WT L/PKG Optional equipment - specify $1,7690' Safety lighting pkg. Incudes: Four (4) Curner LER 8 LED Irs?l - nlognaed in rear 44t#{bglass, (SPLIT fic aeliuso) AMBER1CLEAR) Grille lights, wired lo./acalty upfiecer switches or 6 -switch conlraller —f/All Amber LLD Light Bar with Front or Rear Work Lights, Sale Alley lights. and Rear Arrow Slick Traffic Advisor $1,895 LED Go Light was clash and wireless remote, installed $696 Ficclory upfiner ovitchesStandard on dash cart be used 43C FactorY I 10 V oullef on cleisis $701 40LED Optional equipment - spccjl�v $795.1313' Four (4t CorsterSo-obe LEDs LS/9-DP Optional equipment - specify $9,940,00' 9' Landscape Dunip: 11 Ga. Incooth Galvannealed,';reel on Crass jUenthers on 12" Censers, Wfndmr at Headboard, 48"F.kpanded Afela/Sides, Barn Docwv, KY,',ausnper, Manual c/ "Tib 1 Optional equipment - specify $589M laine Na -drill hiplop mount inchales installation 600w pewee sine wave inverier, installed $529 1000 wau plece sale wave inverler Installed so crerbside }"r"um conpirtment in utilco, badv, ignition contrulswrich tnaeonediv dash $925 2000 vvatiptfre sine ware inverler hasafled In carbxide Front coraparonent ofeaden, holly includes Xiuetrex cons,roller, q-tation conicol smselt mawned ul dosh = $1 ,498 1 IM Page 198 of 634 VEHICLE: i'®�1t0 (1 5G) Optional equipment m specify, DEALER: Coggin Ford Coggin mord Coggin Ford Coggin Ford ZONE: : Western *Northern Central Southern BASE PRICE. $34,504.(10 S34,504.00 S34,504M $34,504,00 .IRJC'OMP Optional equipment - spec:i6' $10,998M' (Under hood Compressor 70aydn r 125 psi 2 year warranty installed —//-- Air Cooled offer C onler add $1179 Water rernovcal rPfter acid $225 %' Contractor rtrncdef ivith 1411P Kohler engine, 5 FCS&' generator, 20 cfrn reciprocating conlin essor- with 30gal storage lanki, and 1.75 gal g raa fe}el tank installed add $5.286_.–„f__. 40C:FMcompressorgeneratorif,/25hpriohlereng;ine.5.2iltYgenevator, 40CFMrosary screw conrpressor,self-contained unit iv/Said as fuel tank, installed add $12,888 tifl 50'air hose ivl reel to any unit $590, Specify enounfirag location if 7T 1 Optional equipment ® specify S799.1I01 j Ward Tele#rarities Powered 4 Teiogis Ford H'ar'k Solartions. Includes I year of Fercd TelentatdcsTowered by 7eltigis service ()ecla ices additional stafrseription service,?. Onboard device that tracks vehicle location. speed and idle tune with optional vehicle cha€gnosdesq cited maintenance reports. t 91S Optional equipment m specify, $650M' Amber LED WariongStrabes (Premlrastcfafed) cuseurrt accessory. Includes center high -mounted stop light bar and 2 hood rAR+ unred lights i 9/ UB t Optional equipment m specify $11,32-5,00': Knaphrede 9” Enclosed Service bndy 61 "' ;t 72 " Inside Flt. Add S 700 --://— lCnatrhiede I1 `KUB Eat " headie he, Add $1.38.9 lr.411'lincaphrede72"°Inside Mt.GaddS2,088. **CC1.4TACTDEALER FOR MULTI CIaT'T107VDISCOUNT, 924 1 Optional equipment ® specify $29.00' PRI G1 4 S � 76S Optional equipment m specify $194.00 RenaeteSttri.Sv ierrr ***R-FQ71TRED9tILPOHiLRE UIP MENY'(;ROt!P*** t 47A Optional equipment m specify $1,200M' Ambulance Prep Package (LP0) Incl miles 7,000 lbs. r sting foe' coa6guracon selectee'. Incomplete vehicle package a ralud#ret' J oshea' #Pr Xrt23f SGdif#'e and ceraelcaflon IFjr a fingl stage annufpetur'er. Forsd vehicles are Saatable raprprod icing ainbul ances ani'v tJ equilleed w th the Ford Ateib alaanc'e Prep Paxckage, In addition, l=ord urges arndrarlance ireven(nctaners to fallokv the rec e,"luY}eaau`arbiri ol"Che Ford Incomplete Vehicle Manual and the Ford Truck Body Budlders Layout Book land perunevil sapplenienso). Using a Ford vehicle without dee Ford Ambulance fret Package to produce an rainfitala ne"'e, cook, the Forel waTrr. ontr=. NOTE: SYcateonaary Elevated Idle Control (SEIQ has been nrtegrated into the engine conn-ol r#Bddule. Includes: -Dual Extra Hem, Ai2Li'rdatCF'6 rI'CtClt 3 7 7At721?Sl-Operator Commanded t fdPyEdTlrti@lCDP2 (0(1'18) Includes active regeneration rnhtbar =Danced Shin it/4.10 Axle Ratio ([Tide Trac# LABOR Optional equifeent -specify $100m, HOURL Y&IdE RS/SK Optional equipment m specify 269.00' DOT Road Side Sal€et}a it; 25 Person First Aid fait, 51b,s' Fire Egf. & Three (3) RKf i riong;les ridA case f WSHIP ] Optional equipment Q s ec;il $495,00 � Body Transfer or 3rd Peart¢ Body Installations other thar't by us. In the event egad user chooses to fetes, hcase cab d chassis onl-v efealer will_facifiette obtaining h5°anulaclurer coinp7eted certhiccate.lretf aril Manufacturer llec aired Pr -e- elivery Inspection d, ensure all proper tag and title documents are present to cerlag the vehicle as a complete vehicle in the Spot(, of Flarida (RelState Statutes 319.21 & 319.23). Goggia( (`acrd wall coordfruite iviar C"eribied# hl inufac:turer and being ing vehicle to our location Cir a location where we can coinplete Manufacturer reC uireel pre-deflvivy tirspec'tion prior to de livering to customer. D-aansportratia'n cost Fn fecifitate the above transaction will be set at a enca.x af$1.98 permilel5-o"t ifs to 3F -da' Partp- 1'endor and back to its to complete Inspection. FWent Deliveri'ftogn its to ciestoiner is included in bid pr i e. **C'ta31onsee or agent ?WUSd' inspect vehicle at 3rtd paxrty location at nine if delivery. 'CSyin of for Chassis will he dice ac sir id$ehvery of chassis to :ird party vendor due to insurance issues since we no longer have control over the Vehicle. 1 NTAG t New state tag (specify state, county, city, sheriff, etc,) Action? Cost $71.95 $189.00 t TR_c�NS Transfer existing registration (must provide tag number) Aditia#t Cast $91.25 1699' TEMP 1 Temporary tang Achnin Cost $26 00 $45.60' D4y N/1P Maintenance plan m specify $3,400.(!01 FORD 4 YLAXI 125.000 MILE PLAN, 13 S'it, i'10E VISITS1 10, 000 MIL IhtTEIIYALS. � 414 Page 199 of 634 VEHICLE: F-550 (F5G) DEALER: Coggin Ford Coggin Ford Coggin Ford ZONE: Western *Northern *Central BASE PRICE: $34,504.00 $34,504.00 $34,504.00 D5YMP 1 Maintenance Plan - specify FORD 5 YEAR/ 125,000 MILE PLAN, 13 SERVICE VISITS/ 10,000 MIL INTERVALS. 1 D6YMP Maintenance Plan - specify FORD 5 YEAR/ 125,000 MILE PLAN. 13 SERVICE VISITS/ 10,000 MIL INTERVALS. 1 WAR 1 Warranty - specify CALL DEALER FOR AVAILABLITY AND PRICING 1 WAR 1 Warranty - specify CALL DEALER FOR AI AILABLITYAND PRICING 1 WAR Warranty - specify CALL DEALER FOR AVAILABLITYANDPRICING � DW 1 Diesel Warranty - specify CALL DEALER FOR A i AILABLITY AND PRICING DW 1 Diesel Warranty - specify CALL DEALER FOR AdAILABLITYANDPRICING 1 DW 1 Diesel Warranty - specify CALL DEALER FOR AV4ILABLITYAND PRICING Coggin Ford * Southern $34,504.00 $3,450.001 $3,500.001 !i NAS NAS NAS NA.l NAl NAl 415 Page 200 of 634 GENRAL GMC TRUCKSALES & SERVICE, INC d/b/a VOLVO TRUCKS OF PALM BEACH 360 S MILITARY TRAIL WEST PALM BEACH, FL 33415 561-686-8906 561-697-8429 Florida Sheriffs Association Contract Number: FSA17-VEL15.0 Specification: #16 District: Southern ORDER CODE BID QUOTE $153,882.00 ADD DEDUCT 1012002 ENGINE UPGRADE CUMM L9 350 H.P. $13,197.00 66K 66,000 GVW UPGRADE 66,000LB GVW $3,490.00 404002 DOUBLE FRAME FULL STEEL INSERT $1,705.00 330444 REAR AXLE RT46-160 $0.00 Incl. 3500004 REAR SUSPENSION HMX-460 46,000 LB $0.00 Incl. 122002 FRONT ENGINE PTO FEPTO PREP $590.00 5000003 LCF WITH DUAL STEERING LH AND RH SIT $4,885.00 5900006 AMFM RADIO $275.00 RDK TRUCK SALES D -S PRODUCTS CS9133A $111,630.41 NEW TAG NEW TAG $300.00 6220017 BLACK PWR MIRRORS $570.00 SUB TOTAL OPTIONS $123,445.41 ADJUSTED BID AMOUNT $264,130.41 PETER BARBER pba rber@€lien ra Igmc. com 772-486-2182 Page 201 of 634 GENRAL GMC TRUCKSALES & SERVICE, INC d/b/a VOLVO TRUCKS OF PALM BEACH 360 S MILITARY TRAIL WEST PALM BEACH, FL 33415 561-686-8906 561-697-8429 Florida Sheriffs Association Contract Number: FSA17-VEL15.0 Specification: #16 District: Southern ORDER CODE BID QUOTE $153,882.00 ADD DEDUCT 1012002 ENGINE UPGRADE CUMM L9 350 H.P. $13,197.00 66K 66,000 GVW UPGRADE 66,OOOLB GVW $3,490.00 404002 DOUBLE FRAME FULL STEEL INSERT $1,705.00 330444 REAR AXLE RT46-160 $0.00 3500004 REAR SUSPENSION HMX-460 46,000 LB $0.00 122002 FRONT ENGINE PTO FEPTO PREP $590.00 5000003 LCF WITH DUAL STEERING LH AND RH SIT $4,885.00 5900006 AMFM RADIO $275.00 RDK TRUCK SALES D -S PRODUCTS CS9133A $111,630.41 NEW TAG NEW TAG $300.00 6220017 BLACK PWR MIRRORS $570.00 SUB TOTAL OPTIONS $123,445.41 ADJUSTED BID AMOUNT $264,130.41 PETER BARBER pbarber@genralgmc.com 772-486-2182 Page 202 of 634 Prepared By Leonard DeSand Prepared For GREG TISH Quote Id : QAWV801HX FLORIDA SHERIFF ASSOCIATION Phone :(561)686-8906 Quote Number: Q0029590 02/02/2018 GVW Rating — 60,000# Front GAWR _... 20,000# Rear GAWR . .... 40,000# .................... Front Suspension 20,8004 Rear Suspension _ 40,000# Front Wheels ...... __ _. . .... 20,000# E Rear Wheels ... ... ... .. 59,100# Front Tire Size And Tread i Rear Tire Size And 20,4009 ,Tread _........ 48,000#' Front Brakes .. _.... .. 20,000# Rear Brakes ........ 52,000# Front Axle 20,000#11 Rear Axle 40,000# PSI ! j Front PSI 130.0 Rear PSI 90.0 Price Level : 201610222018A Friday, February 2, 2018 Page �ljf 2 203 Of 634 11:13:34 AM EST g Prepared By Leonard DeSanti Quote Id: QAWV801HX Phone :(561)686-8906 Quote Number: Q0029590 Prepared For GREG TISH FLORIDA SHERIFF ASSOCIATION Front Weight Rear Weight Price Description AUTOCAR TRUCKS O O EN00001 ENGINEERING GROUP AUTOCAR ENGINEERING IDENTIFIER S 0040002 MODELS ACX64 O 5000003 CAB SHELL DUAL DRIVE LH AND RH SIT O 100U00i CUSTOMER TYPE MUNICIPAL VEHICLE ADAPTATION S 114010 COUNTRY OF USE UNITED STATES STD SPECIFY MARKET ADAPTATION Prepared For GREG TISH FLORIDA SHERIFF ASSOCIATION Front Weight Rear Weight Price Price Level : 201610222018A Friday, February 2, 2018 11:13:34 AM EST Pa e�9gge 204 of 634 SOLUTION O C049999 BODY COMPANY UNDI 'I P ° 3!INED /ALTER TO SPECIFY O 0019999 APPLICATION UNDETERMINED / ALTER TO SPECIFY O CO29999 BODY TYPE UNDETERMINED / ALTER TO SPECIFY O 003001 TERRITORY EAST COAST O C069999 BODY STYLE UNDETERMINED / ALTER TO SPECIFY O 0059999 TOTAL BODY CAPACITY - UNDETERMINED / ALTER TO BODY/HOPPER SPECIFY O 0070001 FUEL SYSTEM TYPE DIESEL O C080001 REAR SUSPENSION TYPE STD/BEAM TYPE REAR SUSPENSION O C090003 AXLE QUANTITY 3 AXLE O D010200 FRONT GAWR 20000 LBS O D020400 REAR GAWR 40000 LBS O D100600 GVWR 60000 LBS ENGINE S 1580001 ENGINE VOCATION COMMERC #,A ', -DOMESTIC (DOT) O 1010075 ENGINE ASSY ISM 2'13 35011P / 210ORPM / 1450 LB -FT, CUMMINS S 4460001 FUEL TYPE ULTRA-LOW SULPHUR DIESEL FUEL REQUIRED S 972A001 SPECIAL EMISSION 50 STATE - CALIFORNIA CERTIFICATION LABELS CLEAN IDLE CERTIFIED (DIESEL) ENGINE EQUIP Price Level : 201610222018A Friday, February 2, 2018 11:13:34 AM EST Pa e�9gge 204 of 634 Prepared By Leonard DeSanti Quote ld: QAWV90]IiX Ilhone : (561)686-8906 Quote Number: Q0029590 S 128071 ENGINE CONTROL SPECIFICATIONS 0 1290004 ENGINE ELECTRONICS S 132034 0 4380010 0 170025 S 1750001 S 2000004 S 2080001 S 2090001 S 2120001 S 2200001 S 226001 S 2300006 S 2310003 S 2320003 S 2390003 S 5300001 S 700026 S 8200003 S 8020{104 S P010065 01 P020015 s P030001 S P110000 S P64120E S P'701200 S P711000 ENGINE PROTECT SYSTEMAVARNINGS FILTER -FUEL, CHASSIS MOUNTED, FILTER -FUEL, ENGINE MOUNTED DEFAULTSPECS CUMMINS 500K COMMUNICATION AUDIBLE/VISUAL ALARIA/LOP, HT, LWL RA OR 41208 10 FILTER W/ H2O PROBE & 12V FLEC TiFAT CUMMINS SPIN -ON FILTER ENGINE OIL STANDARD ENGINE OIL RADIATOR 1300 SQ. IN , 2 -ROW HIGH CAPACITY ALUMINUM FAN & DRIVE -ENGINE 2 -SPEED FAN RADIATOR COOLANT EXTENDED LIFE COOLANT RADIATOR SURGE TANK SURGE TANK WITH ETAf OTE FILL AIR CLEAN ER 15" ONE STAGE EPG CLEANER DONALDSON AIR INTAKE RAIN CAP BLACK, HOOD TYPE MUFFLER SYSTEM HORZ DPF W/ RH VERTICAL SCR EXHAUSTSHIELDS DPF &,,;CR SHIELD% EXHAUST STACKS VERTICAL DIFFUSER, SINGLE STAINLESS STEEL UREA DELIVERY SYSTEM LH FRAME MOUNTED, TO GAL, CAPACITY ENGINEiEXHAUSTCOVER ALUMTURBO/EXHAUSTPIPE DEBRIS SHIELD AIR COMPRESSOR CUMMINS WABCO 18.7 CFM COMPRESSOR STARTING MOTOR DELCO REMY 12V 39 MT w/0CP ALTERNATOR DELCO REMY 36SI 12V 160 AMP VEHICLE GOVER.%ED SPEED LIMIT 65NPH SPEED LIMIT ENGINE IDLE SHuL DOWN EI GrNE IDLE SHUTDOWN ENABLED (15 MINI TER) CRUISE CONTROL CR UISE CONTROL ENABLED PARAMETER PTO RE, GEN INHIBIT INTO REGEN INTHIBIT THRESTIOLD THRESHOLD f 0 MPH RP'M PTO MODE 1200 RPM MAX IN PTO PTO SET SWITC] I PTO SET SWITCH = 1200 RPM PTO RESUME SWITCH PTO RESUME SNITCH — 1000 RPM Prepared For GREG TISH FLORIDA SHERIFF ASSOCIATION Price Level : 2016102'2201 A Friday, February 2, 2018 Page I I;13;34 AM EST 060'ge' 205 of 634 Prepared By Leonard DeSanti Prepared For GREG TISH Quote Id: QAWVSOIHX FLORIDA SHERIFF ASSOCIATION Phone :(561)686-8906 Quote Number: Q0029590 S P730500 PTO RAMP RATE PTO RAMP RATE INCREMENT INCREMENT = 500 RPM S P830000 IGNORE VSS IN PTO MODE IGNORE VSS IN PTO MODE _ DISABLED TRANSMISSION S 2580003 VOCATION RDS REFUSE - VOC 400 -XXX S 2690014 CONTROL MODULE REFUSE W/ AUTO -NEUTRAL, (ELECT) VP 142 S 26AOOOI TRANSMISSION SHIFT PRIMARY PERFORMANCE / SCHEDULE / FUEL SENSE SECONDARY ECONOMY S 27P0000 TRANSMISSION NO TRANSMISSION RETARDER AUDIBLE RETARDER AUDIBLE ALARM ALARM O 2700028 TRANSMISSION ALLISON 4500 SERIES,6- SPEED S 284016 TRANSMISSION ALLISON PUSHBUTTON CONTROLS CONTROLS S 286005 COOLER -TRANSMISSION OIL TO WATER TYPE OIL S 290003 TRANSMISSION OIL OIL FILL TUBE / DIPSTICK W/ FILL/CHECK LEVEL SENSOR S 292004 TRANSMISSION TRANSYND SYNTHETIC LUBRICANT AUTO TRANS FLUID O 300013 DRIVESHAFT-MAIN SPICER 181014D HALF ROUND FRONT AXLE S 3700002 FRONT AXLE MERITOR MFS -20 STEER AXLE, 200004 CAPACITY S 3690005 FRONT AXLE POSITION 52.5 INCHES S 371135 FRONT SUSPENSION 9500 LOW CAMBER FLATLEAF 20,800 GROUND CAPACITY S 371T98 SUSPENSION, FRONT AUX NO AUX LOAD CUSHION PROVIDED S 373002 SHOCK ABSORBERS- DOUBLE ACTING SINGLE - FRONT HEAVY DUTY S 904011 HUBS -FRONT STEEL HUB PILOTED,285MM BOLT CIRCLE S 9400001 WHEEL OIL SEALS -FRONT SCOTSEAL PLUS XL S 9210001 HUB CAPS - FRONT AXLE CR ZYTEL HUBCAP O 374002 FRONT AXLE LUBRICANT SYNTHETIC,DANA SPICER EP75W90,OR EQUIV S 7510003 BRAKES -FOUNDATION, MERITOR 16.5X6 QP FRONT AXLE O 754012 BRAKE SLACK ADJUSTERS HALDEX AUTOMATIC -FRONT AXLE S 755001 DUST SHIELDS - FRT DUST SHIELDS - FRONT BRAKES BRAKES S 901001 BRAKE DRUM -FRONT CAST IRON Price Level :201610222018A Friday, February 2, 2018 Pageof 9 206 Of 634 11:13:34 AM EST gg Prepared By Leonard DeSanti Quote Id: 1 AWV8011IX Phone: (561)686-8906 Quote Number : Q0029590 Prepared For GREG TISH FLORIDA SHERIFF ASSOCIATION 0 383107 STEERING GEAR TNTEGRAL POWER STEERING WILEFTHAND RAM S 387003 POWER STEERING FOUR QUART REMOTE RESERVOIR MOUNTED REAR AXLE S 3300041 REAR DRIVE AXLE -SINGLE MERITOR MT40-14X A`11.5" &TANDEM HOUSING (40000 LBS) S 3301.195 REAR AXLE LUBE PUMP NO LUBRICATION PUMP 0 33t529 REAR DRIVE AXLE RATIO 5,29 S 3500003 REAR SUSPENSION HENDRICKSON HMX-400 SUSP @ 54"" AS S 351013 REAR SUSPENSION BEAMS 54 INCH STEEL RUBBER BUSHED S 358005 TORQUE RODS LONGITUDINAL & TRANSVERSE - RUB BER BUSHED S 9130001 HUBS -REAR IRON HUB, HE 10 STUD S 3400001 REAR AXLE BREATHER STANDARD AXLE BREATHER S 9410001 WHEEL OIL SEALS -REAR SC OTSEAL PLUS v 1, S 7610003 BRAKES -FOUNDATION, MERITOR 16.SX'7 Q PLUS REAR AXLE 0 764007 BRAKE SLACK ADJUSTERS I D "I X A LJ TOMATIC -REAR AXLE TANDEM S 765001 DUST SHIELDS - REAR DUST SHIELDS - REAR BRAKES BRAKES S 781012 BRAKE CHAMBERS- CAM TYPE MGM STOPGARD PARKING, TYPEfVENDOR (4) S 910001 BRUIUCE DRUM -REAR CAST IRON BRAKES _"', ..................... S 729002 AIR LINES -PARKING AIR LINES CHASSIS PARK BRAKE, CHASSIS BRAKE S 741047 BRAKE CONTROL SYSTEM BENIDIX ABS 4S/4M CHASSIS 0 400207 W14FELBASE .......... 207 INCHES S 402t04 FRATME-REAR OVERHANG 104" S 403012 FRAME RAILS 3/8" VARIABLE DROP STEEL, EXT B S 409002 FRAME CROSSMEMBER- ALUMINUM CENTER S 4110002 FRAME CROSSMEMBER- END CLOSING S 4120002 FRAME BOLTS S 460001 BUMPER -FRONT S 480002 TOWING DEVICE -FRONT 0 8742000 WIRING, BODY INTERFAC'E ALUMINUM MEMBER -IF REQUIRED HUCKSPIN RE SUSP & CROSSMEMBERS STEEL PAINTED TWO REMOVABLE TOW PINS RP 170 COMPLIANT Price Level : 201610222018A Friday, Febrijary 2, 2018 Pagef 9 fl: 13:3 4 AM EST 9ge 207 of 634 Prepared By Leonard DeSant.i Prepared For GREG TISH Quote Id : QAWV801HX FLORIDA SHERIFF ASSOCIATION Phone : (561)686-8906 Quote Number: Q0029590 0 892014 BACKUP ALARM ECCO SMART ALARM SA917 S 430020 FUEL TANK -LEFT 73 CYAL 26" DIA UNPAINTED ALU[MINUM S 4470001 LH FUEL TANK SPACERS LII FUEL TANK STANDARD HEIGHT S 432002 FUEL TANK STRAP/ PAINTED STEEL, LH SUPPORT LEFT S 4280001 DRILLING FUEL TK SUPT- FUEL TANK MID FWD LHS - LEFT STANDARD (IF PROVIDED) S 8120005 BATTERY BOX STEEL BOX, 3 BATTERY, LITS S 9160001 BATTERY BOX SPACERS BATTERY BOX STANDARD HEIGHT S 8090001 HATTERV BOX DRILLING BOX LOCATED AS FAR FORWARD AS POSSIBLE S 810089 BATTERY 3 JOHNSON CONTROL 3 1 ECL 12V 2250CCA S 814000-1 BATTERY SHUT-OFF S141JTOFF W/ LOCKOUT, NO SWITCH EMERGENCY JUMPER STUDS S 7110001 AIR TANK -BRAKE STEEL AIR TANKS S 7090002 AIR TANK DRILLING AIR TANKS IN STANDARD POSITION S 715002 WET TANK DRAIN BENDIX D/V-2 AUTOMATIC S 715TO01 AIR RESERVOIR DRAIN PETCOCK, ALL TANKS SYSTEM 0 713023 AIR DRYER BENDIX ADIP WAJEAT S 7100003 AIR DRYER DRILLING AIR DRYER MOUNTED OUTSIDE RAIL, LHS S 724001 AIR LINES -CAB SAE 1844 NYLON TUBING S 728001 AIR LINES -MAIN, CHASSIS SAE J844 NYLON `1 CAB EXTERIOR .................. S 4510001 STEP -CAB ACCESS, CAB DUAL SELF CLEANING CAB MOUNTED ENTRANCE STEPS S 462004 MUD Fl,APS-FRONT FROINT FLAPS WHEEL S 502001 CAB DOORS STEEL S 622C200 MIRROR PANE QUANTITY DIAL I 'AN E MIRROR 0 6220017 MIRRORS -Dl UA L W F ST MIRROR, BLACK, HTD, COAST REMOTE W / L WR IITD CONVEX S 6190002 MIRROR ARMS RETRACLABLF ARMS, STAINLESS STEEL 0 0230006 MIRRORS -AUXILIARY HIGH MOUNT 8" CONVEX, BLACK 0 6180002 DOWN VIEW MIRRORS SINGLE DOWN VIEW MIRROR, Lli SIDE S 6240001 GRAB HANDLES -ENTRY BRUSHED SS GRAB HANDLES S 630026 HORN -AIR TWIN MOUNTED UNDER CAB S 631001 HORN -ELECTRIC SINGLE Price Level ; 201610222018A Friday, February 2, 2019 Page ay A 208 of 634 11:13:34 AM Prepared By Leonard DeSanti Quote Id: QAWV80IHX Phone: (561)686-8906 Quote Number: Q00'9590 S 661001 CAB TILT MECHANISM- C.O.E. S 6720001 GRILLE S 675001 BUG SCREENS S 6910001 FENDER EXTENSIONS - FRONT O 693002 UNDERCOAT CAB INTERIOR HYDRAULIC TILT AUTOCAR GRILLE BUG SCREEN MOUNTED BEHIND GRILLE IMPACT RESISTANT POLY FENDER CAB CORROSION INHIBITOR Prepared For GREG TISH FLORIDA SHERIFF ASSOCIATION O 380003 STEERING WHEEL 18 INCH DIAMETER (FOR STANDUP: 18" LH, 16" RH) O 381001 STEERING COLUMN FIXED POSITION O 5200003 SEAT -DRIVER BOSTROM T905 MID -BACK, AIR RIDE O 5210003 SEAT -PASSENGER BOSTROM T905 MID -BACK, AIR RIDE S 522003 SEAT BELTS -DRIVER THREE POINT RETRACTABLE S 523003 SEAT BELTS -PASSENGER THREE POINT RETRACTABLE S 526014 SEAT INSERT BLACK CORDURA S 538001 CARPET & MAT MAT WITH FOAM BACK S 5390001 CAB INTERIOR AUTOTUFF INTERIOR UPHOLSTERY S 5500001 CENTER CONSOLE CENTER CONSOLE S 5510001 REAR CONSOLE REAR CONSOLE S 5930001 ASH TRAY ASHTRAY MTD IN CONSOLE CAB CLIMATE CONTROL S 060001 CAB TEMPERATURE AIR COND INTEGRAL WITH SYSTEM HEATER/DEFROSTER O 612001 AIR CONDITIONER STANDARD (RADIATOR CONDENSER MOUNTED) GAUGES & INSTRUMENTATION S 0570002 INSTRUMENTS SALES PKG STANDARD GAUGES (VOLTAGE AND OIL PRESSURE INCLUDED IN VEHICLE DISPLAY) S 1430001 TRUCK ELECTRICAL VEHICLE CONTROL UNIT CONTROL MODULE S 1362000 TACHOMETER/RPM ELECTRONIC TACHOMETER TACHOGRAPH S 1372000 GAUGE-HOURMETER HOURMETER INCLUDED IN ON BOARD DISPLAY S 225009 AIR INTAKE RESTRICTION GRADUATED, AIR CLEANER INDICATOR MOUNTED O 3190001 PTO CONTROLS PTO ELECTRIC CONTROL SWITCH S 4390001 GAUGE -FUEL LEVEL ELECTRONIC FUEL LEVEL Price Level : 201610222018A Friday, February 2, 2018 Page ppdf 9 209 of 634 11:13:34 AM EST g Prepared By Leonard DeSanti Prepared For GREG TISH Quote Id: QAWV80IHX FLORIDA SHERIFF ASSOCIATION Phone : (561)686-8906 Quote Number: Q0029590 Price Level :201610222018A Friday, February 2, 2018 Page��f 210 Of 634 11:13:34 AM EST g LIGHTING O 836005 LAMPS -HEAD SINGLE ROUND HALOGEN S 8410002 LAMPS -TURN SIGNAL - LED FRONT TURN SIGNALS FRONT S 8440003 SWITCH -TURN SIGNAL & SELF -CANCELING TURN FLASHER SIGNALS S 8510002 LAMPS -MARKER AMBER LED ROOF MARKERS S 859001 LAMPS -RUNNING DAYTIME S 8700001 CIRCUIT PROTECTION AUTO CIRCUIT BREAKERS DEVICE DIO/ISC S 509001 KEY & LOCK SETS- DOOR & IGNITION SAME - IGNIDOORS UNIQUE PER TRUCK S 8730001 WIRING -CAB RADIO SHUT-OFF IN REVERSE FRONT TIRES 1 WHEELENDS S 9050015 WHEELS -DISC FRONT 22.5x9.0" STEEL HP, 5.25" INSET, ,4_ ] i S 930469 TIRE SIZE & LOAD RANGE 315/8OR22.5L -FRONT S 9310039 TIRE MANUFACTURER & GOODYEAR G289 WHA TREAD -FRONT (RATED TO I OK) REAR TIRES 1 WHEELENDS S 9140014 WHEELS -DISC REAR 22.5X8.25' STEEL HP, 5HH S 933062 TIRE SIZE & LOAD RANGE I IR22.5H -REAR S 9340043 TIRE MANUFACTURER & GOODYEAR GI82 RSD TREAD -REAR PAINT S 950001 CAB PAINT SCHEME SINGLE COLOR PAINT S 9550001 CAB PAINT TYPE STANDARD WHITE S 9801002 CAB COLOR -FIRST APPROVED =- DPSS-N0007EX --- STANDARD WHITE N0007 S 9861U] CHASSIS COLOR BLACK P3036 S 987949 BUMPER COLOR SAME AS CHASSIS,UNPAINTED ALU%1 OR CHROME S 988401 DISC WHEEL OR RIM STEEL, E -COAT WHITE / COLOR ALUM -UNPAINTED ADDITIONAL OPTIONS S 899002 CHASSIS WARRANTY STANDARD WARRAN "l S 899A200 TRANSMISSION ALLISON 3YR. WARRANTY WARRANTY S 8998001 ENGINE WARRANTY CUMMINS STANDARD WARRANTY Price Level :201610222018A Friday, February 2, 2018 Page��f 210 Of 634 11:13:34 AM EST g Prepared By Leonard DeSanti Quote Id: QAWV80TEX Phone :(561)686-8906 06 Quote Number :(30023590 S 978015 FLOOR PLAN 15 DAYS FLOORING II 969AO02 ANISIC ? ORDER R CHAN EJ PDI CHARGE FEES (FETE, EMPT) OTHERS S 8010999 E EADY TRUCK SPEI NO READY SPEC S 133003 ACCELERATOR PEDAL c WILLIAMS ACCELERATOR LINK O 9720005 CERTIFICATION- COMPLIES WITH 2013 U.S. EMISSIONS EMISSIONS Price Level : 201610222018A Friday, February 2, 2018 11:13:34 AM EST Prepared For GREG TISH FLORIDA SHERIFF ASSOCIATION Page 0age 211 of 634 Sold To Chassis Dealers Phone Fax 1( -t: t 4'r Line Qty Description 1 1 C®S PRODUCTS MODEL CS9133A 33 YARD FULLY AUTOMATED BODY CHELSEA 890 PTCI AUTO PACK W FALL EJECT BODY JOYSTICK AND ROCKER SWITCH CONTROLS HOPPER CRUSHER PANEL FULL 12 FT REACH LED WORK LIGHTS MIDBODY TURN SIGNALS HYDRAULIC PLUNGE LOCKS ON TAILGATE ANSI AND OSHA COMPLIANT TWO PART HIGH GLOSS FINSH PAINT, FALL FACTORY MOUNTING 1 NEAR BODY AND LIFT WARRANTY 2 1 PETERSON POSITION SMART STROBES 4 REAR, 2 FRONT 3 1 3 COLOR CAMERA®S W QUAD MONITOR. 4 1,197 TRANSPORT TO DESTINATION IN FLORIDA Number AAAQ1053 Date Jul 28, 2017 Your Sales Rep Rane Robinson 8139470015 rave@rdk.com Unit Price Ext. Price SubTotal $111,630,41 Tax $0.00 Shipping $0,00 Total , . MINIMUM CHASSIS R" RH STEERING" REAR,40000 1150 TORQUE, 300ORDS OR 450ORDS 6 SPEED W PRO PROVISION. CAB- OVER MINIMUN FRONT AXLE 20000 GVW assistance.Please contact me if I can be of further PRICES SUBJECT TO CHANGE - PRICES BASEST UPON TOTAL PURCHA5E - ALL DELIVERY, TRAINING OR CONSULTING SERVICES TO BE BILLED AT PUBLISHED RATES FOR EACH ACTIVITY INVOLVED - GENERALLY ALL HARDWARE COMPUTER COMPONENTS PROPOSED ABOVE ARE COVERED BY A LIMITED ONE YEAR WARRANTY, COVERING PARTS AND LABOUR FOR HARDWARE ONLY AND ON A DEPOT BASIS - WE SPECIFICALLY DISCLAIMS ANY AND ALL WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO ANY IMPLIED WARRANTIES OR WITH REGARD TO AIVY LICENSE; PRODUCTS. WE SHALL NOT BE LIABLE FOR ANY LOSS OF PROFITS, BUSINESS, GOODWILL, DATA, INTERRUPTION OF BUSINESS, Created on 07/28/17 10:03:52 by QDateWerks 1of1 Page 212 of 634 a � ItiU i� a r ALT - GENERAL GMC TRUCK SALES & FL lie 1 FLORIDA .,, COUNTIES Western $154,782.00 SERVICE, INC AllAboutRa ida •` I) t"I I WAXIN301161 1F."y 0 ! i Name of Dealership Type of Vehicle Zone Base UnitPrice A0.0_S1_Q_LB GVWR CAB & CHASSIS - 4X6 TANDEM AXLE REFUSE TRUCK (ONLY) (Snecifcation #161 Palmetto Ford Truck Sales, Inc. 2018 Autocar ACX64 Western $144,500.00 ALT - GENERAL GMC TRUCK SALES & 2018 Autocar ACX64 Western $154,782.00 SERVICE, INC Palmetto Ford Truck Sales, Inc. 2018 Autocar ACX64 Northern $143,500.00 ALT - GENERAL GMC TRUCK SALES & SERVICE, INC 2018 Autocar ACX64 Northern $154,782.00 Kenworth of Central Florida 2018 Autocar ACX64 Central $157,924,00 ALT - Palmetto Ford Truck Sales, Inc. 2018 Autocar ACX64 Central $165,200.00 Palmetto Ford Truck Sales, Inc. 2018 Autocar ACX64 Southern $138,200.00 ALT - GENERAL GMC TRUCK SALES & 2018 Autocar ACX64 Southern $153,882.00 SERVICE, INC Container Systems & Equipment Co., Inc. 2018 Crane Carrier LET2 Western $176,967.00 2018 Crane Carrier LET2 Western -- NB -- Container Systems & Equipment Co., Inc. 2018 Crane Carrier LET2 Northern $176,967.00 2018 Crane Carrier LET2 Northern -- NB -- Container Systems & Equipment Co., Inc. 2018 Crane Carrier LET2 Central $176,967.00 2018 Crane Carrier LET2 Central -- NB -- Container Systems & Equipment Co., Inc. 2018 Crane Carrier LET2 Southern $176,967.00 2018 Crane Carrier LET2 Southern -- NB -- Nextran Corporation 2018 Mack MR Series Western $138,292.00 2018 Mack MR Series Western -- NB -- Nextran Corporation 20I8 Mack MR Series Northern $138,292.00 2018 Mack MR Series Northern -- NB -- Nextran Corporation 2018 Mack MR Series Central $138,292.00 2018 Mack MR Series Central -- NB -- Nextran Corporation 2018 Mack MR Series Southern $138,292.00 2018 Mack MR Series Southern -- NB -- Rush Truck Centers of Florida 2018 Peterbilt 520 *Western $132,456.00 1020 Page 213 of 634 2018 Peterbilt 520 Western -- NB — Rush Truck Centers of lorida 2018 Peterbilt 520 *Northern $132,456.00 2018 Peterbilt 520 Northern -- NB -- Rush Truck Centers of Florida 2018 Peterbilt 520 *Central $132,4560 2018 Peterbilt 520 Central -- N13 -- Palm Peterbilt Truck Centers ine 2111 Peterbilt 520 * Southern $133,150.00 2018 Peterbilt 520 Southern — NT B -- 1021 Page 214 of 634 SPECIFICATION 416 20 18 Mack MR "Series 2018 Peterbilt 520 iTHE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE/EQUIPMENT TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. ............. ................. a. 300 HP 6 cylinder diesel engine, manufacturer's I IL minimum a. Alternator — 12 volt I OOA b. Premium en-ine hoses c. Injection pump — electronic engine control d. Radiator — alurninum core, or approved equivalent e. Air restriction monitor — intoke mounted— HIMM a. Cab — welded steel galvanized or aluminum shelf with rust preventative coating. b. Low cab, florward mounted, tilt type. c. Floor covering -- black rubber mats d. Seating -- driver air suspension mid back, passenger fixed mid back. e. Steering wheel —1 " two spoke f Standard air conditioning and heating a. Frame — steel construction matched to GVW and mounted body of truck. b. Wheelbase — 209'T c. Front bumper — painted steel d. Fuel tank — 70 gallon, minimum e. Air dryer — Bendix AD9 heated, or approved equivalent. 1EM Page 215 of 634 7" FLORIDA ANSOMATM'01' COUNTIES All Ab..r F" SPECIFICATION 416 20 18 Mack MR "Series 2018 Peterbilt 520 iTHE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE/EQUIPMENT TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. ............. ................. a. 300 HP 6 cylinder diesel engine, manufacturer's I IL minimum a. Alternator — 12 volt I OOA b. Premium en-ine hoses c. Injection pump — electronic engine control d. Radiator — alurninum core, or approved equivalent e. Air restriction monitor — intoke mounted— HIMM a. Cab — welded steel galvanized or aluminum shelf with rust preventative coating. b. Low cab, florward mounted, tilt type. c. Floor covering -- black rubber mats d. Seating -- driver air suspension mid back, passenger fixed mid back. e. Steering wheel —1 " two spoke f Standard air conditioning and heating a. Frame — steel construction matched to GVW and mounted body of truck. b. Wheelbase — 209'T c. Front bumper — painted steel d. Fuel tank — 70 gallon, minimum e. Air dryer — Bendix AD9 heated, or approved equivalent. 1EM Page 215 of 634 b. Mirrors — West Coast to include 7.5 convex mo tinted to lower in irror bracket. c. Brakes — "S" cam type 16.5" x 5" Q front and 16.5" x 7" Q + rear with anti-lock without automatic traction control, or approved equivalent. d. Slack adjusters — Haldex automatic front and rear. c. Daytime running lights. f Backup alarm 7. fBQ12T AXLE: a. Front axle — 20,000 lb. b. Front wheels — steel 10 hole hub piloted c. Front tires — 3 15/8 OR,/22.5 Goodyear G289 d. Front hubs — iron, or approved equivalent. e. Oil type with synthetic lube a. Rear axle — 40,000 lb. b. Rear wheels — steel 10 hole hub piloted c. Rear tires — I IR22.5 Goodyear G124 unisteell traction or approved equivalent, d. Hubs — iron, or approved equivalent. c. Power divider with warning light and buzzer (includes in cab control) a. Circuit protection — fuses except headlamp and wiper circuits which utilize circuit breakers, b. Hand throttle — electronic hand throttle operated through cruise control when in PTO mode only. c. Engine protection — engine shut down system monitoring high water temp, low oil pressure, high exhaust temp, high transmission temp. 1023 Page 216 of 634 60,000 LB GVWR CAB & CHASSIS ® 4X6 TANDEM AXLE REFUSE TRUCK (ONLY) SPECIFICATION #16 The Autocar ACX64 purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $144,500M $143,500M $157,924.00 $138,200.00 While oSheriffi Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vany from a ;,.Ilow the purchaser to tailor the vehicle to their particular wants or needs. 1-owimp"IM W? of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment iterns you wis f &VI -&J'J-e f d � a d T T to determn. approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 1024 Page 217 of 634 V EL FLORIDA ASSOCIKrIONOF COUNTIES ARAbout Florida 60,000 LB GVWR CAB & CHASSIS ® 4X6 TANDEM AXLE REFUSE TRUCK (ONLY) SPECIFICATION #16 The Autocar ACX64 purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $144,500M $143,500M $157,924.00 $138,200.00 While oSheriffi Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vany from a ;,.Ilow the purchaser to tailor the vehicle to their particular wants or needs. 1-owimp"IM W? of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment iterns you wis f &VI -&J'J-e f d � a d T T to determn. approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 1024 Page 217 of 634 VEHICLE: ACX64 NA ($6,124.00)2 CNG Call Dealer For Price DEALIR: Palmetto Ford Truck Sales, Palmetto Ford Truck Sales, Kenworth of Central Palmetto Ford Truck Sales, Inc. Inc. Florida Inc. 1010064 2 ZONE: Western Northern Central Southern BASE PRICE: $144,500.00 $143,500.00 $157,924,00 $138,200.00 1010026 2 Power Take Ojj` 1 Western H HEAVYAUL Engine upgrade - specify $11,624.00' & Northern PKG ' Order Code Delete Options ] 010060 2 & Southern Central Engine/transmission - specify Cummins ISX-G 350hp 2 $6,812.00 NA Engine upgrade - specify 330 HP Cuuunins Diesel $1,886.00' Jacobs Engine Brake - ISL: code !3!0002 for Jacobs engine brake - ISX — $2,244.00 2 Engine/transmission - specify Transmission upgrade - specify NA $5,170.001 NA Allison 3000RDS / or /3500RDS 2 345 HP Cummins Diesel 27A0001 2 Transmission upgrade -s ecify NA $7,691.002 Engine/transmission - specify Allison transmission Retarder NA NA Engine/transmission - specify NA NA Order Code Add Options Western & Northern & Southern Central IOpti.ons are to be discounted below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factory add options. Purchasers are encourage to negotiate pricing for options. Additional discounts for each add option shall be decided by the Vendor. Please refer to the Contract Terms and Conditions, Section 2.14 Option Pricing. 1012002 2 Engine upgrade - specif� NA ($6,124.00)2 CNG Call Dealer For Price Cummins ISL-350hp 2 27A0001 I Engine upgrade - specify $8,502.001 ($4,249.00)2 1010064 2 Transmission Output Retarder 1 Cumnuns ISL-370hp 2 PTO' Engine upgrade - specify $4,399.00' ($649.00)2 1010026 2 Power Take Ojj` 1 Cummins ISL -G 320hp NEAR ZERO 2 H HEAVYAUL Engine upgrade - specify $11,624.00' $6,991.002 PKG ' Refuse Heavy Hauler Package - (Inc 46k ra, susp, dbl fi-ame, tire & wheel upgrade, axle lube p ] 010060 2 upgrade, aux load cushions, drff loc, shocks, refuse brakes, longer wb, AD, hyd lilt cab w/air assist, all upgrade Cummins ISX-G 350hp 2 1310041 2 Engine upgrade - specify NA $1,886.00' Jacobs Engine Brake - ISL: code !3!0002 for Jacobs engine brake - ISX — $2,244.00 2 2700023 2 Transmission upgrade - specify NA ($8,751,00)2 Allison 3000RDS / or /3500RDS 2 27A0001 2 Transmission upgrade -s ecify NA $7,691.002 Allison transmission Retarder 1025 Page 218 of 634 VEHICLE, ACX64 DEALER- R— Palmetto Ford Track Sales, Palmetto Ford Truck Sales, Kenworth of Central Palrnett€r Ford Track Sales, Inc. Inc. Florida Inc. ONE: Western "-Northern Central Southern BASE PIC"E: $144,500.00 S143,500MO $157,924.00 $138,200.00 TELMA Transmission upgrade - specify NA $13,929.007 Telma Retarder 2 317001/317007 Transmission upgrade - specify NA $342.00' prepfol- C`os `&ynt.tfesla I'I'CI 2 0600002 Transmission upgrade - specify NA $5,341.002 Dural :far- Conditioning 2 AUTLUBE 2 GVWR upgrade - specify N $7,733.007 Anto lube ,�yslepn-Lube Core jor chas'is l bafy 64k 1 64,0001b. i32r'W package $4,389.0111 $4,670,002 641 ./G°+I W ` Includes 46k vlaxlelsttspens°dtrPelHD Lfivehnelctrb corrosion inhibitor 2 bodyaccom 2 GVWR upgrade - specify, N $713.002 1 Boar Acc[79ramo dafian Pkg. Includes positioning trjtlimfue lIDEF 1,-inksladr f. drilerlbatteoy li[7 Icentral rrtrsn{frtltt 2 9140016/933469 2 i CSV WIC upgrade - specify NA $2,025.00': 315RI2 f. i Rear tires & wheels 2 91400161/933063'( GV WR upgrade - specif N $ €,485.007 12R-22.5 rear tires & ivheels .. FireSuppr 2GVWR upgrade - specify NA $5,833.00' .Iorrrar Fire Scppressicrsr .Syslerra - 2 points 2 905549/9142001 2 Hybrid option NA $2,862.002 (10) Aharkztraarax€ P€eels replacing steel 2 F3i-fuel model - specify NA NA Cw°NC ENKS 2 CNG prep - specify NA $35,75[1.007 CNG Yanks 80DGE: 90DGE = $36,6970 00 2 4200002 2 NG conversion (discuss with dealer) NA $2,736.002 ?vlethane Detecuoti System 2 LPG conversion (discuss with dealer) NA NA Nitrogen filled tires including spare tire NA NA 404002 1 Double Frame: full steel insert $1,671.00' $1,667.007 464002 2 Double Frame - Hall Steel Insert 1 33011001 1 Front axle - specify $254.001 $405.002: 9050017/9310041 2 IlearAxte Lube Pump 1 425/' OR -22..5 Fmnt tires wheet, 7 7610001 ' Rear Axle - specify NA $293.00' Rgfiese Bralws I 5"x tf 6 - 2 3500004 2 Rear Suspension - speciN, NA. $896.(}0' . 46K: 11,VI -460 d4l3'1Ft cks 2 3500014 ` Rear Suspension - s eifyr NA $2,018.002 46K: PA -V460 S60 Air Rifle rig20 1 Rigid Lift tyle. Pusher/Tag 20,000 lb rating air lift to include I IR -2112.5 tires $12,500.[101 $8,798.00` 3PI008r7P40002 with Steel Wheels Ilen drickstrn FX (3.5}1 (tl8nat a&I [double tk'Lame) 2 IM Page 219 of 634 VEHICLE; AC;X64 DEALER, Palmetto Ford. Truck Saps, Palmetto Ford 'Truck Sales, Kenworth cal`Centrtal Palmetto Ford Truck Sales, Inc. lnc, Florida Inc. ONE- Western Northern Central S€arst}aern BASE PRICE: $144,500.00 $143,500,00 $157,924.00 $138,21}0AO st2 1 Steerable Lift Axle: Pusher / Tag 20,000 lb rating air lift to inelude I IR-22.5 $15,500.001 S8,79&00' 3PI0211/7F40002 tires with steel wheels Hendrickson tag SCT 13.5k steerable {rnust ardd doeble,fatne) 2 1 122002 p 1I Front Engine PTO Provision IFEPTO) 2 $578.00 � $577.00® 122002 2 Front engine PTC) provision 2 5001000 1 LCF with right hand steeringn $58$.{l01 $691 All' 5000002 2 A(..fY R: Right hand steering n,1LH exhaust 5000003 1 LCF with dual steering $3,640.001 $3,691002 5000003 ACY'=DD: Dual sit / Dual steer wlehlexhcrusf � 590008 1 LCF Low Profile with left hand steering $:321,001 $269.002 5900006 AA11TofCD 1 -4del Opt ion: AtC9lp_4,jradto T sanaplepons 1 b> LCF L oww Profile with dual steering $140.001 $140.00 176001./2900004 Engine & Transrnsssion Suer:,tyle Oil Fairs Add Option: 1 nginelTrcanunissiare oil sarnpale parts 2 500004 2 LCF Low Profile with dual steering & right hand stand tap NA $8,266.00` AC.'_X=CrD-RH,S: Dual steerlLH so/kH stand 2 333014 1 Driver controlled differential lock $1,225.001 $1,222.002 333014 2 (4) wheel lockfoa rearaeles 2 asl 1 Refuse beady - state model bid and description $155,.0f10.001 $48,420.009 GALBREATH 2 Automated Siete Loader Refuse Bod1' (Choke of Real, !Vera Way, Lubrie, I111cNedus or Hridgeport) Requires Heary Hauter Package -Contact Dealer- For Cunsofete Sprees aria Ce2asemni able 0-ptions 1 Roll Qll Ga15reath SIF-OR-174 above f°ranze Wy aoneer- tarp: Change to USC R=l 74 svlhoneer tadp spsee n — $45,801.00 8 A sLNW 1 Optional mounted body - specify $149,900.001 $47,727.00' IL ROLL b Nen, Wqy 31 Yard f ues Side Loader ® ReTeires heavY HaiderPackage -Contact Dealer'For . Coneplete Specs and CusTonuz able options 1 ` Rod off.' Pled Awak L,0 60ksdlTsahlu tarp system til del Low Left Option + $3,778.00 � FEL 1 Optional mounte Beady - specif} $118,143.00' $42,340,002 (3ALF AL3 ROLL 2 Refuse Body Front End Loader - (Choice of Hed, New Ways, Laabrae, A&Xedus or Bridgeport) Requires heavy ,rlastler Package -Coniac'i Dealer For Con elete .Specs and C usios}2 fable options 1 Roll off: Galfab OR60174 0114-;change to AFOR60 aabove fi'crrne S45,212.001 2 RearLoad 1 Optional mounted body - specify $91,616.001 $57,5%002 AMP ROLL 2 Refute Badv RecarLoacder�- (C`ltoice of eferl, New F ql,, Labrie, Melfedus ar Br-adgepporn Requires Heats! Hauler Package -Contact Dealer For C'ornplete S"pees and Utes aniaable upta ins 1 Hook L.ft Rall fTtlainstilircrll u5k tchan e to Arnphrull50k = $50,755.(Tll,c 2 Rollonoff 1 Optional mounted body - specify $74,250.001 51;685.00' AMER ROLL 2 Refuse Rucks, - Reil Roll Ott l Rolf Ujf Requires Heanap Hanley, P ac'kgee -Contact Dealer For �'{rtnp'rlete ,Spaecc ilia Carstcrnrixaahle eaptians 1 Red QfJ. 49Yierica n ARL-60k above fT'ante §3 Itsup. system change to A nusp7 A164R0=11=22 ivlPioneer tcarp43_d22.Q(1) 2 ALS1 Optional mounted body - specify $8,964,1101 $110,745.00' MCN FEL, .Iaitca Lube 5'},sterna for.alarrarraated 5aede Locac3er 1 Alce/eilus Adenac 4029 4(4,,d FEL ichange tc, i11cNedus 40178 FEL 5114.456000 2 im Page 220 of 634 VEHICLE. C 64 DEALER. . palmetto Ford Track Sales, Palmetto Ford Track Sales„ Kenworth of Central Ford Truck Sales.. pro, Inc. Inc. Florida SCsaathein ONE: Western Northern Central $138,200.00 BASE PRICE: $144,5011.6111 S143.500M $157,1124.110 CLTR 3 Optional mounted body - specify $32,989.001 $10 ,4go,002 MCN ASL ( urrotto Can let, I McNeihes Elsa oReach 2849 23vdsad€` loader- fc.hange to McNeilus 3148ZR 31ydsidde loader `s "$127712.0to 2 CRANE � ( Optional mounted body - specify $79,000M1 $74,830M 2. MCN F 1 2 Crane Badv - Requires Ileavi, Header J Dockage -C "mast Dealer Fres' Complete Specs and C'usiarnai�able options � AicNed us 2516 RL TID 2, }yd rear loader aehcan e to Mc.Veihis 3216 32Yd Yea)- leader $75 4.KCtdi) 2 KNUCKLE � Optional mounted body - specify $87.768.00' $106,265.002 FEL ' Knuckle Boom Loader-Requires Heaa Uiuler Package —Contact Dealer ForComplete Specs and C uvorse able options 1 fled Half'P ack 40-r df ont loader [add O dysey pAg kclC'z rreto contrc lS -,$1'5'jl3.0llj 2 Grapple I Optional mounted badly - specify $84,246,001 $27,568,009. C U C:AN 2 Grapple Badv - Requires Heavy Harder Package =Contract Dealer For C"carr€plete S'pec's and Catstorraiaable options t Curcnea Cana Assembly (must add Odyscr pkg wlCrrr-otto controls) 2 Recycle 1 mounted punted body - specify $111,612.0611 $113,548.002 IL ,SSL 2 Ren cle Bodr - (Clesece of Hell, New Way, Labrae, McNeadus or Bridgeport) Re£luires Heav), Haider Package -Contact Dealer For Coiapalete Specs and Ccsstor}u®fd6le options � Heil Dura-Pack Python 28yd side loader (change to Dier-a-Pack Roped Rait 28),d side loader, $120,327.00) 2 TSL. 1 Optional mounted batty - specify $78,5011,0(91 $65,55(1,002 1,1. REL 2 Manual Side Loader Refuse Truck - (Choice rat LIer7, New Way, Labr ie, Mc NeiRts or Bndgepor-t) Reauh-es HeavIv Harder Package -Contact Dealer For Comp?le£e Specsand Cuglonafable ©le tvris 1 fled DI5000 2 5.y=d rear loader (ada' Rgyrte ears ripper + $4,48R 00) 2 Custom 1 Optional mounted body - specify $399,999.001 113,959.00" EZ FEIN 2 Cus#tarn Lodv to rneer,vour creeds 7 E-Zpack a ercides' 40yd irons loader- {tulCurotte controls add + $12.139. ()fi) 2 5140001 y Optional mounted bandy - specify $357.001 $136,554,0692, Eli ASL 2 Autocar Exeduor Cab Guard - Recornmended far- Frr i End Lowier Operations 1 L-Z Pack Here a€les 27y side loader &',h ange to AWREP 36111d Eflonical Hardox side loader $108.534.odC 2 UNDER 3 Optional mounted body - specify $652.6101 $51,144.002 EZ REL 2 C' edercooting Corrosion Protection t E-Z Pack Goliath G400 25ydf rear loader (change to Goliath (3300 25}rd rear loader £74.3(15.00,,1 s 535001 � Optional mounted body - specify $156.001 $112,664.0()2 LABRIE ASL 2 Diamond Plate Float 1 Labrae rluninu;er 31y"d side loader 2 4680010 1 Optional equipment - specify $146,001 $94,715.6902 I RDGE FEL 2 coil Part laniard 1 Bridgeport Frontier- 40)d fiant loader- 2 130021 Optional equipment - specify $113M' $10-5,344.00' BRIDGE AL, 2 1(9GrGal Tuel Tann 1 Bridgeport hanger 32p,d side loader 2 1 5140002 � Optional equipment - specify $122.001 $59,554,6102 NEWAY FEIN 2 Battery ,Shot Ofj'Srvach 1 Yew 11`try Llcerrtra arh 40yei ora ldarader 2 1428 Page 221 of 634 VEHICLE: AC X64 DEALER- Palnsetto Ford Truck Sales, Palmetto lard Truck Sales, Kens ortla of Central palmetto Ford Truck Sales, Inc. lite. Florida Inc. FIVE, Western Northern Central Southern BASE PRICE: $144,5KOO $143,500.00 $157,924.1111 $134,200.00 620001 Optional equipment - specify $1154.001 $117,414.002 WAY ASIS 2 f: 1'xteriorsun Visor Mew Hal, Sidewinder 31 yd sale loader 2 MUNSPC l Optional equipment - specify $2,399.1101 $68,381.00` NEWAY I, Municipal Interior Lf?gr ade Packar - Bat.vhut Ojf. Hyd Air cab nil Assist, Power -R9 tions. Power Window, Radia & Seat Upgrade I New Weay Kang Cobra 25ycd rear loader 2 TACE l i Optional equipment - specify $900.00' $101,574 p02 WAYN FSI. 2 =Y'ag & Resaistrrrrion EEE l Wayne Trrara 40yd ft ow loader (change to Mantis 4t)a td frora8 loader- $116, 762. 00f 2 SCORP ASL 2 Optional equipment- specify NA $121.115,002 Scor pion 2; yd ,rade loader -std whoe. (change to bllayne C urbtender' 2?yd side loads r 119,1 ?3. (H1} 2 LOAD REL �Optional equipment - specify N -A ` $60,962.00` Loadin aster Excel S 2537d rear leader � AMREP FEL 2 Optional equipment - specify NA $103,280.002 AAIREP 40yd fiviY1 loader Ell rrfieal llrardox 2 PETE AL -1 2 Optional equipment - specify NA $91,460.0V Petersen Grapple Crarre AL -1 Atlas w14Qvd body 2 4680010 2Optional equipment - specify NA $195.00' oil p,jpl G dtdr<l 2 5140001 2 Optional equipment - specify NA $357'002 Curb Garcrrd 2 661002 2 Optional equipment - specify NA $279.002 C'ah 'fill lair assist 2 DI COUNT%2 Optional equipment - specif}, NA Incl.`' 5 Discount off cur€'eras AISfiP far° non-specified opflrrra.s and rasay Optional aarorr`els, .bird. This discount only applies to a downgrade or art upgrade to the model listed in dais specification. It does ni apply to a compleiela, different jnake or niodel.2 05U UB 2 Optional equipment - specify NA Inc1,2 llnpia6hvhed troches available of cast T 5 includingfees. 2. temp l Temporary tit No Adraatn Cast' $25.00' Incl. T>l . T'AC 2 tt l Transfer existing registration (must provide tag number) Athnin Cost 24.50' $550.00 t Incl,' fI ANSFE 2 nt i New state tag (specify state, county, city, sheriff, etc-) 4aio "Cost $24.511' $900.001 Incl.2 NEWTAG 2 Maintenance plan - specify NA STA Maintenance Plan - specify IATA NA 59913214 2 Maintenance Ilan - specify NA $2,67000112 €T ora caaet3: Eaagirae ISX12-CI Z P1 Sa rl15Jk 2 IEDGe t Warranty - specify $1,100.00' $3,123.002 899210 2 Allison 5 Year Extended Won-anty Edge 1 ISL -G PPI 5ys'115f)k 2 1029 Page 222 of 634 VEHICLE: ACX64 DEALER: Palmetto Fotd Truck Sales, Palmetto Ford Truck Sales, Kenworth of Central Inc. Inc. Florida ZONE: Westem Northern Central BASE PRICE: $144,500.00 $143,500.00 $157,924.00 AFTER 1 Warranty - specify $9913207 2 After Treatment Extended Warranty - Requires PPI Cummins Extended Warranty I ISL PPI 5yrr/150k 2 89913213 2 r. Warranty - specify ISX PPI 5yt/300A 2 CUM 1 Diesel Warranty - specify 899K200 2 Cummins PPI Extended Warrant), 1 After Treatment ISL 5yr/150k {must purchase PPl) 2 899K207 2 Diesel Warranty - specify After Treatment ISX 5yr/300, 000(must pw-chase PP IJ 2 899A203 2 Diesel Warranty - specify Optional Customizable Warranty Plans Available - Contact Dealer far Information and pricing. 1 Allison 5yrhanlimited mile warranty 2 Palmetto Ford Truck Sales, Inc. Southern $138,200.00 $824.001 $2,720.002 NA $1,310.002` $3,549.001 $705.002 NA $882.002 NA $1,109.002 1030 Page 223 of 634 60,000 LB GVWR i CHASSIS 4 TANDEM AXLE REFUSE TRUCK SPECIFICATION Mi The Autocar A C 64 purchased through this contract coarses with all the standard equipment as specified by the manufacturer tsar this model and F'SA's base vehicle specification(s) requirements which are included and made a part of°this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $154,782.00 $154,782.00 $165,200.00 $153,882.00 While the Florida Sheriffs Association and Florida ,Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. in an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cast sof the type vchicle(s) you wish to carder through this program. Simply deduct the coast of any of the following equipment items you wish deleted frsatn the base unit cost and/or add the coast of any equipment items you wish added to the base unit cost to determine the approximate coast of the type vehicle(s) you wish to order. listed here must be honored by the dealers in your zone at the stated prices. 1031 Page 224 of 634 v r FLORIDA �nvs�scyx.i�gr�•i�o+TsEo@e All About noHda 60,000 LB GVWR i CHASSIS 4 TANDEM AXLE REFUSE TRUCK SPECIFICATION Mi The Autocar A C 64 purchased through this contract coarses with all the standard equipment as specified by the manufacturer tsar this model and F'SA's base vehicle specification(s) requirements which are included and made a part of°this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $154,782.00 $154,782.00 $165,200.00 $153,882.00 While the Florida Sheriffs Association and Florida ,Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. in an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cast sof the type vchicle(s) you wish to carder through this program. Simply deduct the coast of any of the following equipment items you wish deleted frsatn the base unit cost and/or add the coast of any equipment items you wish added to the base unit cost to determine the approximate coast of the type vehicle(s) you wish to order. listed here must be honored by the dealers in your zone at the stated prices. 1031 Page 224 of 634 VEHICLE: ACX64 (ALTERNATE DEALERS) ($13,197.00)1 NA' DEALER: GENERAL GMC TRUCK GENERAL GMC TRUCK Palmetto Ford Truck Sales_. GENERAL GMC TRUCK SALES & SERVICE, INC SALES & SERVICE, INC Inc. SALES & SERVICE, INC ZONE: Western Northern Central Southern 27AOOOI2 BASE PRICE: $154,782.00 $I 54,782.00 $165,200.00 $153,882.00 Transmission OuiputRetarder 2 1010026 I Western ($6,067.00)1 $4,399.002 PTO' CUMMINS ILS -G CNG 320 HP 1 & Northern Order Code Delete Options & Southern Central Engine upgrade - specify Engine/transmission - specify $11,624.00' NA $6,812.00' 330 HP Cxmmins Dieser upgrade, aux load cushions, diff loc, shocks, refuse brakes, longer wb, 4D, hyd tilt cab w/ air assist, alt upgrad,2 Engine/transmission - specify ' Engine upgrade - specify NA $5,170.002' 2700027 1 345 HP Cummins Diesel 2 $0.001 NA ALLISON 4500 5 SPEED I Engine/transmission - specify NA NA NA Engine/transmission - specify NA NA Order Code Add Options Western & Northern & Southern Central Options are to be discounted below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factory add options. Purchasers are encourage to negotiate pricing for options. Additional discounts for each add option shall be decided by the Vendor. Please refer to the Contract Terms and Conditions, Section 2.14 Option Pricing. 1012002 Engine upgrade - specify ($13,197.00)1 NA' CUMMINS L9 DIESEL 350 HP I CNG Call Dealer For Price 2 1012003 1 'Engine upgrade - specify ($10,007.00)1 $8,502.002 27AOOOI2 CUAfMINSL9DIESEL 370HP 1 Transmission OuiputRetarder 2 1010026 I Engine upgrade - specify ($6,067.00)1 $4,399.002 PTO' CUMMINS ILS -G CNG 320 HP 1 Power Take Off 2 HEAVYHAUL Engine upgrade - specify NA $11,624.00' PKG 2 Refuse Heavy Hauler Package - (Inc 46k ra, susp, dbl frame, tire & wheel upgrade, axle lube p upgrade, aux load cushions, diff loc, shocks, refuse brakes, longer wb, 4D, hyd tilt cab w/ air assist, alt upgrad,2 ' Engine upgrade - specify NA NA 2700027 1 Transmission upgrade - specify $0.001 NA ALLISON 4500 5 SPEED I Transmission upgrade - specify NA NA Transmission upgrade - specify NA NA Transmission upgrade - specify NA NA Transmission upgrade - specify NA NA 1032 Page 225 of 634 VEHICLE: DEALER: ZONE: BASE PRICE: 66K I 64K I 64k 2 CNG 1 CNG I 404002 1 4040022 3700003 ' 330U001 2 330444 1 3500004 1 rig20 2 st20 2 122002 1 1220022 50000021 5000002 2 5000003 ' 5000003 2 590008 2 sampleports 2 ACX64 (ALTERNATE DEALERS) NA NA GENERAL GMC TRUCK GENERAL GMC TRUCK Palmetto Ford Truck Sales_, GENERAL GMC [ R I CK SALES & SERVICE, INC SALES & SERVICE, INC Inc. SALES & SERVICE, INC Western Northern Central Southern $154,782.00 $154; 7%2.00 $165,200.00 $153,882.00 GVWR upgrade - specify $3,490.001 NA 66,000 LB. GVWPACKAGE I 64,000 lb. GVW package $2,165.00' $4,389.002 : 64, 000 LB. GVW PACKAGE I GVWR upgrade - specify u GVWR upgrade -specify GVWR upgrade - specify GVWR upgrade - specify Hybrid option Bi -fuel model - specify CNG prep - specify CNG FUEL MANAGEMENT MODULE I; CNG conversion (discuss with dealer) DISCUSS WITH DEALER I LPG conversion (discuss with dealer) Nitrogen filled tires including spare tire Double Frame: full steel insert .Double Frame -Full Steel Insert 2 Front Axle - specify MF.S 18, 18,000 LB. I Rear Axle Lube Pump 2 Rear Axle - specify RT46-160, 46, 000 LB. I Rear Suspension - specify HAM --460, 46, 000 LB. I Rear Suspension - specify Rigid Lift Axle: Pusher / Tag 20,000 lb rating air lift to include 11R-22.5 tires with steel wheels Steerable Lift Axle: Pusher / Tag 20,000 lb rating air lift to include I IR -22.5 tires with steel wheels Front Engine PTO Provision (FEPTO) FRONT ENGINE PTO PREP I LCF with right hand steering LCF with dual steering LEFT HAND AND RIGHT HAND SIT I LCF Low Profile with left hand steering AM/FM CD 2 LCF Low Profile with dual steerin2g Engine & Transmission Sample Oil Ports LCF Low Profile with dual steering & right band stand up NA NA NA NA NA NA NA NA NA NA NA NA $8,000.00, NA NAI NA NA NA NA NA $1,705.00' $1,671.002 ($100.00), $254.002 $2,775.00' NA $715.00' NA NA NA NA $12,500.002! NA $15,500.002 $590.00' $578.002 $800.00' $588.002 $4,885.00' $3,640.002 NA $321.002 NA $140.002 NA NA 1033 Page 226 of 634 VEHICLE. AC X64 (ALTERNATE DEALERS) $68,374,00' $8,964.002: DEALER- GENERAL GMC TRUCK GETS ERALGMCTRUCK Palmetto Ford Truck Sales, GEN ERALGMCIRUCK SALES, SERVICE, INC SALES &SERVICE, INC lnc. SALES & SERVICE, INC ZONE; western Northern Central Southern BASET SIC' $154,782,00 $154,782.00 $165.200M $153,88100 333014 2 Driver controlled differential lock Sid $1,225.002 HEILFEL I Refuse body - state model bid and description $106,25&00' $155,00(),0()2 asl 2 HEEL HALF PA FRONTEND LOADER 28 Y,4RD W/ 12 YARD FOPPER L,4BRlFAl17()IAIIZEI?RICHTHINL)31 z1womated Side, Loader Rqj4re Bocci, (Cd oav ofHeit New Way, Labrie, AlcNeilus ar Bridgepore) Crane Ba4y - Requires HeatV117 Haider Package -Contaci Deaker For CoynpolegOecs and Requires Hemp, flaider Package -Contact Dealer Foo CortspleteSvecs and Custoyncaihle uptr Otis 2 cota-�p2s 2 HEILASL Optional mounted body - specify $120,319,00' $149,900.00'� ASI.. N,, 2 HEEL DUX4 RACK RAPID RA11.33 YiRD AUTOM4TED SME M'4DER I LEACH 2 R-17125 KI R D RE,1 R 1:0,1D E R New Pray J1 YardAzdoSide Loader - Requires Heavy Hauler Package -Confact Dealer For Complete Knuckle flown Loader - Requires Heavy Haider Package -Confact Dealer For (,oniplele Specs and Specs and ("Ustarnizable tR)tions 2 Cuslornizablc aclions 2 IILILRL Optional mounted body - specify $65,842.001 $118,143.()02 FEL 2 HEIL DURA PACK5000 25 TARE) RE;IR L01DER LOADsM, STER ELL S-25 25 YARD REAR LOADER t Refitse Body F} sane Fail Looder - (Cluace a(Hed, New WaY, Labrie, McNedus or Bvidgeporl) Repar" Grapple Body - Requires Heavy Haidev Package -Contact Dealer For Complete Specs and HeavY Hauler Package -Cunfact Dealer For Complete Specs and Cuefomi:agle'ra�tzon'.q 2 Ca.q:0j;,jiz,jgje eclions 2 : NEWWAYI FE1. Optional mounted body - specify $89,846,00' $91,616.00" I NEW WA Y,41411MOTII 40 KiRD FRON7 END LOAD'LR RearLoad 2 1 Ruse 1coly Rear Loader - (Choice of Pfeil, New Wqr, Labrie, MeNedw or Bridgeport) Requires FeavIc Hauler Package -Conlacl Dealer For ('omplele. Specs and Cuwaan� able (Soba ns 2 NEWWAYASL Optional mounted body - specify $117,407.60' $74,250,00' Rollonoff 2 ATETY11AY SID 41INDER31 YARD AUTOMATEDSH)FLOADER Roirise Boqj, - Ifed Roll Opp /Roll (Yf'Requires Hem,lr Hauler Package -Contac! Dealerfor Complete Specs and Ciatomizable cora res 2 Iv' FWWAYRL Optional mounted body - specify $68,374,00' $8,964.002: ALS 2 NE W TVA Y KING (,,'OBR.4 25YARi) RF '_4R L04DER Auto Lube Srstencjbr Awainated _�ide Leader WITIX-EFEL Optional mounted body - specify $10338&00' $32,988,002 CUR 2 WI77KE SUPERDUTY 40 YARD FRONT FleD L0,4DER Currotto Can Ashy" 2 LABRIEASL Optional mounted body, ® specify $112,00100' $7%000.00` CRANE 2 L,4BRlFAl17()IAIIZEI?RICHTHINL)31 Crane Ba4y - Requires HeatV117 Haider Package -Contaci Deaker For CoynpolegOecs and cota-�p2s 2 LEACHRI. Optional mounted body - specify $5M98.00' $87,76 S'002 KNUCKLE LEACH 2 R-17125 KI R D RE,1 R 1:0,1D E R Knuckle flown Loader - Requires Heavy Haider Package -Confact Dealer For (,oniplele Specs and Cuslornizablc aclions 2 LOADRI, Optional mounted body - specify $60,955.001 $44,246.002 Grapple 2 LOADsM, STER ELL S-25 25 YARD REAR LOADER t Grapple Body - Requires Heavy Haidev Package -Contact Dealer For Complete Specs and Ca.q:0j;,jiz,jgje eclions 2 WAYNEFEL Optional mounted body, - specify $101,567M' $111,612 ,0()2 Recycle 2 WA MIE THAN 40 Y,4RD FRUA,T FND L04 DFR Recycle Bode - (Choice of Heil, New Werill Labile, AlcNeflus or Brieleeporq Requires Heavy Hauler Pack -age -Conlact Dealer For Complele .Specs cad Crestomizable orfions WAYNEASL Optional mounted body - specify $120,866.00' $78,:.500).1182 MSL 2 W_4Y1VEClJRB1TNDFR 27 YARD TE14 MRD HOPPERl URM14 YED SIDELt14LM'R Manual,Rde Latidej, Refuse Track - (Ounce of Heil, New Wqy, Labrie, McNedus or Bridgeporl) Requires Ileas-v Hauler Package -Coraace Dealer For Compleie Specs and Cnstomi:able o1 tions HM Page 227 of 634 VEHICLE: ACX64 (ALTERNA 1 1 DI AI.ERS) DEALER: GENERAL GMC TRUCK GENERAL GMC TRUCK Palmetto Ford Truck Sales, GENERAL GMC TRUCK SALES & SERVICE, INC SALES & SERVICE, INC Inc. SALES & SERVICE, INC ZONE: Western Northern Central Southern BASE PRICE: $154,782.00 $154,782.00 $165,200.00 $153,882.00 MCNEILRL 1 Optional mounted body - specify $75,277.001 $399,999.002 Custom 2 MCNEILUS MODEL 2516 25 YARD REAR LOADER 1 Custom Bode, to meet.vow- needs 2 MCNEILFEL I Optional mounted body - specify $111,193.001 $357.002 5140001 2 MCNEILUS MODEL 4029 40 YARD FRONT END LOADER 1 Autocar Exeditor Cab Guard - Reeornmended for Front End Loader Operations 2 MCNEILASL 1 Optional mounted body - specify $109,927.001 $652.002 UNDER 2 MCNEIL (IS MODEL 2849 28 YARD AUTOMATED SIDE LOADER 1 Undercoating Corrosion Pi otection 2 538001 2 Optional mounted body - specify NA $156.002 Diamond Plate Floor 2 5000004 1 Optional equipment - specify $8,400.001 $196.002 4680010 2 LCF WITH DUAL STEERING, LEFT HAND SIT AND RIGHT HAND STAND UP t Oil Pan Girard 2 3170007 1 Optional equipment - specify $350.001 $113.002;; 130021 2 i TRANSMISSION PTO PREP 1 100 Gal Fuel Tank 2 27AO001 1 Optional equipment - specify $8,675.001 $122.00' 8140002 2 ALLISON TRANSMISSION RETARDER 1 Battery Shut Off Switch 2 371T01 1 Optional equipment - specify $310.001 $858.002 620001 2 „ FRONT AXLE AUX LOAD CUSHIONS 1 Exterior Sun Visor 2 5900006 1 2 Optional equipment - specify $275.001 $2,399.002 MUNSPC AHIFMRADIO, ROOF MOUNT i Municipal Interior Upgrade Package - Bat Shut Off, Hyd Air Cab T11t Assist, Paiuer Mir vors. Power 2 Windows, Radio & Seat Upgrade 8520001 1 Optional equipment - specify $75.001 $900.002'!, TAG 2 CORNER MARKER LIGHT WIPED TO BATTERY SHUT OFF 1 Tag & Registration FEE 2 661002 1 Optional equipment - specify $285.001 NA AIR ASSIST CAB TILT PUMP 1 6220017 1 Optional equipment - splecify $570.001 NA BLACK POWER MIRRORS 5120001 1 Optional equipment - specify $750.001 NA POWER WINDOWS, LEFT AND RIGHT 1 930821 1 Optional equipment - specify $504.001 NA 425165R22.5 FRONT TIRES 1 933469 1 Optional equipment - specify $2,072.001 NA 315/80822.5 REAR TIRES 1 26A2002 1 Optional equipment - specify $610.001 NA ALLISON FUEL SENSE MAX 1 333014 1 Optional equipment - spccify $1,250.001 NA FO UR WHEEL REAR DIFFERENTIAL LOCK 1 1035 Page 228 of 634 'VEHICLE.- ACX64 (ALTERNATE DEALERS) DEALER: CIENE L. GMC TRUCK GENERAL GMC TRUCK Palmetto Forel Truck Sales, GENERAL GMC ['Rr 'CIS.. SALES & SERVICE, INC SALES & SERVICE, INC Inc SALES & SERVICE, INC: CINE: Western Northern Central Southern BASEL C E: $154.782.00 $154,78100 $165,200,00 S153,88100 359001 t Optional equipment - specify $20100' NA 4 Ri'AR SHOCK ABSORBERS i 4680010 I Optional equipment - specify 200.00' NA ENGINE 07-1 PANGUIRD 1 TE TAG I Temporary tag TEWPOR,IRY TIG t No Admin CoSL2 Inc]. l $25.002 i temp TRANSFER 1 Transfer e�jrJexisnting regisftr°atiCcsri{ (must provide tag number) ��,4mSfi� Exisy`lN 2001 00i $5A00 tt 2 y'rrans dtar GI iR4ii�./SY Admin Cost $244 50' �I4 EWTAG i }I Neter state tag (specify state, county, city, sheriff, etc.)1v1a°WTA t Adrinn Cost $242 50' $3oo.00, $90().()02 m 2 Maintenance Ilan m specify NA NA Maintenance Plan m specify NA NA Maintenance Ilan - specify NA NA 899A203 1 Warranty - specify $1,101.001 $1,100.00`'. EDGe 2 A L.T ISOAT eft f,NWMI.SSION S MIR TMRFUNYT t .41hson 5 Year Exi nded Warranty my Edge 2 899R213 t Warranty m specify= $1,30ti.tltll $1124.002 AFTE.IC CLIMMINSENGINE, W-4Ttl�..INT ° 5 YEAIC1300.000 M1 LE P11 I, f:SX ENGINE I Mier Treatment Extended Warranty a Requires SPI C ununins Extended Klarr anby 2 899132))8 i Warranty P specify S, 3,600.00' NA C'U,41M N,S ENGINE WARIaNY Y5 YEAR /200, 000 ta4ILES PPI, E9 ENGINE 1 cum 2 Diesel Warranty s specify, ISA $3,549.002 C'aareunnis PPI Extended Waaaaannt 2 Diesel Warranty - specify NA NA Diesel Warranty m specify NA NA' Optional Ceastcrrrrt aable Warranty Plans Avcailaabl e a Contact Dealerfir Infarin ation andpr ficin . 2 1036 Page 229 of 634 Contract: FSA17-VEH15.0 Cab and Chassis Truck and Other Fleet Equipment Contract: FSA17-VEL25.0 Police Rated, Administrative, Utility Vehicles, Trucks and Vans uoutract Term s wid Con"POS y Y i Contract: FSA17-VEH15.0 Cab and Chassis Truck and Other Fleet Equipment Contract: FSA17-VEL25.0 Police Rated, Administrative, Utility Vehicles, Trucks and Vans uoutract Term s wid Con"POS Fire Rescue Vehicles & Other Equipment Page 1 of 4 (https://www.facebook.com/floridasheriffsassociation/) f„ FLORIDA SHERIFFS ASSOCIATION (https://www.flsheriffs.org� Become a Member (https:Hmembership.flsheriffs.org/2017-Membership-LP.html#Choose) About Sheriffs Programs Publications Join Today (https://membership.fisheriffs.org/2017-Membership-LP.htmi) Renew Membership (https://membership.flsheriffs.org/2017-Membership- LP.html#Choose) PURCHASING FIRE RESCUE VEHICLES 6 OTHER EQUIPMENT Contract Number FSA16-VEF12.0 Contract Period: April 1, 2016 - March 31, 2017 Extension — April 1, 2017 — March 31, 2018 https://www.flsheriffs.org/law-enforcement-programs/cooperative-purchasing-program/fir... PDgg/3A� of 634 Fire Rescue Vehicles & Other Equipment Page 2 of 4 Bid Award Summary (https:Hdocs.google.com/spreadsheets/d/lOLcceh6ZkFMAU2uVZ- m4VAils5glPBb9ifLyOwzLqs8/edit?usp=sharing) Bid Support Documents (/Iaw-enforcernent-pro grams/cooperative-purchasing- program/fir e-rescue-ems-bld-support-documents) Contract Archive (/Iaw-enforcement-programs/cooperative-purchasing- pro gram/fire-rescue-vehicie-other-equipment-archive) Contract Terms and Conditions (/uploads/FSA%20Terms%20and% 20Conditions%202-26-16.pdf) Vendor Directory (/uploads/docs/Fire—Rescue—EMS—Contacts—v.12-6-17.pdf) Ordering Instructions (/uploads)Fire%20Bid%200rdering%201nstructions—REV1- 21-2016%281%29%281%29.pdf • Supplemental Contract Documents (/uploads/docs/Nissan—Leaf—Clari,fication—Letter.pdf) • Vendor Confirmation of Order - FSA16-VEF12.0 (https://www.flsheriffs.org/uploads/Confirmaton`/`20of*/`2OOrder`/`2OFSA16- VEF12-0(1).pdf) • Zone Map (https://www.flsheriffs.org/uploads/zone`/`20map—vLlO-15(l).pd� Need Assistance? cpp@flsheriffs.org (mailto:cpp@flsheriffs.org) 850-877-2165 FEATURED SPONSORS See all Sponsors (https://www.flsheriffs.org/about/partners-and-sponsors) (https://www.fisheriffs.org/about/partners-and-sponsors) Armor v1j:P1, https://www.flsheriffs.org/iaw-enforeement-programs/cooperative-purchasing-programlfir... P2K/Aj of 634 Fire Rescue Vehicles & Other Equipment Page 3 of 4 (https://www.companypromostore.com/stores/fsamembers/? utm_source=website&utm_medium=footer) Stay Informed. Sign up to receive the latest FSA news and events. SUBSCRIBE (HTTP://MULTIBRIEFS.COM/OPTIN.PHP?FSA) Profecfi�t�, Geaadcu� & Gfuifiu� Succe ��93 Board of Directors (/about/board-of-directors) Conferences (https://www.fisheriffs.org/law-enforcement-programs/conferences Mission and Values (/about/mission-and-values) FSA Memorial (/about/memorial/) Sheriffs Directory (/sheriffs/directory/) Contact FSA (/contacts Become a Member (https:Hmembership.flsheriffs.org/2017-Membership-LP.htmi) Donate (/about/donate-today) https://www.flsheriffs.org/law-enforcement-programs/cooperative-purchasing-program/fir... PIAIB of 634 Fire Rescue Vehicles & Other Equipment Legislation (/law-enforcement-programs/legislative) Training (/law-enforcement-programs/training) Our Programs (haw-enforcement-programs/our-programs) FSA Store (https://www.companypromostore.com/stores/fsamembers/? utm_source=website&utm_medium=footer) SHERIFF LOGIN (HTTPS://WWW.FLSHERIFFS.ORG/LOGIN) Page 4 of 4 (https://www.facebook.com/floridasheriffsassociationl You (https://twitter.com/FLSheriffs) ' (I-ti,�r o,�t�rGe_or�73=�sr 1=f��irh�Piff; feature=mhum) Florida Sheriffs Association 2617 Mahan Drive (https:Hengine.multiview.com/r? e=eyJhdil6NDU5NjOsImF01jo0LCJidCl6MCwiY20iOjcwMDEzLCJjaCl6MTYzNjgsimNrljp7fSwiY31 VlwvHRJ5J5iP52EgLUV8) 02018 Florida Sheriffs Association // Privacy Policy (https://www.flsheriffs.org/privacy-policy) https://www.flsheriffs.org/law-enforcement-programs/cooperative-purchasing-program/fir... P /AJ of 634 1 1111 111 illi�ill contract is extended for an addition one (1) year period beginning on April 1, 2017 through March 31, 2018. Base pricing is not to increase more than 3% during this extension. This extension includes all original Contract Terms and Conditions is will remain in force throughout the contract period. Ambulances: Life Line Ambulance Hall -Mark, RTC/Horton Emergency Vehicles Hall -Mark, RTC/Road Rescue Hall -Mark, RTC/Wheeled Coach Ten-8/Osage Industries Fire Apparatus: FL Apparatus Sales/Smeal Fire Apparatus Hall -Mark, RTC/E-One KME Rosenbauer Spartan Emergency Response/Spartan Motors Ten-8/Pierce Manufacturing I =.- Quality Emergency Vehicles ETR/American Emergency Vehicles Hall -Mark, RTC/McCoy Miller Ten-8/13raun Industries Ten-/Meix Specialty Vehicles ETR (FL)/ E......... Hall-Mark, RTC/Hall-Mark, RTC HIVIE, Inc. NAFC O/KIVIE South FL Emergency Vehicles/Sutphen Tactical Fire/Toyne, Inc. �Um Page 235 of 634 A Page 236 of 634 Date: October 1, 2017 To: All Perspective Participants From: Steve Casey, Executive Director SerrohG/assner, Deputy Executive Director Annette Grissom, CPP Manager GreATish, [PP Coordinator p: (850)W7 -2165 If: (850) 878-8665 Re: Contract Number FSA17-VEL25.0 Police Rated, Administrative, Utility Vehicles, Trucks and Vans We are pleased to announce that the Florida Sheriffs Association has successfully completed its 25th nationwide cooperative bid for vehicles. This contract is in effect beginning October 13, 2017 through September 30, 2018. This year's bid includes 63 specifications and 215 makes and models. It offers police rated, special service, administrative, hybrid vehicles, pick-up trucks, vans, mobility transport and police motorcycles. The competitive process for this award began in January 2017, when stakeholders were surveyed regarding procurement needs. Specifications were developed based on prior year activity and new additions were added based on survey results and the Fleet Advisory Committee's review of commodities. On April 10, 2017, a direct notification was sent to 511 prospective bidders to register for qualification to participate in the bid process. An advertisement of the Invitation to Bid was placed within the Florida Administrative Weekly on June 1,2O17and again onJune 20,2017.From this Invitation to Bid, 41bidders responded. Ofthese respondents, 25bidders submitted bids and 23 bidders were awarded after a review by the FSA Fleet Advisory Committee. The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions to procure this contract, and requires that all users, both purchasers and awarded vendors comply as well. Contract prices are extended and guaranteed to any local government or political subdivision of the state, public educational institutions, other public agencies or authorities with the State of Florida, and entities approved by the manufacturer to participate in this contract. Out of state sales are permitted under this contract. All purchasers are bound by their local governing purchasing All awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions. List of Awards for FSA17-VEL25.0 Police Rated, Administrative, Utility Vehicles, Trucks and Vans: Alan Jay Chrysler Jeep Dodge of Wauchula Alan Jay Ford Lincoln Page 237 of 634 Alan Jay Nissan, Inc Page 238 of 634 J BEACH DARTY BOYNTON BEACH Duval Ford Fleet Sales Laura Torbett (Work) 904-387-6541 (Fax) 904-387-6816 Lyra, to rbe tt q�!d a vaiflee 1. com 1616 Cassat Ave. Jax. FL 32210 1 appreclate your Interest and the opportunity to quote. Prices are published by the Florida Sherffs Association/ Florida Association of Counties & Florida Fire Chlefs'Association Automotive Contract #FSA17-VEL25.0 chassis / FSA17-VEL15.0. (www. Rsherlflscrg) if you have any questions regarding this quote please call! Vehicle will be ordered white exterlor unless specified on purchase order. BASE TRIM PACKAGE 3,71- V6 ENGINE DELETE SIDE GLASS ONLY POWER WINDOWS/ DOOR LOCKS ELECTRIC BRAKE CONTROLLER (REQUIRES CRUISE CONTROL) CRUISE CONTROL HD TRAILER TOW PACKAGE POWER ADJUSTABLE MIRRORS BACK UP ALARM KARGO MASTER ELECTRICAL BIN PACKAGE, MODEL #42 TLM WITH BULK HEAD FOR HIGH ROOF T-350, INCLUDES SLIDING PASSENGER SIDE CARGO DOOR HIGH ROOF MODEL DUAL REAR WHEEL MODEL EXTENDED LENGTH MODEL (MODEL F4X) HAVIS UNIVERSAL LAP TOP STAND (UT -101) 1009 WATT THOR INVERTER (TH1000) WHELEN LED LIBERTY 11 LIGHTBAR (AMBER WITH CLEAR LENSES) WIRE TO 6 SWITCH CONTROI NEW CITY TAG CITY OF BOYNTON BEACH GRAPHICS EXTERIOR: OXFORD WHITE INTERIOR: PEWTER VINYL labor hours per spec. Includes wire, loom, connectors, PDI and shop supplies: $130 Printed: 1/23/18 Www. duvalileet. cpm BOYNTON EEACH W3X LT.xlsx Page 239 of 634 FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehicle Zone fj w j� " ELk FLORIDA t w Aib(i(:t irtL)tiC) COUNTI -8 A78 Abort F]®rid® FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehicle Zone Base Unit Price 1 F,ITY C'ARG0 VAN,,Secafication,#34,? Alan Jay Chevrolet Buick GMC Cadillac 2018 Chevrolet Express Cargo Van Western $201525.00 (CCi23405) ALT - Stingray Chevrolet, ITC; 2018 Chevrolet Express Cargo Van Western $22,135.00 (CCJ23405) :flan Jay Chevrolet Buick GMC Cadillac*Northern 2018 Chevrolet Express Cargo Van $20,275.00 (CG23405) ALT - Stingray Chevrolet, ILC: 2018 Chevrolet Express Cargo Van Northern $22,135.00 (CCJ„3405) Alan Jay Chevrolet Buick GMC Cadillac 2018 Chevrolet Express Cargo Van Central $20,225.00 (CG23405) ALT - Auto Nation Chev=rolet Pembroke lines 2018 Chevrolet Express Cargos Vara Central :521307.00 (CG23405) Auto Nation Chevrolet PembrokePines(CG23405)Soattlne 201 b Chevrolet Express Cargo Vara � �I,007.Oti ALT - Alan :lay Chevrolet Buick GMC" Cadillac. 2018 Chevrolet Express Cargo Fara Southern $21,125.00 (CG23405) Alan Jay, ford Lincoln 2018 Ford Transit T-150 Cargos Farr (Ela") Western $20,27100 ALT - Duval Ford 2015 Ford Transit T-150 Cargo Van (EIZ) Western $20,309.00 Duval Ford 2018 Pard Transit T-150 Cargo Vann (EIZ) Northern 520,31100 ALT - Coggin Ford 2018 Ford Transit T-150 Cargo Van (EIZ) Northern $20,479M Duval Ford 2018 Ford Transit T-150 Cargo Vans (EIZ) Central $20,377.00 ALT - Coggin Ford 2018 Ford Transit T-150 Cargo Vara (EIZ) Central $20,5i79.00 Duval Ford 2018 Ford 'I`ransit T-150 Cargo Van (EIZ)Southern $20,377.00 ALT - Coggin Ford 2018 Ford Transit T-150 Cargo Vara (E1Z) Southern 20,795.00 Kelley Buick GMC, Inc 2010 GMC Savanna Cargo Vann (TG23405) Western $20,996M ALT - Alam Jay Chevrolet Buick GMC Cadillac 2018 GMC Savana, Cargo Van (TG23405) Western $21,235,00 Kelley Buick GMC, Inc 2018 GMC Savana Cargo Van (TG23405) Northern $20,996.00 ALT - ,Mara .lay Chevrolet Buick GMC Cadillac 2018 GMC Savana Cargo Van ('rG23405) Northern $21,1135.00 Alan Jay Chevrolet Buick GYMC Cadillac 2018 GMC Savana Cargos Van (1'C 3405) Central $20,935.00 ALT - Kelley Buick GMC, Inc 2018 GMC Savana Cargo Vain (TG23405) Central $20,996.00 Ili Page 240 of 634 Kelley Buick GMC, Inc 2018 GMC Savana Cargo Van (TG23405) Southern ALT - Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Savana Cargo Van (TG23405) Southern Terry Tayloes DeLand Nissan, Inc 2018 Nissan NV Cargo Van (61118) Western 2018 Nissan NV Cargo Van (61118) Western Terry Taylor's DeLand Nissan, Inc 2018 Nissan NV Cargo Van (61118) Northern 2018 Nissan NV Cargo Van (61. 118) Northern Terry Taylor's DeLand Nissan, Inc 2019 Nissan NV Cargo Van (61118) Central 2018 Nissan NV Cargo Van (61118) Central Terry Taylor's DeLand Nissan, Inc 2018 Nissan NV Cargo Van (61118) Southern 2018 Nissan NV Cargo Van (61118) Southern AumNation CDJR Pembroke Pines 2018 Ram Promaster Van (VF I L 11) Western ALT - Bay Dodge Chrysler Jeep RAM 2018 Ram Promaster Van (VFlLI 1) Western AutoNation CDJR Pembroke Pines 2018 Rini Promaster Van (VFI LI 1) Northern 2018 Rarn Prornaster Van (VF ILI 1) Northern AutoNation CDJR Pembroke Pines 2019 Ram Promaster Van (VF1LI 1) Central 2018 Ram Promaster Van (VF I L H) Central AutoNation CDJR Pembroke Pines 2018 Ram Promaster Van (VF I L 11) Southern 2018 Ram Promaster Van (VF I L 11) Southern $24,056.00 -- NB -- $23,947,00 -- NB -- $23,907,00 -- $23,997.00 -- NB -- $20,607.00 $21,544.00 $20,45TOO -- $20,457.00 -- NB -- $1-09382,00 -- NB -- 1027 Page 241 of 634 1.., 11 Ilk", ''I ili ��" , � I I' I 9 MOM_ UTILITY CARGO VAN SPECIFICATION #34 2018 Chevrolet Express Cargo Van (CG23405) 2018 Ford Transit T-150 Cargo Van (E1Z) 2018 GMC Savana Cargo Van (TG23405) 2018 Nissan NV Cargo Van (61118) 2018 Ram Promaster Van (VF ILI I) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFER TO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRICING. UNAMOM a. Manufacturer's standard engine, alternator, battery and cooling package. 2. TRANSMISSION/AXLE: a. Manufacturers standard automatic transmission. b. Manufacturer's standard axle. c. Manufacturer's standard suspension system. 3. PERFORMANCE ITEM a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. 4. COMFORT ITEMSS: a. Console engine cover. b. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). c. Manufacturer's standard air conditioning with 134A system. d. Manufacturer's standard tinted glass e. Manufacturer's standard AM/FM stereo. f. Manufacturer's standard floor covering. g. Manufacturer's standard production seats. Purchaser will select color at time of order. 5. SAFETY ITEMS a. Dual outside mirrors and inside rearview mirror. b. Interior dome lights with left and right door activated switches. c. Manufacturer's standard air bags. a. Four wheel anti-lock brake ABS system. 1028 Page 242 of 634 1 FF FLORIDA COUNTIES All Ab®v.t norid.. 1.., 11 Ilk", ''I ili ��" , � I I' I 9 MOM_ UTILITY CARGO VAN SPECIFICATION #34 2018 Chevrolet Express Cargo Van (CG23405) 2018 Ford Transit T-150 Cargo Van (E1Z) 2018 GMC Savana Cargo Van (TG23405) 2018 Nissan NV Cargo Van (61118) 2018 Ram Promaster Van (VF ILI I) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFER TO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRICING. UNAMOM a. Manufacturer's standard engine, alternator, battery and cooling package. 2. TRANSMISSION/AXLE: a. Manufacturers standard automatic transmission. b. Manufacturer's standard axle. c. Manufacturer's standard suspension system. 3. PERFORMANCE ITEM a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. 4. COMFORT ITEMSS: a. Console engine cover. b. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). c. Manufacturer's standard air conditioning with 134A system. d. Manufacturer's standard tinted glass e. Manufacturer's standard AM/FM stereo. f. Manufacturer's standard floor covering. g. Manufacturer's standard production seats. Purchaser will select color at time of order. 5. SAFETY ITEMS a. Dual outside mirrors and inside rearview mirror. b. Interior dome lights with left and right door activated switches. c. Manufacturer's standard air bags. a. Four wheel anti-lock brake ABS system. 1028 Page 242 of 634 MUMS= NiMIUMNIRM a. Manufacturer's standard tires and wheels. b. Manufacturees spare tire and rim, if available. mm;; 1, 1 11 11 1 I'll "I a. 8,500 LBS. GV)VR, minimum to title b. Manufacturer's standard front and rear bumpers. c, Manufacairer's standard door arrangements with side and rear glass placement, d. Manufacturer's standard colors factorNpainted. Colors to be detcrimned by individual a encies. e. Manufacturer's standard fuel twik, 1029 Page 243 of 634 0 1111 i Pill III 11111107-11,� FM�1,1111, "11 Mj Trierorl _7711717 =-=777Van --j" p purc MS Contract comes witfi—RUT Fic-7sanclara equipment as specified .3y I manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. i ZONE: *Western Northern Central *Southern BASE PTUCE: $20,273,00 $20,313.00 $20,377.00 $20,377.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often reqitcsted by participating agencies for lidl size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all addi'delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 1053 Page 244 of 634 "Try EA0, FLORIDA ASSOCIATIONOY COUNTIES Aa[ About Rorida 0 1111 i Pill III 11111107-11,� FM�1,1111, "11 Mj Trierorl _7711717 =-=777Van --j" p purc MS Contract comes witfi—RUT Fic-7sanclara equipment as specified .3y I manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. i ZONE: *Western Northern Central *Southern BASE PTUCE: $20,273,00 $20,313.00 $20,377.00 $20,377.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often reqitcsted by participating agencies for lidl size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all addi'delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 1053 Page 244 of 634 VEHICLE: 'Transit `r-150 Cargo Van (FI ) 220 amp 111) alternator with gas engine selection, 210 amp HD adternatov ivah diesel engine DEALER: E : Alan Jay Ford Lincoln Duval Ford Duval Ford Duval Ford FOR Hemy-Dory 220-arnp ivith gasoline, 2 t o -camp rvirh diesel engine USE 63C $259. Included ZONE: 9 Western Northern CentralSouthern Package (47C), Ambulance Prep Package (471% and 47F), Mfulti-Functional School Activity Bus BASE PRICE- $20,273.00 $20,313.00 $20,377.00 $20,377.00 Battery - HD auxiliary 63E 2 Dual IID Batteries (Included with Diesel Engine Upgrade) 1 Northern (47B147F and 99t) 98F i Central Order Code Delete Options Western & Southern 58T AM&M stereo radia NC'.' $5.002 58t2 CArGlPrt paw Gaseous Engine Prep Package. Requires 3. 71, 1, 676 engine. 2 Air conditioning NA IATA 1/2 too cargo van Std Std Console engine cover ISA NA 17A ' Delete side Mass only ($35.00)' S25.00' 17� ` D -17B' Delete side & rear Mass ($50.00)' $56.002 d l 7b 2 Driver and fi-oni passenger door glass only. 1 Engine downgrade - specify NA NA Cin -Star NA NA Northern Central Order Code Add Options Western & Southern 63C' Alternator - 130 -Amp 220 amp 111) alternator with gas engine selection, 210 amp HD adternatov ivah diesel engine selectiara I FOR Hemy-Dory 220-arnp ivith gasoline, 2 t o -camp rvirh diesel engine USE 63C $259. Included with M atorhome Prep Package (47AV, Shuttle fuss Prep Pcackxge (47S), School Bus Prep Package (47C), Ambulance Prep Package (471% and 47F), Mfulti-Functional School Activity Bus (111,S.44) Prep Package (47Q% 63E ' Battery - HD auxiliary 63E 2 Dual IID Batteries (Included with Diesel Engine Upgrade) 1 Batrea)- Dual IZeav --Duty Batteries. Included wi°th flrnbulance prep package and Diesel engine (47B147F and 99t) 98F i Bi -fuel model - specify 98C ` E s lex �aet capaiste errgirre, r lttire.s° 99n1. t CNGiPropane Gaseous Engine Prep Package_ Requires 3.7i V6 engine. 2 9C~' CNG model - specify. 98C" 2 C NGILPG gasearas engine prep package, requires 99M.. 1 CArGlPrt paw Gaseous Engine Prep Package. Requires 3. 71, 1, 676 engine. 2 $259.00' Std $294M' $294.0021 $149.00' $314.002 $314.00' $314.002 1054 Page 245 of 634 VEHICLE: Transit T-150 Cargo Van (EIZ) DEALER: Alan Jay Ford Lincoln Duval Ford Duval Ford Duval Ford ZONE: * western Northern Central * Southern BASE PRICE: $20,273 00 $20,313.00 520377.00 $20,377.00 CNG 2 CNG conversion (discuss with dealer) NA $13,500 00' Dedicated and Bi -Fuel Soteems. -Snit�le lank 24 GGE's Gasoline Gallon Equivalent (GGF). Requires 98C Deluxe engine cover NA NA 99V 446 Diesel engine upgrade - specify $3,994,00' $3,994.002 99V 2 321,15 diesel engine wah 6 -speed annamark, awnsinission. 321,15Dieget.iVotai,ailcih[eYF cei,isit-35OLTI'BVai,iff'2f),l.V2t]or7)`ansie3501?9,Y3JI'cTn(I'VIZ W1 Y, P3'9C, WID). Includes Cruise Control o,oh Message' Center (60Q. Dual 11D Batteries (63F) and PTC heater. Includes M'fCcapabifity 2 671) 60C Flectric brake controller $553.00' $229.002 6P.CYCt{Df"V`12t�T"di 1 Trader Bralce. C'emitraller (7BC). Requires Criase Control Wth Afeseelze Center (60Q. Requires Heays-Dufly Trailer Tmv Package t53B)jor Tan and;Varm and Ton,11faid blade moth listiler Wh-rig Provisions (59B)./or Cutaway and Chassis Cab. 99M446 Engine upgrade - specify Std 1 $1,894AO' 99G 3.;LTI-T,'CTf76engiipewith ti-speedarile,-niaticte-atisp?7isvio;i. I 3.51, EcoBoastg V6. Includes SEIC calsibilin'. NA wah ciampa1v or chassis caIr 2 999446 Engine upgrade - specify $1,864.00' $149.002 2 98F 3.51, HCOBOOSTV6 engine with 6 -speed automatic transmission. 1 E-35 Nex-Fuel Capable. Alist available with 3.5 PW or 3.2 Diesel engines. Not aradable on DPVJ7 elodele, 2 LPG 2 LPG conversion (discuss with dealer') NA NA 2 X71, I Limited slip differential $324,00' $:324.002` X71, 2 3 73 Insured slip axle miso I With 99jw use x7l on low or niedhifti roof. Uve 4l on faiv, medium, or high roisl'but included with 1 4 'B. Uvex4i on cuanvay and elrassis cob. With 99g rise :d.}an ,57'66'low, med, and high roof. (Ise x7l on Imij, weeffitin, and highroqf except on high) cott'sm less 471. tVah 999 use x31 an smi, lom% inedhan, and tannin high roqfor transit 250 mbllwb. (Ave x 71 on lore, medium, anzz juietho high roof ar transit 250 Avb but na on ro b 2 RIZ Model upgrade - specify $2,45UO' $1,900.002 LONG WB 2 T-250 LOWR(AV 9 0001,B GVTVR WITH 130" WHEEL BAUANDSIVING CIC TUDE CARGO DOOR THIS IS TIIFIfC)STCOA,.fUOMI,YORI)EI?El) CARGO M4NCOA1fi1GURA?10N Long wheel base at 148" Included in extended length and dual rear wheel vans. EL oespy? is 2 ,W480 RIC Model upgrade - specify $4,478.00' NC 2 CUTAWAY 2 T250 MED ROOF 130" FFE - «r-- (RD-- - T-250 41FD ROOF 148" HT $ 462(l) -air' - (WX - T950MED ROOF 148" UT $8077) I For Dual Rear lYhoel Transit, s9 DRW ap4rat. For 2501350 ilvivy, see gmi, opfions. Add Lona 3,7ieelbase ndesired. Requiresfitnal stage inapiqfacatre and cerci icanonfin- legalrogrstranon and slamped inco-1W.— E ID Model upgrade - specify 54,820A0' NCI CUASSIS 2 T-150 MED ROOF, DF14L SLIDER 130" WB - or - (RID - T-250 bilED R00F DU -IL SLIDER 130" PT W5770) - or - (R2D - T=250,VIED ROOF, DUALSLIDER 148" [VB $7470) - Or- 011l1) - 1121)-T-350AYED T -350 b1ECrROOF DUAL SLIDER 148" PUS8720) I For" DualRear WheelTrareylf, seeDRWuption. For 25W 350 gN'wr See ,gene's- oplions- Add Long Wheelbase if diuirecl. Requires,hitalstage and cerr,leationflo' legal registration and Traction control Sul Std 1055 Page 246 of 634 VEHICLE: Transit T- 150 Cargo Van (Et ) I Alan Jay Ford Lincoln Duval lord Duval Ford Duval Ford ZONE:Western Northern Central Southern BASE E S20,2733,00 $26,313.00 $20,377.00 $213,377.00 6F t Additional Key(s) or Ivey Fob(s) when applicable $74,001 $74.002 6F 2 ; ? additional keys, 4 rotat includes key/obs. ** F013SNot available with 90r3, hfatiaad avin daay.s° and loeks Key,5, 2 additional (4 anal) with FL)Bs- (4KeWs at $44 without FOBS when ordered with Manual l indo w3 and L setas• (90.4)) 2 57G 43 I Air conditioning m rear $1,153.13(1, $859.0112 57G 2 I?earrl/L.ivills Ret'ersesepisingsystern. Fr~rar€z` Rear• Aux AIC and Heater (Driver er Qtataolledj. Not available svit6a seaat� peke 21,f and 21K. I Requires Reverse Sensing; Sexeern (43d) on Loan Roof Man. Includes 14eeivy-Dia y 4 n'naator on Has Engines (3.7L13.5L) Not available ivith c3t'twl.ftont and rear (164) Van only Aaf available with Au xilaasy Heater I AC' Preje Package ivilhout Rear Farr%troll (62C:). Not aviolable with Load;lrecaProtection Package (96D') on rives. Not available aa�ath Interior 6'P. raid€ Package (96C) err Pr•enlzern Package (96" ). Includes Polypropylene Panels am 1'drrr 58V ;AM/FM radia with single CD$209.00' $209.002 58V ftM11, 3FafCD e or = (58X a C.,(? 'CARPO RADIO O iD' INC -1 UDE SYN('C[?hof HW1CAT10A1,3 $764, Requires 60 aC}wise control) s ars' - (585 mA,WI LI :ecru n nth bluefooth connectivity SJ34) I 1'QiiLAI slereo, audio Fnautfack, saigle-CD and 4P13881tt �ddtGfdf7Pf des,[lay-4# -ins speakers. INC o,ith 47,11 2 1 E [ Appearance package ® specify $359.00' $359.00, 18D 2 Exterior Upgrade Paec axg e ini'fudes Chrome headianle hint, chrome grille card surround, and 16" wheels bc'I full srla�e€° covers t Exterior Ltlag€ade Package — Includes chi -tone headlcantp u -nn, chr"un e grille and grille surround. - Includes full ipheel covers on SRPV models. Inchaxled n'keh Preppahon Group (966,966), Allsaorhonje Prep (471f) and Shuttle liras (47.5`). Wath DRW arse , 274, $249 with Chassis aped Calaway. 2 CREWVAN 2 Crew van package . specify: N $4,800.00" Gr env Cloth Insula¢ed Inferiu), lfalht< Ceding, And Slicing door Panel= From =Pillar Tea C- `Pillar, Plvwood With Wori-Skid Flooring Front B -Millar" To Caa`"iflar, Track In floor Fior,lkatS, (g) Sea es fVith hitegineed Lap /Shoulder- Sear, Belt. (Chot.)so MareTsai Belaav). (2) C16 C'hiId Restraint Hooks, (1) Flip Up Arinves't On An de, (1)LED Rectangular Ceiling, 24bunted Done Light Above Seats= Activated BY Doors ()p prima 2 21M Cp,� Cloth seat upgrade $59m, $59M 21L 2 Charcoal C'la h DrIvea-i Passenger seat � Cwath ,seating L Keyless entry Stdt Std (52('= Keviess catty key pad ADD $ 94) 1 DTF 1 Legal deep tinted film, dealer installed $369.011, $325.002 TINT 2 l%eaaler deep tint iihn on all door glass including driver ars 117 dnt pasrrrrg ar, ucdc132516 with 171=` e #11 Fualy lca_ss. a ardd a f �',�T'I' a idGdid S49 ft?d' SalarClarar� avirads6aielai s#r#IJa d Base CI#pat :ala to _,srr svindcaxa's 2 Power windoess(cdcrcar locks Std Std 92E; 1 Privacy Mass[} $399.00' $ 99.11(}2 92L 2 Includes reap' ivindaav defogger on base spec only. (.ADD $274 when i?rdeving,' with 171" )till d3 Grk' glass options.) I I rivac'v Tint (Rear -� 2nd Row Ika5s n iv/l 7R & 176") hicl. Rear=indou, Llcjrost. Privacy Tint (Near" Glass Cinl'v e aa,; 17,4) inel Rear=g� endow Geri"cast use 5299, Privacy Tait (Rear- + 2nd Row Dual o iv>'I7D is 17E) inct Reaa- Window Dofrost use $544, Privacy Toe (111 Around=iv/l7FIGIT(alI%) incl. Rear= Window Liefrvst use $"674 T im Page 247 of 634 VEHICLE: Transit T-150 Cargo Van (E 1 ) $594.001 $825.002 DEALER:Alan Tay Ford Lincoln Duval Ford Duval Ford Duval Ford NE: Western Northern Central ' Southern BASE :E;: $20,273.00 520,31),00 $20,377.00 $20,377,00 57C1'i Rear ar heater NA $859.002 942 1 Includedand only available with 57'x, rear -A/C 1 $44.00' $44.00' >r 942 2 FronliRear Amy AlC and Renter (Braver controlled). Not available with seat packs 21,I and 1K S4X I Requires Reverse Sensing Sjvstew (431?) on Low Moto �` an, Includes FIeavv-Dubi' Alternalo on $12,110.001 $1,430.002 DRW 2 Gas Engines (3.7L/?.5L) (630;1. Not available with darn}+l, front and rear (I 6E) Van only. Not available withArrnharl, Heater 1AC.' Prep Package without Rear Controls (62 ).Nofavailable woh Load Area Proteciio i I'ackasYL (96D) on Vans. Not available with Incl -tor Upgrade Package (96Q or Pr'eniaia n Package (96,I). Includes Polypropylene loneds an diens 54..3 1 Recreational mirrors $64.001 $219M0 544 2 Power neirrors with Iorag arms -or - (544 - Power heated nurrors ivirh long av nes $219) 1 �: Lor%fg Ar n Aron Telescoping, Power Glass Adjust Heated iV urars b4'f`Yurn Sig -mals 2 542 1 Remote power mirrors $224.00' Std Poiver folding naaa tors tvf ruart sa;r aIs f 21H L. 1 Seat trine upgrade - specify $1,289.001 5384.0112 2 1 F 2 Leather tritna ed driverlp assenger b- wickets with 10 -way power on both, requires 585. � Charcoal Cloth with GdriwjF side and front-passenger-SBGdu {t` ni airbags and inboard G€rnonests. Includes SLdfq), C CFnopy k side-curetin Dotes NOT include heated Xoi 5.2L L WB 9250 lir Vat; � airbags. seats. available on 60C: [ Speed control/tilt steering wheel $324.001 $324.0E12 600 2 Cruise Control with Afessa4ge Center (Fool ,Trio Ci7Pdtpuler and EY!£ ine-Iiour,1c ter, Included with 99v diesel engine opoon ivith message center. Included iv ah 1NI ERIOR UPGRADE PACRAGL' e CU7Adt''Af1CH-4S;CISCAB (9 613) cand.WOT7RIx'OMEPREP PAUil'l GL, (47Iri) 2 Side air bags Std Std 43B I Backup alarin, factory installed $124.00' $124.002 43B 2 F'cactory Back up alarm ('13R - reverse sensing system $294) 1 BUA I ,Backup alarni, dealer installed $179M1 S124M BBA 2 ;. Dealer aistalted Mb Exlerosr Brack Up Aho -in, 1 61 C a Backup camera with 33.5" LCD (rear amounted camera to provide wide angle NA $469.002 field of vision at rear of vehicle) - dealer installed Requires Chassisor Culaway, Option. Some applications require additional brackens: call deafer 1"or details. 2 C,. Backup c;iitnera with 3.5'" L D (rear anointed camera to provide wide angle Std' Stdg field of vision at rear of vehicle)- factory installed ,' Standard sd opt Carso, dht,s option rs for $.,�%f mfrs y�s only (M- cameral installation afler sf nal bow, ray, 1 install $169). Standard Rear New Camera now ?sigh Mout a for Aletduan and high Roof 2 53B 13132 1 Glass III Bitch $594.001 $825.002 HDTOW 1 Factory Deceiver hitch, 714 pin wire harness connector, iiia d dram, bar, 2" ball, join, and clip. 1 Incd2aides Receiver flach or (chassis Model, d may $ heg bar. ball. pin and clip ivith hiss t Includes: Trailer Mring Harness to rear of vehicle with standard plug. (Plug Options available) Also incdudes7rader Stability control (ISC) Tow/lined Mods m 942 1 Daytime running lights $44.00' $44.00' >r 942 2 S4X I Dual rear wheels $12,110.001 $1,430.002 DRW 2 T-350 HD 10360 GVPVR riR41' 111 ROOF 148 YL -or - (,54U T-350 HD 10360 GdWrt DRTVHI ROC�F'DUAL SLILrER 148"FL $11,766.) I Uixgrwdes aiaodel to dual rear wheel c'ooisgarauanz Requires select orz ql' 2501350 gdrivr option plias wheel base and rcofselection- For chassis and eg aa4! ay ccag1 4a aashinc add Chassis t3j7oon or Cina46way CBpoon (Hoe horh),alus the appropriage gywr selecuon 2511135€3. 2 1057 Page 248 of 634 VEHICLE: LE: Transit ®150 Cargo o Tari (E 1Z) DEALER: Alan Jay Ford Lincoln Duval Ford Duval Ford Duval Ford ZONE: " Western Northern ventral *Southern BASE PRICE: $20,273.00 $20,313.00 $20,377.00 $20,377.00 64S I , Exterior upgrade m specify" $424.(}0' 3,8000 Qfl' Mediuli" Roof P 6" vgraded 16""Alun inn n W' swels (restrictions pnii1v tZppbi) (i 1b adlfarrz r(3Of, df&{7hdde5 slide d(3UP: 2 153 I Front license bracket Std' NC 2 153 2 SPARE 2 Full size spare tire and rim Std Side" 51D Sp are 'I'ire 51M. $299 51D Spare Tare I RhV $2=49 51a SpareFire delete pima Cargo can L RPV (,�75) bull siCe spare saindarcd on vans 2 171 I Full body glass $399m, $449M2 17F 2 I Fixed mundow's all arroundglaxss on base omit, includes 7? -17b. 1 6 rraa€ a�'sa'_lia tri utrad, _fixed. Not available with Deal Sliding Side C'azrgo=Doors. For 'Dual Slide use I7ID +at $379. Consider tees option iveth C're)r bias' axptror{. 2 53B X41, D213t Heavy-duty towing package up to 6,500 lbs. $908.00l 484.002: 2 53B Factory Trader hitch with 714pin connector. 4.10 Lifrrited Slip axle retire, Rigid drags, deur, 2=5116" ball, part, avid cho . or" - (CL11''11'C: L 2R e 1_}" ealef pr-oi ided HD C faxes IV receiver hitch s0di 1 774 waalr Conneceor, draw ha r, 2-5116" hpill. pear, paid clip $-725, fio- c;aatcz vola, only) - and= (PTT a (i gr` are�; lira sidandareldrasv bar & ball to 3" baafd jibaife hcerl combo $169)- and- (PTL2 - I: "fpgrdSd2 it"C3rr3 .SifS{#da€'d Llr"a$dp' bar & balf to 2-5116" half'p#dile honk condbo $1691. 1 II Includes- Trader Ifiring Prorhikoct (5sj�) 4=Pui/79Ptsa Connector F'learic4 Brake Controller P°aap=lrt Capaability Relay syseion fi)r backxsp lB I-1running lights P'raarne nciunied hitch receiver ToivlHaa f Pvtotde, add $145 for bar, Mall, para, Clip and assert. !Sleet €rpa;rade to 4.10 rear afxle ;ars' over.5300lbs a)"acrok 7 It" I High roof option b,9iil.of�t S,goo.iitl2 FIighRoof 2 T ?50 4i Roof 143" WB « or - (14'2.3- Tn550 HI ROOF 148" f47B $10 2211) - or e (R3X- T-250 III ROOF 148"EL $10,270) - or s (fV3Y= T=350 Its ROOF 148"FL, $11,520) 1 Khalsa#2"25 Ts,Sd) (tt` T35iI rrar3d21 atpa,�a-odes aa'td Pelf#fres Lang i`1 }leElftfYs2 UPlPUYt,f€7f' 1'L 9��rstPF2 LPf1Gd $481) 2 Immobilize daytime running lights NAt Std I (don't order option Code 942) 1 AL,-T'SV57-13?APSW I KUV, Reading van utility body, or approved equivalent with single rear $14,4}0.(i(}I 13 ,5()(1.()62 l~suvS W 2 wheels (requires I tori cutaNvay) kEA ING,r1 Lt 1itlZt4`UM CLASSIC dill VICE VAN AW' with 57"anterior Ire igh1 po+seder coated white. =oralAL-TS"ir72e132APS6d'a READING ALLtUINCfMCLAS',SIC"SER VICE, TTANSRlYsw'at's 72"inlet-ior hei ht,crc)wcler" coated white $15,515.) = add= (LA,1h S = Lascli spratic reopens locking system $985. AES e L"aster locking system $475, A3LR e flhantiaz#irra 3=brag` ladder dick $865, SFDR a Jongte fohl down ladder rack $'2075. L>FDR - Double clad down ladder rack $3395) ***(Both bathes INCL1111E SIkt1VCltf/ waw, be!'f?F&)'(Roth include inamif tchCres F'cquiretIfi al Stage certification.) * ** 1 '- Requires transit cola}4'ldi' iiiodel R5P or 1T'SP ut 138"5R17 wheelblase. Option I jor KUT 129S1.=tad4. LO1dx RCJCIF.. ADD $ 700 fop• SLK orediunt r{rof, $1811Cl for SNI. high road" Includes installation, rear step bumper, paint a n dpower locks, REO 31 v21 b. 2 d L -T 57-1 32 I'l3'W I UV, heading vary utility body, or approved equivalent with dual rear wheels $15,115,001 $14,67019,0(1' I uvDR 2 (requires 1 tori cutaway) I?Ezr1L)ING AZCIk-fl IA CLi1SSIC SERVICE K4N SRR ivnh 5i" interior heigha` paawdter coated as'hite e or° a (4 L=TS'i�"72=132,IPL)d4' a It1 fDINC;,4LLf11ff'N,'Ue3✓l CL,4.S,SIC.SERTIC'E VANI)RW acr°te 72" anterior height p oirder coated whire $16,140.) =add a (LjlLUS e Latch velure re{noie locking st stern $985. ALES a Masier locking system $47y A3LR a Alum n€on 3ebar ladder rack $865, wSF'I)R a .Sengde jut d =down Fradder" rack $2075, L)FLtR a Double fold down holder ruck $ 339,5) ***(T CLUDESDR1l�Cwsnvgybdloo)**`(Eurrinchidfersrcanelfacanstsrequiredf€'nratstage cerfificalion.1) '** i (1 ) Low ROOF 84CA BASF UNIT. MO %6 Tadd $2000 [KUV1291153DUK 59.5" ]Hj (2) Med ROOF 84CA acid $1 20R 1 00C add $2501 [K'UV1297153DL A 64.5"Ih] (3) HI ROOF 84C2A dtdd $gill, 167('4 drdd$3150 [KC,%l'124I153DIIK 7fi.5" IHj 2 IM Page 249 of 634 VEHICLE. Transit 1-150 Ci?rgo Van (I I ) DEALER:Alan Jay Ford Lincoln Duval Ford Duval Ford Duval Ford NE: Western Northern Central * Southern BASE PRICE: $20,273.00 $20,31100 203 37TOO $20,337TOO N2 l Nitrogen filled tires including spare tyre $169.00' $245.0021 2 2 (add $7tt for dual a -ear wheel crrnfigerr-cations) Optional body ®spenify I2,200MF 54,500,002 Staecs}` Transit T 2.5a2 SRIF 738""+vheed I se csataavrav v an vlrh 9, d1ti11L13 GG &VR. l 9 Foot Kriapheide PVit4XS stake body. Requires Optatinal Chassis modelphis GRFdrs6;r Add $495 par druhUread r'a't lieu of ,'",take-i'viort. $'400 deletes stakes a// ar{Otitic! Add $ 3500 or electric Mist. ' For K'nalthetde 12 l Flaai .Stake I'VAILA_S, use chassis snodel s8z and Cdt2`cR $600jve CJpprolyriate 6P i Optional body @ specif5t $2,200.00' $7,150.002 SedrrriceBody 7raras';t7`-35d1Z371F'13"avheelFcasecarttravcayauaaavz8dz1 >3GftL trF'&YI. Single Rear wheel service liodY, Yn apheide 6129FT Service body. Requires es Ch as sis• vnodel aepgrude ae'fth alisinaird id? cab to axle. The .Sianfda8r7d Se rvito Re/vv model wiff be available -for file 82„ CA, single rear wheel Trzraasit crab chassis, The Sasndard Service Body (model 6129,1 -FI) will featrtae a ksu=er Inad height, incr=erased rien,jncn lorel, adddtictaaral secure storage capacity, and aanprovead fuel efficienev when roarrpared tai <a 17=2 50 calx cle as=shs with ca 69CU Service Body. The notidanal length of the beady will be 129 "with 14.5 " tdf crimp artnont debt% PC 2 Powder coating N14 725. 0 4D Reading Brand only RSF 1Lainsliields ® flange style $145M' 140.00' RS 2 Weathed"I'ech flange sCvie raipi shields, fro)tt Avo dctot's. 681-1 Running boars $159,00, $654,002 68J 2 Single Running Board 68h $159. Arot available with Dual Sliding Srcle C'cirgu-Di oa=s. For Prover Running Board use 681$939. Not available with DvjlS€filing Sule C'aar'go-L)art7P's (EID, EM RM R2D„ FV21), R?U, R3 U, H/2U UtY F4tT S4U,WID)Not available swathSRWLFVB-Er,. l sins (R3X, UX). Requires Crude Control with 141essage Center (600. 68J: Extended Length Running Boards. Covers A=C -Pillar Right Hand Sade eandA=B Pillar Left Hand Side. Nett available with Dual Sliding Side Cargo Doors. $654 Note: Late .4vailaft hU, Wei Diesel engine (.'91)2 MY Sliding side door $950.001 $349.002 Sliding Door 2 Single sliding side door on base model. � P assenger.Sdarlrngside cargo door. Lnchidec ff'ced class. Standard on all inedrrian acrd high roof ,vans. Optional on 7750 cis F'_IY, F2Y; _7250 as RlY R2Yand 7350 WIi', H`2y 2 U t I Sliding side doors on river's Side 9,6w2 ,001 ` 77 ,00- Dual 1SdiI? 2 (, T-250 HI R00 L3UAL SLIDER 1481, PVT -=OR=- (€F'2UT=350 HI,RC�CI1"'L)UAL- SURER 148"TvB 10,87d)-aflRaa (R3€.I e T=250 HI ROOF DUAL SLIDER 148`EL, $10,92s) --(-"R-= (Ull- T-350 III ROOF D U,4L. SLIDER 148"LL $12,17x)) ! Cargo van doors driver andpassenger slidingwith srde door f xeadglass. Requires ineadttrne ar Nigh Raaf upgrade opliant!' wah C 17WR eiuga°ode: lD,RIL),F2D,7221iD,IVID,GVM,,RN) [V2UR3{I,lV,3l<R`4QS4U 2 FLS i 'vent visors m stick -on style $145 $140.002 VIV 2€FedTahYrTeC'1i 517C:d Cpr7 mart sdaaelds', 6YarI t}VGa dt3trrs. F. § 8,550 GVWR rated cargo van with 158" WB N $480 .0()2 Opaion is_firr rhe Extended Length th Man (FL),` Requires 250;'350p1aas High roQf. 2 E9Z 8,550 t VWR rated cargo van, extended body length $2,3-50M' $10,239.002 T250 EL 2 7-150 LOW ROOF 148,E WB W171I86000LL3 GVWR e -OR=- (R2Z e Tn250LOWRt1OF 14811 kVB F171I119t)GOL13 Gr ,-W=R $33111ii--or-_o (1225 1'-25O LOWROOF DtJ4L .VLIL)LR 148°"GIFI $345ti) i Transit 12511 tHGHRO0F (R3,li Van waw 74� `x=heelE ase..sfat$irg sidle door. 9000grarr package, and 4.1 Fl ratio rear c -de and EL beady. 2 HIM Page 250 of 634 VEHICLE. Transit T- 150 Cargo Van (Fl Z) DEALER- Alan Jay Ford Lincoln Duval Ford Duval Ford Duval Ford ZONE: * Western Northern Central *Southern BASE PRICE- 20,273M $20,313,00 $20,377.00 $20,37T00 2 T250 19,000 GVVrR package, mininium NA ,has; Transit T250LOWROOf SOL! R/Z9000g7opr; includes side andreal-fixedea)-go door glass aced all base equitement. 3950# payload caltachht SEE cutaway line fierRST' or chassis cab fur' R5Z. 2 W2 9,200 GVWR rated cargo van, standard body length $5,355.001 $4,200.00' `1635(12 T350 LOW ROOF148"RT - or - (JI'2Y T350 L0Wi00F DUALSLIDER 148"UR S550) Transit T350 LOW R00FSXVB IIAZ 95000 grwr Includes,3.73 raev rear tryle 4450h Plate pm,load 2 F4X 9,200 GVWR rated cargo van, extended body length 11,760-001 $12,729,002 T350 EL 2 T-350HD HIROOF 148"El, 9950 GVWR -air- (F4U-5--3501-ID 9950 GV'll]? IIIR00FD[IYJL 4.10 rado rear sale and EM bojj, 2 KM-FPLR-LOW Fail[ partition & industrial ladder rack for 135" WB $1,665M' $1,600.00' FPLR 2 Kai-goMaster fall parntion with single clayelt & lock ladder rack. () 5ART-LO UI - Kargo1fastev Paresion only widr sa,ing door $715) - at- - (KM-LHDLR-L0W - Kargo ,Waster Dual Lock Down Ladder', ack alone3116p).***LOW ROOF CONFIGUIN 770AIS' I Bulkhead package: Paration with siving doorfor low roof van and dolible clanip & lock ladder lro,4. Add $3540 fear mediunt roof vans and $450,for High roof. Credit 5400 without rack, RANGFR; F ullfturapartition trida swing door Ranger Pira! del c30jar low roof and Prime Design AheRark 111unnnurn ladder rackfixed with crass barADD $7547. Add $350 for medium roof rans and$4.50fin-High ,stof 2 KM-FPSSI,R-MH Full partition & industrial ladder rack for 155" W13 $2,405M' $2,340 002 Single DD LR 2 Kargo Master dl Partition and single slide down ladder rack air Med-Ifigh roof citylliglosifion. (Pit RT 11H - Kargo MasterMed - High roof erarnt ion an 11 1 11, as siting door $795.) - or - KM FPDS L R-AfH - Karga Mosler tall pat wu on and douirle slide crown ladder rack an Med- f figh crit t"con - tfigurevion $3335) 'AIED & HIGH ROOF CC 'FIC uI'L4TIoR7S Adds Single drep dtom ladder rack. to KUlspecs ulach include 1heparletion 2 KM -BASE -1 -OW Full partition & conartercial customer bin system $2,370,00' $2,390.002 BaseBin 2 Kargo -Waster Trareatfull sie ran base commercial bin packagewith solidparfifianfor low roof coirfigifration (KAL-ELECT-LOTV - Karga Master Traterojoll ske van electricians hin package with solid par edionfor low roof cogfiguranon $3540) - or - (KM-IIVA(.'-LOW - Kargo Master Trateatfiell size vaK heating and cooling bin package with soled parfithiti-for low roof' cast,rigurati., $3595' ** *(ADD $700 to arty single package for inedhart1high roq(vans) 4 Bin Package 40TRL: 42Adjustable Svhed( Unit f42 Width x 46 Height x 14 Dereth] (48420) x 3 ivith pea -inion ADD $300 jor 148' L RT. FOR MEDIUM OR IIfGII ROOF, S Pro USE 40 TMU and ADD Mae 42,44justaMe Tallilhe(f Unit 042 Width x 60 Height -'r 14 Depth] (48424,i x 3 ADD $300 to med1lugh rucifjorice fior LPT 148 AMSTERRA CK,- 02K644KP (�) 46"IIx 43 "Wx 16" She6f Unit (1) 46"H -v 43"W x iT'Sheff'0ra, with steel parsifion with ivindow Add X800, ForLWB 148" USE 02K644 and ADD $1100 ro quoledprice. For enedannMigh roof arse 02K645 ($) 60"x 43"x 16" SheRUnUs ADD $2000 2 96D full partition & fiberboard van liner for 135" WB $224.130' $2,900.002 VanLiner 2 Ferrer - Y load area protection package for 130" 01B includes carni rear poleparlels on side walls andekyors.fi-ant and rear vhsvIJ7, vorcovering, wheelivell cover-, cased rearicidescarl'plates. PLASTICRALL UVFR FOR LOWROOFONLY Includes bulkhead Spray insulation also avadable-for $2300 2 96D LWB 1 Full partition & fiberboard van liner for 155" WB $294,00' NTA Factory load at-eapi°eiectiotipar kigefoi= 148" Wit inchides conselete rear' polrpatrtds on side walls and doors, .dont and rear iavifloor covering.. ,wheel well carer. - and - (96D EL LUT - EacloPe load area jartnechon package for 148" EL WE includes cornplete rear poly panels On side walls and claws, fi-ont andrear vinyl floor covering, wheel well cover $524.) 1 MM Page 251 of 634 VEHICLE: Transit T-150 Cargo Van (EIZ) DEALER: Alan Jay Ford Lincoln Duval Ford Duval Ford Duval Ford ZONE: *Western Northenq Central * Southern BASE PRICE. $20,27100 $201,313.00 $20,377.00 $20,377,00 KM-G.EN1SVC-L0W Ful I partition & general service interior bins $3,020,00 $3,340M` BinMax 2 Kai -go Alfaver General Services Bin Package rural Solid Pai-ationfin, Law Roof Con0gulation ***(ADD $700 to any single package fora cnedhinz1high)-oq1 isses) Bin Package 447RL: 42Ac(justable Shelf Unif 1212 Width x 46 Height e 14 Depth] (48-420),r 3, Steel 2 EircAver Calrozer [20 Hidlli x 12 Helghsx 13.5 Depell (400N)) x 1, Steel .3 Draive'r Cabinet [20 Width x 12 Height -x 13.5 Depthl l40080'l l x 1, ShelleDividers 3.5 Tall )".Set of 61 (400 0).Y 1, JIlook [3 Iveng] (40060) x 2, Door Kit Fop, 42 WlidrhShelfUna (400101) x 2 FOR LWB 148" add $350. FOR mercunelhigh rotil'Add $600. RANI ER, Steel i'10F] (1) 46"Hi 87" x 13"Sholf Unetwith Deriders, C"-20FIL ffl Steel Partition with Window ADD $600. FOR LW13 ad,1$130(i to quotedprice. FOR yneshum /high roof use Ranget-Alurninum and add , 2100 to quoiedlince (1) SC -96. (1) SC -36 & (J) SC -6 (g 16 BOX AL Dual rear wheel cutaway with 16' box (contact awarded vendor) $8,965.00 $13,600.002 BOX 12 2 American Corninercial 16'.x4'.r,94" DRWAhansnuirr dryergla blielv with hardwr,04(floor, fidl urdthstela buinjoev, & conxiosile rear Poll -up door. Requires Ups rade to 591" T-350 HD DRW 10,360 Gt, PVR 17,9" W13 Cinorrva - r Chassis with 51D -Full Size Spare, and 543 -Long Arm Driver kfirrors. - or - 0 6 BOXPRP -American Coplonercral 16'DR W FRP ehyfteaght binly tyah harditvoodfloor, hall ividth step humps), & comp osne rear roll-gep deor hechides; Upgrade to S9P T350 HD DRW 10,360 GVPVR 178" H'B Cutaway Chassm with 5I11 -Full Shu-, Spare, and 543-Lorg Arora Poa,erA,1h?wvs $9520) - add - (Ri716 - Tommy Gate 16001b roo'gate 3111ple Ill? gate $4745) - add - (ETRACK -Cine row E -Track on all 3 iv tills $080) - and -(RAMP - 161A-30"07 paper ramp $1955.)1 Ahany,non Exterior with Float Floor sand roll up, door. Requires Chastis optional utodel q tpgradr with Dual rear icheel and appropriate CA. TRANSIT Calan valy tnodel with v6 , U41V suhstistrur at no charge E31"ECONOLINE CA DRW iviat neirrors, less qnzre. Add $550fir, Lanceianor Harchpoodfloor ILOpine, Add $£295 for Side door with Drab handle and sartrip step Add $300 for Each rots, ofEYrack. Poll out Ramp add $2500, 1600ff Rail Litigate $4551)2 14 BOX AL Dual rear wheel cutaway with 14' box (contact awarded vendor) $8,535,(101 $9'900.002! BOX 14 American Commercial 14d96'M4 " DRFVA Intrusnan thyfireighe body Win hardwoodfloor, All ividth step buseera-, & composite rear roff-irt) door. Requires Upgrade io S8P T350 HD DR W M, 360 GVWR 156"9713 CininvaY Chassis with 51D- Full Safe Spare. and 543 - Li),ug arni power trin-rors, - or- (14 BOX FRP - Amer ican Commercial J4'DRW FRP eby vight body 11,41t harchrood ' flaorfull ividth step buiriper, & carlenosue rear roll -up door. ifinelades (,�lpslde to S&P T-350 HD DR07 10,160 Gk' YR 156" WS Curaueq Chassis with 51D-FulllifeSpare, and 543 -Long Arts Power blirrors M965) - add - (RG 16 - 7onisrlv Gate 16001h rad gale vYle lift gate $4745) -add - (MIMCK -Gime row E-D-ack an all 3 wells $680.) - and -(RAMP - 14 IY30"Wroller rainly $1955.)1 Aaiun dnan Exterior ii,ft. Flat Floor and roll up door. Requires Chassis optional model upgrade with Dual rear wheel and aRpreloriale C-4. TRANS/7"Cuunvily model body certification. May subsicute ECONOLINE C4 E450 (ey� DRW with ona-rors, less sparefor additional cost qr' $2599. Add $5501 fear Laminated llardzvuod�floorO ]Lpine, Add $1295for Side door ivith grab handle carrel sierrito siep. Add $300-lor Each row qfETrack NC Elam doors. Pull out firanto ti&l $2500, 16000 Rail Lifigate $4550 - 12 BOX AL Dual rear wheel cutaway with 12' box (contact awarded vendor) $8,3611.001 $10,600.00`$ BOX 16 2 AinericanCo"anercial 12'.x96"v84"DRW,41iir??ipiutizdyyfi�eightbe)ziviviiii harchroadflool-, full indth step bumper; & composite rear roll -ort door, Requires Mpgraae it) StRP T-350 All) Dior J0,360[bGVWR 138" WBcatzrivor chassis ivah 543-Long.4rn? Powe;-Alirrors & 5117-jullsife spore tire. - or- (12 BOX FRP-Aniericalt Commercial 14'DRWI,'RPciiyfi-eightbotilivitPi hardivoodfloar, full width step losrajcer& composite rear roll -up door. Includes Upgrade to S6P T-350 HD DRW £11,361116 GIVR 138 " HR cutaiva ' v chassis with 543 -Long A) nt I'mverAfirronq 51D-fern&51D-fern rise spare fire S8825) -add - (RG16 - Tonalov Gate 16001brail gate w,le fill gate $4745) - add- (EIRACK - Onerou, E -Track on all 3 valls $680) - and -(p4Afl` - 147 -A -30W roller result V955)1 Alunriman Exterior wit Flat Floor and roll zip door. Requires Chassis optional arodel Upgrade Tylih Dual real- wheel and appropriate CA. TRANSITCzatro,av inodet beryl, certrficafiorr May substilute ECONOLINE CA E450 (e,4j) DART with mirrors, less spare (or additional cost of $2599. Add $550 for Laminated 1-fardwoodfloor ILO pine, Adel $1295 f6r Side door ivith grab handle and earrup step..odd $300 foo- Each row cy'ETrack VC Burn dours, Pull out Ranip add $2500, 16000 Roil Lidgale $4550. v10 EtWine add $1049 2 1061 Page 252 of 634 VEHICLE: Transit T"-150 Cargo Van (E [ } DEALER: Alan Jay Ford Lincoln Duval Ford Duval Ford Duval Ford ONE: * Western Northern Central *Southern BASE CE: $20,273.00 $20,31_x.00 $20,377.00 $20,377.00 67C Equipment option - specify $84A0l $894.00s, 94B tttgh capacity u1a,itter,sivitche.s. Ford Teter airs ttar Telner, 2 594 60C 1 Equipment option - specify $2,358.001 $450.002 Fuel Saver MI Fh4l t1U l XIII SYNC° rr, l F V i pgraded r'adira includes: 6.5 "color screen with Navigation, Bluetooth, Sirius X2W radio, steering wheel controls-, LtSli port, Any input, lane departure ivarning, leather wrapped steering wheel, and cruise control. I Derive Brand: Speed Picas installed. Limits lop speed Fina Friel economy prugrant is developed to nraxF£na:e the f iel ecurronly of your fleet. This program cons ins hundreds of pd'ecore changes at key areas of tine vehicle calibration. icy tapthnizing these parameters, you can reduce your vehicle's a dwige Eitel consupsotion by au to 12% anndial4y. Proven Fuel Facts:-tncrieaw your fleets overall Friel Econom}F ky rip to 12%-10-30% Reduction in 7d1e Friel Consumption -Fuel gains andependentlY Lab Tested & %erified -50 Slate ,Emissions Legal -Reduces your c€ rnpany s Carbon Footprint -Preva ntjoret£ ,lure, rehicle ivear anarpro args dw Vehicles lite CJ cle 4 ehicle colibrahor£s are Programmed into the vehicle Yana Derive ®Lsticienc-v `s e,xclustae hand-held progs aaaioner through the CJBDH diagnostic Port ivtth no morin required 2 90C. 63E I Equipment option - specify 393.001 $7, oh.002' Van Options2 AmericanAlurnirnon Modular lunate Transport Unit at-approved equivalent. One (1) compartment slystem for extended length cargo span inchides: One (1) rear- dear (key lockable, Wilt. I two (2) 6,000 tb. strength lacks, one (1) rear step, interior and exterior lights, dural high speed Ventilation;`arts, c:on#rxalpanel, andautalr'_ny (rear) AClheat. Most be ordered with real-AC. I TOMMY GA TE Cantilever 1300 EF7153 X 60 PL,42T0fitl2'USE $7800. 11£1 Bifbld illi aritaranr Ramp rise $3900. Venturo VCl000 Articulating Crane use 35900 LADDER Rack 2 Bar $650, 2 bar with ratchets $725. Single clamp $850, Double clamp $1050, EZA-ap Single $1560, EZ Drop Double $23402 FCD-MT-XFCD-MT-X 1C I American Aluminum Modular "Transport Unit or approved equivalent. $1.1,295.00 1 $10,400.002 IC I DOOR 2 Two (2) compartment systern for extended length cargo van includes: One (1) rear door (key lockable), uric (1) side door (key lockable), four (4) 6,0001 . strength locks, one (1) rear step, one (1) side step, interior and exterior lights, dual high speed ventilation fans, control panel, and auxiliary (rear) AC/heat. Mi ust be ordered with rear AC. 4merican AluPninunr 1 compartment ft-ar port unit for regular length vans, recommend model 7rpgP'adc. (L1e(fn7FF'BS,faCfOr'y Pead'c3�jC), fl1)Lt $SJt}tl fcrd'extendeCd lePFgtt°2 qc#fFS I Requires 377. DVR and Camera options available ,#'tarfdng at $33000 2 FCD-MT- 0T�I3 American Aluminum Modular Inmate `Transport Unit or approved equivalent. ?. : $12,295.110 10,6(i[#.[l0` 2C 2 DOOR 2 Two (2) corrnpartrnent system for extended length cargo van includes: 'two (2) rear door (key lockable, with four (d) 6,000 lb. strength locks, one (1) rear step, interior and exterior lights, dual high speed ventilation fans, control panel, and auxiliary (rear)AC/heat. Must be ordered with rear Ac. American A hi7ninum 2 compartment transport r£rriffor regular lenigh vans, reconrnaend Ynodel 2£pgr'ade Mequit es factory rear A1Q, Alii? S600fir extended length Vans. I Regiiires 57G. Ta tFR crud Ca£nec -a raptit)ns availrable startir2g at $3300 2 FCD-MT-2C;IL I American Aluminum Modular Inmate Transport Unit or approved equivalent $12,295.001 $10,600.002 n 2C 1 DOOR ` One (1 ) compartment system for extended length cargo van includes: One (1) rear door (key lockable, with two (2) 6,000 ib. strength lacks, one (1 ) rear step, interior and exterior lights, dual high speed ventilation fans, control panel, and auxiliary (rear) AC /heat, Must be ordered with rear AC. American Aluminum 7 compartment aruisport unil for regular length vans, recommend model r£11gd"t2dL' �1�egtidr`e5`faC't(iry P"errF' fifC,'), r`lit�ig $bi}ti �ftiX' eitc'87deCd lL:tBglir T'an s. I Requires 57G. DER and Camera options ayadable starting at $3300 2 Im Page 253 of 634 VEHICLE: Transit T-150 Cargo Van (EIZ) DEALER. Mali Jay Ford Lincoln Duval Ford Duval Ford Duval Pard ZONE: Western Northern CentralSouthern BASE PRICE: $20,273.00 $20,313.00 520,377,00 $20,377.00 FCD -Ml' - "C American Aluminum Modular Inmate Transport Unit or approved equivalent. $12'800.00 i 1 0,9 0.002 3C" 2 DOOR 2 Three (3) compartment gent system for extended length cargo gran Includes: Two (2) rear doors (key kickable), one (I) side door (key lockable), and six () 6,000 Ib. strength lacks, one (I) rear stets, one (1) side step, interior and exterior lights, dual high speed ventilation fans, control panel, and auxiliary (rear) C/heat. Must be ordered with rear AC. American Ala£rrni an 3 compartment transport unit for- regular length vans, r econtine id nuidel i_ upgrade (Requires factory rearA/C), A)I3 $600afor extended leaagth vans. Requires 57G, DI -7? and Carrera options available starting at $3300 2 AT -250G' t Optional equipment ® specify= $ 10,656.00' $1,350.00' LINX 2 k'lavr°on A T 7501' n Installaaan of 8 sealecd Sloped anti dcauted Cares, one bank ilffo rat each side door includes: -scratch resistant lexan cage doors, polwnax floor frills, case area loth ill, carpeted & gealed cab divider wall, rear cargo area unfinished.. (Requires WID dual side door rraed roof'130"fftll vehicle coe f uratlorr & 57C, faciory rear AIC.) s add s ( ff - 32k BTU a et Marl, a,�c system 56800) a (CAIC"II` e Catch pole hooks', installed on driver side ol'bulkhead $225.)l L Carex Spray Liner on cargo floor and quarter irp wall. Also available in KUP'ser vice bodv. � RAM -VB -###-SWI Optional equipment m specify $519,00' 1400.00'° Inverter 2 ° Raru vehicle specadc nlydr-ill laptop mount, includes fi-eight and d instaallation - add a (800-1-706 ! VAN- 600t pure sine wave inverter. installed bets. een seats $429) a add a (806 -1210 -VAN - 1000 rr'c¢tltn r'e same wave inverter installed on PartataaPn, includes 808-9001 ,$aar'atrer user cuntrul ' 3'�'nil7(3ri a'C3raarC31 b'36'X1L'lE aa7vuPtled t(3 LdaSfi. ,$.794) x Utdr6+ _ (dein#��{tnl�!#7�" _ �(ll;(i tF'Off p3atr`e .SdY$[' Ta`aa'e braverter' dr'rsdaxlled {357 p3a7"$St5{PY! dYrc'luales 8f3�99gt?l �{P'}d$P`L'.Y dd SQ'$'t1CDPBl7`ldl�Ed;7jSS1Y3 C{bY31M'[r( sstvalch nusarated io dosh. $122q) _ arrld - (413=3000 i N e 3000 swill modified gine suave uiver ier �£5tstalled Ck#P PaYtlddC)P't 7PrCl£xdES iPBSlGellatiUr2 sU£812 4/il piYJ44rg8fgf°(T2F62Gd c� agi4tlff#F2 �t}P4t6't)1 Si11E52CJdC{ �.$1695(dealer strongly recoonnends apgrading alternator and addition €}fatoubary 'batte5'a;?)(Part`ttaarrscrlclsepscrr°atearMj 1 6 4(IO 3J'att int,ei-tesc Acldilioreal opiroPrs ai,ailable, 2 RSL VAN Optio=nal equipment ® specify $1,895.00 $16,320.011" DOGBOX 2 Roadside irghfing tarok paaachoge incrades, Whelenfour corner little awaaly LED kh, STAR RaLP'L? fP'(ktct acla>rsr,>r` rno£rYtled 10 7`(16rdalJEtt'e r�axp 1oaLl eloor's =$tial ccrlar' (A �4RER/C'LL`ALt), .�`1.�R D=L#1'—r giIlle Fights (ASLRER), STIR -UT' a°ear lights lAMBER} 5nsialled one per side below faclor v rail lights, all oared to fi cant' ualfi ter• switches at, 6=switch co nroller. - or a (4LB-T4 a STAR di=al color (Aruberlffha) LE7b Light Bar sv£th Front Takedowns, _?lle), hh)vs, and Rear' Arrow Slick Traffic Advisor• $1895.) e add e (I0074= LIED Go Light inch clash and wireless rem=ote, installed $696) a and e (NAR #F AHL e Custom fabricated alun inum bracket fastened to front slope ofsnalhigh roof vans to correct the slope -for Ga=Lighl install $325)1 9 Cages: 4 Rear Facing / 5 Driver Wall Ili Cages: 4 Rear Facing / 6 Driver Wall Insulated cell}rag and side walls Aluminum sheeting of walls, ceiling and doors All doors have catch pole perforations for eas=y access and re-lease,4/C Kent ano each Cage Drain at each Cage Side Door Parcels & Window Guards Square Cirx auaaference lIoles/ Window, Guar=ds ,Rear Livor Panels 6, 61=0 Lbs. Shat£ Locks can Lg. Cages Stair%less Folding 7'- flandles on all Cages All locks on Cages keret the same 12 " LED fights botto=m rear Door Parcels' Protected Interior LFII Lighrang Removable /Pevibrated/Powder coated Pan to each Cage Large Cages 3/4"raandlietforations ,Sratailer Cages 114? roam€d pen:f trations Lockable storage Cones' Bulkhead Insulated ceding, doors and side ivalls L?samond Plate Flom Aluranntan bulkhead sealed fns un front Comp. Fol oar bonese window on center of bulkhead Repnovable Dividers./or coir Cages Removable tJividev in rear bottom= Large Cage ** Rear Passenger Slide Top Cage.. Load Access fi oin rent' and inside Van 5 U Rear Passenger Side Cage.. Dual Access fr'orrr rear and inside Vail 2 SAFE -T t Optional equipment ® specify $329.1111' $14,400 '002 Swat Van A_nno-ex 51b Fire extinguisher, Fast Aide C1n1yfirst aid k -it, and sdiis ,° unes & Cis word triangles. Aluminum Beach storage driver andp7assenger side upholstered seat and seat backs overhead hand rail white board al node door ac unit wired to share prinver plug (4) 110 ponver pings (3) r€ d1white dome lights manner desk -1 ME Page 254 of 634 VEHICLE: Transit T-150 Cargo Van ( 1 ) Vff3G675 2 DEALER: R: Alan Jars Ford Lincoln Duval Ford Duval Ford Duval Ford ZONE: Western Northern Central *Southern BASE PRICE: $20,273.00 $20,313.00 $20,377.00 $20,377.00 -IBIS 1 Optional equipment - specify $229.00' $525.002 safe'1 2 3rdBrake Ltghl S�alety Tleae Rear Collision Avoi dance" (IMises 3r'd .Erake l aghi (4' timaes open Maintenance Plan m specify $1,140.00' $2,4001 002 6610 2 application of brake pedal to increase driver aivar€ mess befhind syotr when stopping) � 6 Year 100,000 matte Preinini t A'daainiensence Flan. 20 service visin at 5000;mile intervals far First A'id, Fire Extinguisher an d l)O LED rechargeable warning hglas. arae ltrake Light ,Sart€rty vehicles with Gas Engine, sera odea iamb'£- For GAS Chassis Cab & Cutaway vehicles arse $2845. False (Pulses 3rd Brake Light (4) tarries tepon rispfrcietre n of brake Pedal to increase driver Maintenance Ilan $4320. 20 A4caaarlertcanc'a plan visits at 5000 infle intervalsfcr vehicles avtth anvar-eness behin d yine when st .=aapsng)1222 2 Diesel Engine, zero cFeaducuble. For DIESEL Chassis Cab & Cutasvav vehicles use $4515. ADD LABOR Labor rate per hour $110.00, $130.00` Labor 2 (LaborRates Based am Singfe Vehicle Build) I Labor rate per hour. Refer- to Duval Ford's Emergency filth an lo -ice .subnossfon for Individual 7terFa labor-fi re. Rate includes prgfes aen al L 1'7' cerirf reit installation, proper wire (SAL C -XL) [feat rated loom, connectors, Prep time and personal consultation. Volume discounts available for large quantity purchases, call dealer.fot' quote2 NEW -TAG New state tag (specify state, county, city, sheriff, etc.) $248..33 $170,002 TAG 2 Includes terns; tag & nvo way overnight shilodi& Jor signature. t f Per FSA Section 3.28, Vehicle tags and Title: Price fisted Includes aadn ararstrairve costsfor convenience fee, F°£tl7Pbf67' E'ittei27s` fos'falfrig, (tbonvfrng or delivery oftag (including weight sfrp for" second stage inaineaeturbter or any costs over the original acquisition ateount of $117-55 1 TRANS -TAG t Transfer existing registration (must provide tag number) $198.-85' $116.002 TX 2 Includes rents Bag & nio away overnight shiop egfor signature, 3 a L1 Per- FSA ,Section 3. 28, Vehicle tags and Title. Price listen lnchOesinn annstr i tive costs fora con vesaience fee: reinnbutsearae esi'per filing, obtaivang nc dellveq At aig, Or app} eces•ts over the aar-sghnes ac tpaats Dion cem aaafst of $78 5dj 2 TE -NIP -TAG Temporary tag $45.25' $16 002 rl•E'MP 2 e f1 Der FSI Section 3.28. lehic le eaags and d Title: Price listed Includes administrative waits; rar- c:urnvenlenee jeer rerrrra5ursermemts' fear filing, obtaining or delivery art sxg: or ion, costs over the orightal acquisition rxntcnarst csf $6 2 345 Maintenance Plan m specify $580A0 $1,860.00' sir 45,6100 made 5000 side interval, includes at total Qf 3 visits as en ane 1bsimtatana Peru. 5 Year 75.000 mala: Preinhanx lvlainienanae Plus;. 15 see -vice visits at 5000 ;;tile, mser vaals jor" vehicles with Gas Engine. zero dedjicfibdl For GAS Chassis Cab & Cutaway relate les rise S2230. ADD 5300 FOR Police. Emergency and Farcy Use 5 Year 75, 000 smile Premium Learref 11atinlenance plan $4175. 15 Maintenance plan visits at 5000 amide intervals lbr vehicles with Diesel Engine, zero deductible. For DIESEL Chassis as5is Carty & Culatc'ale, velaard..t' use $1.525. ADD $300 FOR Police, Emergency and Fire Else 2 13 '575 i Maintenance Plait m specify $910.001 $1,905,002 Vff3G675 2 5(i'r ?S,Cf[i@ raaaFe("5ll(?i rsarle arPtc:rsczF. arae5arades ar tcarrxd c r(I51''iris,(gc€s etrgrsre 1lluarztrraaatace Flair. 6 Your ur 75, 000 nlrle Premium Maintenance .Plan. 15 set -vice visits at 5000 nine oveF'essa for vehicles with Gas Engine, zero, deductible. For GAS Chassis Cab & C u anvay vehicles use $22K DD $300 FOR Police, Emergency and Fire Use 6 Year 75, 000 smile Premium Diesel Maintenance Plan, $4215. 15 1Icaintencence pecan visits at 5000 mile intervals for vidsc les waw Diesel Engine, acro deductible. For DIESEL Chassis Coal; & Cuteiiist' velucles• use $3580,ADD $300 FOR Police, Efino-genay and Fare d G, 2 BMP6 100 � Maintenance Plan m specify $1,140.00' $2,4001 002 6610 2 6 r 100,000 ndle(5000 mile interval, inchfates a total rf (20) visits) gas engine Maintenance Plan. 6 Year 100,000 matte Preinini t A'daainiensence Flan. 20 service visin at 5000;mile intervals far vehicles with Gas Engine, sera odea iamb'£- For GAS Chassis Cab & Cutaway vehicles arse $2845. ADD $500 FOR Police. Emergency andFire Use 6 Year 100,000 ;;tale Prennion Diesel Maintenance Ilan $4320. 20 A4caaarlertcanc'a plan visits at 5000 infle intervalsfcr vehicles avtth Diesel Engine, zero cFeaducuble. For DIESEL Chassis Cab & Cutasvav vehicles use $4515. ADD 5500 FOR Police, Emergency and Fare Use 2 1064 Page 255 of 634 NIEHICLE Transit 'T-150 Cargo Van {E1 Z) $1,990.00, $1,990.0112 DEALER- Alan Jay Ford Lincoln Duval Ford Duval Ford Duval Ford ZONE: * Western Northern Central * Southern BASE PRICE, $20,273,00 $20,31100 $20,377,00 $20,37T00 AMW I Warranty - specify Incl, 1 $1,725 .002 DB575G 2 All VENDORNSTALLED ett'sermarleel eesaimientsubject to I'vearparts aptly warrantyF0RAlan Ja - V Fleet Processinf Cenler—Sebring FL. Rqdrence FSA Confrace Terms and Concofions 3,21 - Vander Installed. 5 Yr 75,000 note zero deductible BASECareplan. 5 Yr 100,000 note zero deductible rise $23M PC61 00 Completepricipkg schedule available upon request Prices quotedper Ford.MaCo Florida Retail $3,630M 1 $2,745.0€1` DP575G 2 Pr olectJulv 2017 Pricing Geride 5.vear, .7.5.000 note Chassis GAS Dass are Protect at �oro deductible use 52900. Syear, 100,000 nale, Chassis BaseCare Prase 'l at zero deductible use $3425. A&IS755for Etneygency (Fire, Amb, Police), Shuttle, or TvkvTruck2 E0575 1 1: Warranty ® specify $1,990.00, $1,990.0112 DE575G 2 Extra Care 5 or 75k mile ($0 Laid) L'.Ytepefed Warranly *'Add $555 foe` Sped ralry Use l"ehiclot" or - K575 - Prenount Care 3 yr 75kk wile ($0 Ded) Extended Iforratin, $2745} * "Add $505 Joe SPecialey Use Vehicles 5 Yr 75, 000 mile zers) deduchble EXTIM Ceire plate 5 Yr 100, 000 mile zero deduclible use $2795 Conimletepricing, schedule available upon requesi. Prices quoredper Ford.146(7o Florida Reefil Protect JulY 2017 Pricing Guide 5 year, 75.000 rpole Chassis GAS LetraCare Protect at zwo deductible use $3145. 5 Year. 100,000 mile Chassis ExtraCare Protect at zery dedgicuble wx 1: $3855. Add $7551fin, Emergency (Fire. Amb, Police), Shuttle, oi- TarvTruch 2 PC61 00 Warranty - specif� $3,630M 1 $2,745.0€1` DP575G 2 5 Yr 75,000 Pute zero deductible PREAM14K 'are plaxt. 5 Yr 100, 000 inde zero dedrectible use $3520. Complete Pricing schedule available uponrequesr, Prices quotedper fordMoCey Florida Retail Protect July, 2017 Pricing Guide 5 year, 75. 000 mile Chassis GAS PrentiumCare I "reaeut at sero deductible use $3615, 5year. 100.000 aule Chassis PresniumCare Protect w sero deductible use $4435. Add $755filer Emergency (Fire, Amb, Police), ShFarle, or ToIrTruck 2 EC575 Diesel Warranty - specity S2,280.00' $1,965.002 FB575D Extra Care 5yr PFA -mile (SO Lied) Extended Warr ano, *t4dd$555.1br S)qecialtv Use Vehicles" I 5 Yr 75,000 aide zero deductible BASECare plan $1965. 5 Yr IMON mile zero deductible use $268.5. C."oomlese pricing schedule sasidable upon request. Prices quoted per' FordlfoCo Florida Retail Pristectfutv 2017 Pricing Guide .575,000 inde Cirrssis DIESEL BaseCare Pviaect at .year, Zero deduoible Fs $,31:25. 5 year, IWOOO mile Chassis BaseCare, Proleci at _�ero deductible is ' $4150. Add $755 for Lagergency (Fere. Amb, Police). Slualle, or' Tow7cuck- PCl 575 Diesel Warranty - specify, 2 $3, 145M1 $2,2 MOO FE575D 2 Preenitan Care 5,Yr 75k mile ($'t)Ded) Aaended Warrann, **Add $5115 fair` Specialty We Vehicles" 5 Er 75.000 mile zero deductible BASECare plan $1965..5 Yr 160, 000 note aero deduc nble use $2685. Complete Pricing schedide available upon request. Prices quoted per FrerehlloCo Flork-la Relad Protect Juky 2017 Pricing Guide 5 yew% '75.000 ende Chassis DIESEL ExtraCare Protect at zero deductible is $3410, 5 year. 100, 000 toile Chassis Exa-aCare Protect at fero deductible is $4725. Add $'755 for finevgenecy (Fre, .furl, Police), Shuttle, of TowTruck 2 PCs 100 Diesel Warranty - specify $3,895 001 $3,145.010` FP575D 2 Preennon (are 6_ r 100k titile ($0 Ded),batended ficarrann, "Add $505 fia­SpecialnUse VeMcles" 5 Yr 75, 000 nine zero deductible PREMMA4C.are plart $3145. 5 Yr 100, 000 toile cero deductible use $3755. Conialcfe pridieg, schediele available upon request Prices quortelpea" FardblbCo Florida Retail Proteci,hily 20117 Pricing Guide 5 Year. 75, 000 smile Chassis DIES k. I' PretwitniCare Protect of zero deductible is $3940. 5 year, 100, 000 nihn Chassis Prernhunc."are Protect at zero deductible is $5520. Adel $755 ftsr L'atergenqj? (Fire, Aad), Police), Shuttle, or Yov,Truck 2 1065 Page 256 of 634 NAME CITY OF BOYNTON BCH EMAIL ATTN WILL DARTY DATE 11/15/17 2018 FORD FUSIONS 4 DOOR SEDAN POG SPEC 1716,890 1 00 I ALL STD EQUIPMENT PLUS' _. _ _._......... _ _...._ CITY TAG 160.00 DAY TIME RUNNING LIGHTS 44.00 3 RD KEY 295.00 , COLOR WHITE ...... .......... ._ -... i _.,.., ......_ ... _.................... UNIT PRICE 1 17,389.00 - . _ ..' _ _....... ____y_ _ _..., i PER FSA FSA17 11 VEL1. 25A ........ ... ............_..... _._ .�_ ....... ....... ..... ....... ..................____ ........... ,......_., ......... ,.. ,6 DELIVERY 90-120 DAYS PURCHASER ACKNOWLEDGES: PRESTIGE FORD IS UNABLE TO GUARANTEE DELIVERY DATES DUE TO MANY FACTORS, NOT LIMITED TO BUT INCLUDING: FORD MOTOR COMPANY PRODUCTION SCHEDULES, WEATHER, AVAILABILITY OF RAIL CARS, ETC. ALL PAYMENTS ARE DUE ON A NET 30 DAY BASIS UPON RECEIPT OF EACH VEHICLE AS INVOICED REGARDLESS OF THE NUMBER OF VEHICLES ON THE PURCHASE ORDER. We thank you for the opportunity to make this proposal and will appreciate your acceptance. Acceptance of this proposal will not be binding upon us until this proposal is approved here on in writing by an official of Prestige Ford, Inc. Return of one copy of this proposal and your purchase order number constitutes your official acceptance. IF A Please return this form via Fax: (352) 357-2939 or email EJore re aol.com ACCEPTED Respectfully submitted, ERIC JORE FLEET MANAGER PRESTIGE FORD Page 257 of 634 M NAME CITY OF BOYNTON BCH DATE 11/15/17 EMAIL ATTN WILL DARTY 2018 FORD FUSION S 4 DOOR SEDAN POG SPEC 17 16,890.00 _ .... ... EQUIPMENT. Q _._. ...... CITY TAG160 _ .. _. _... _........ . 00 E DAY TIME RUNNING LIGHTS 44.00 �..__ f........ _...._ .................. 3 RD KEY... _...... .._. �. 295.00 � COLOR WHITE - ._....... ..__. ���� . _ .... _....._ _.._ _ ............ _ _ ._�___ ___®I _ ....... � .... f . . ................._.._........ ! �..........�..�..�� - ........_ .... ... m . _ UNIT PRICE 17,389.00 ...... �..... " _��� _........................ ..... .. PER FSA FSA17 VEL25.0 _.... DELIVERY 90-120 DAYS _...._..... ...............-- ..... ........._ .....�.... _.._..... .._ ..._. PURCHASER ACKNOWLEDGES: PRESTIGE FORD IS UNABLE TO GUARANTEE DELIVERY DATES DUE TO MANY FACTORS, NOT LIMITED TO BUT INCLUDING: FORD MOTOR COMPANY PRODUCTION SCHEDULES, WEATHER, AVAILABILITY OF RAIL CARS, ETC. ALL PAYMENTS ARE DUE ON A NET 30 DAY BASIS UPON RECEIPT OF EACH VEHICLE AS INVOICED REGARDLESS OF THE NUMBER OF VEHICLES ON THE PURCHASE ORDER. We thank you for the opportunity to make this proposal and will appreciate your acceptance. Acceptance of this proposal will not be binding upon us until this proposal is approved here on in writing by an official of Prestige Ford, Inc. Return of one copy of this proposal and your purchase order number constitutes your official acceptance. Respectfully submitted, Please return this form via Fax:(352) 357-2939 or email ERIC JORE - EJore,waol.co n FLEET MANAGER PRESTIGE FORD ACCEPTED: ,m,.,:�N, Page 258 of 634 fai=re of Dealership Mia-jZ�- ,OOR ADMINISTRATIVE VEJ K LES i _Sjwific ation #1 Zone Base Unit Price Garber Chevrolet Buick GMC Inc. 2018 Chevrolet Malibu (IZC69) Western A ALT - Alan Jay Chevrolet Buick GMC Cadillac F L,C7RIDA Western ASSOCIATION OF Garber Chevrolet Buick GNIC Inc. COUNTIES *Northern $16,69100 ALT - Alan .lay Chevrolet Buick GNIC Cadillac All About Florida fai=re of Dealership Mia-jZ�- ,OOR ADMINISTRATIVE VEJ K LES i _Sjwific ation #1 Zone Base Unit Price Garber Chevrolet Buick GMC Inc. 2018 Chevrolet Malibu (IZC69) Western $16,893.00 ALT - Alan Jay Chevrolet Buick GMC Cadillac 2018 Chevrolet Malibu (I ZC69) Western $16,99100 Garber Chevrolet Buick GNIC Inc. 2018 Chevrolet Malibu (IZC69) *Northern $16,69100 ALT - Alan .lay Chevrolet Buick GNIC Cadillac 2018 Chevrolet Malibu (I ZC69) Northern $16,793.00 Alan Jay Chevrolet Buick GMC: Cadillac 2018 Chevrolet Malibu (I ZC69) *Central $16,79100 ALT - Garber Chevrolet Buick GMC Inc. 2018. Chevrolet Malibu (IZC69) *Central $16,793.00 Auto Nation Chevrolet Pembroke Pines 2018 Chevrolet Malibu (IZC69) *Southern $16,674.00 ALT - Garber Chevrolet Buick GMC Inc. 2018 Chevrolet Malibu (IZC69) Southern $16,843.00 Duval Ford 2018 Ford Fusion (POG) *Western $16,835.00 ALT - Coggin Ford 2018 Ford Fusion (POG) Western $17,049.00 Duval Ford 2018 Ford Fusion (POG) Northern $16,894.00 ALT - Coggin Ford 22018 Ford Fusion (POG) Northern $16,975.00 Prestige Ford 2018 Ford Fusion (POG) Central $16,798.00 ALT - Duval Ford 2018 Ford Fusion (POG) Central $16,943.00 Prestige Ford 2018 Ford Fusion (POG) Southern $16,890.00 ALI' - Duval Ford 2018 Ford Fusion (POG) Southern $17,029.00 Terry Taylor's DeLand Nissan, Inc 2018 Nissan Algima (13118) Western $16,926.00 ALT - ALAN JAY NISSAN, INC. 2018 Nissan Altirna (133118) Western $16,98&00 Terry Taylor's DeLand Nissan, Inc 2018 Nissan Althe=a (13118) Northern $16,846.00 ALT - ALAN JAY NISSAN, INC, 2018 Nissan Al firna (13118) Northern 516,888.00 Terry Taylor's DeLand Nissan, Inc 2018 Nissan Altima (13118) Central $16,836.00 ALT - ALAN JAY NISSAN, INC. 2018 Nissan A Itim a (131 18) Central $16,888.00 Terry Taylor's DeLand Nissan, Inc 20118 Nissan Alli as (13118) Southern $16,946,00 ALT - ALAN JAY NISSAN, INC. 2018 Nissan Altima (13118) Southern $16,888.00 ALAN JAY TOYOTA 2018 Toyota Carry (2532) Western $21,238.00 2018 Toyota Camry (' .1532) Western -- N13 -- ALAN JAY TOYOTA 2018 Toyota Carnry (2532) Northern $21,088,00 349 Page 259 of 634 2018 Toyota Camry (2532) Northern -- NB -- ALAN JAY TOYOTA 2018 Toyota Camry (2532) Central $21,038.00 2018 Toyota Camry (2532) Central -- NB -- ALAN JAY TOYOTA 2018 Toyota Camry (2532) Southern $21,238.00 2018 Toyota Camry (2532) Southern -- NB -- 350 Page 260 of 634 I 1 R 1 c MID-SIZE 4 -DOOR ADMINISTRATIVE VEHICLES SPECIFICATION #17 2018 Chevrolet Malibu (1ZC69) 2018 Ford Fusion (POG) 2018 Nissan Altima (13118) 2018 Toyota Camry (2532) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFER TO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRICING. 1tJ a. Manufacturer's standard gasoline engine, alternator, battery, and cooling package. 2. TRANSMISSII. N:. a. Manufacturer's standard automatic transmission and axle ratio. 3. PBRFQRMANL E ITEMS: a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. 4. COMFORT ITEMS a. Keys. two (2) per vehicle, single key locking system, (each vehicle keyed differently). b. Power door locks, power windows, cruise control and tilt steering wheel. c. Manufacturer's standard air conditioning with 134A system. d. Manufacturer's standard tinted glass all around. e. Manufacturer's standard trunk opener, electric, remote unit location. f. Manufacturer's standard AM/FM stereo. g. Manufacturer's standard production seats. Purchaser will select color at time of order. h. Manufacturer's standard floor covering, with front and rear floor mats. 5. BRAKEY a. Four wheel anti-lock brake ABS system. 6. SAFETY ITEMS: a. Dual outside mirrors and inside rearview mirror. b. Interior dome light(s), with left and right door activated switches. c. Minimum 2 -speed electric wipers and windshield washer. d. Manufacturer's standard air bags. e. Rear view back-up camera 351 Page 261 of 634 FLC3.RI�A CO.UNTIES AflAbDutf`lorida I 1 R 1 c MID-SIZE 4 -DOOR ADMINISTRATIVE VEHICLES SPECIFICATION #17 2018 Chevrolet Malibu (1ZC69) 2018 Ford Fusion (POG) 2018 Nissan Altima (13118) 2018 Toyota Camry (2532) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFER TO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRICING. 1tJ a. Manufacturer's standard gasoline engine, alternator, battery, and cooling package. 2. TRANSMISSII. N:. a. Manufacturer's standard automatic transmission and axle ratio. 3. PBRFQRMANL E ITEMS: a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. 4. COMFORT ITEMS a. Keys. two (2) per vehicle, single key locking system, (each vehicle keyed differently). b. Power door locks, power windows, cruise control and tilt steering wheel. c. Manufacturer's standard air conditioning with 134A system. d. Manufacturer's standard tinted glass all around. e. Manufacturer's standard trunk opener, electric, remote unit location. f. Manufacturer's standard AM/FM stereo. g. Manufacturer's standard production seats. Purchaser will select color at time of order. h. Manufacturer's standard floor covering, with front and rear floor mats. 5. BRAKEY a. Four wheel anti-lock brake ABS system. 6. SAFETY ITEMS: a. Dual outside mirrors and inside rearview mirror. b. Interior dome light(s), with left and right door activated switches. c. Minimum 2 -speed electric wipers and windshield washer. d. Manufacturer's standard air bags. e. Rear view back-up camera 351 Page 261 of 634 Mai+ _ ;.a 'e , moi,. a. Manufacturer's standard tires and wheels. b. Manufacturer's spare tire and rim, if available. 8. ( 11-ASSIS..FRAME t'AB• a. Inside hood release. b. Manufacturer's standard colors, factory painted. Colors to be determined by individual agencies. c. Manufacturer's standard door molding. d. Manufacturer's standard fuel tank. DISCLOSURE: THE FLORIDA SHERIFFS ASSOCIATION WORKING IN CONJUNCTIO14 WITH MANUFACTURERS, „#RD DISTRIBUTORS rVEHICLES/EQUIPMENT i DOES THEIR BEST TO ENSURE MODEL NAMES,NUMBERS THE LATEST +RE THE BID DOCUMENTS PREPARED. IT IS RECOMMENDED THAT YOU CONFIRM THIS INFORMATION AWARDEDTHE DO- REPRESENTATIVE AT THE TIME YOU CONFIRMING 352 Page 262 of 634 FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES MID-SIZE 4 -DOOR ADMINISTRATIVE VEHICLES SPECIFICATION #17 2018 Ford Fusion (POG) The Ford Fusion (ROG) purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and F'S A's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. CANE: *Western Northern Central Southern EASE PRICE: $16,935M $16,894.00 $16,798,00 $16,890.00 While the Florida Sheriffs Association and Florida. Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the v=ehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program, Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cast andl'or add the cost of any equipment items you wish gadded to the base unit cost to determine the approximate coast of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order, Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 362 Page 263 of 634 Ni dA", 1 1, irr 5 FLORIDA � g _ v= 4 COUNTIES Ari About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES MID-SIZE 4 -DOOR ADMINISTRATIVE VEHICLES SPECIFICATION #17 2018 Ford Fusion (POG) The Ford Fusion (ROG) purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and F'S A's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. CANE: *Western Northern Central Southern EASE PRICE: $16,935M $16,894.00 $16,798,00 $16,890.00 While the Florida Sheriffs Association and Florida. Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the v=ehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program, Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cast andl'or add the cost of any equipment items you wish gadded to the base unit cost to determine the approximate coast of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order, Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 362 Page 263 of 634 VEHICLE: Fusion (PODS) "ester's AI, Duval Ford Duval Ford Prestige Ford ZONE: Western Northern Central ASE PRICE. $16,835.00 $16;894.00 $16,798.0 Order Code Delete Options Cruise control D55M I Front and rear floor mats On -Star Satellite radio Trim package Order Code .girl Options Central Western ,. X 99D 1Engine Central "ester's $1,929.002` Northern Southern NA NA $50.01 $75M NA NA NA NA NA i JA Central Western ,. X 99D 1Engine upgrade - specify $399,001 $1,929.002` 999/POH . Requires POP1. 2()t1.ad model alrgrade. 1.5L Ecc FBoostff, Engine with 6-Slreed Autornatic Transmission n4th Steering Wheel -Mounted Paddle Shifter's with SelecoTh('tl' and Mato Start -Slop Technology included with 202apackage. For 2.61L Eco2loosMl) Engine iv/ Paddle Sdaeit code 999 on 201-' n,%e $1794 and on 202A use $999.999 only available on 201a or 02a1 1.5 EC'C)Bof)ST' 2 CNG model - specify NA NA Bi -fuel model - specify NA NA CNG conversion (discuss with dealer) NA NA LPG conversion (discuss with dealer) NA NFA 3k ` Additional Key(s) or Key Fob(s) when applicable. $325.0(11 $295.002 DLR 2 Gera 5 PEPS 5 Batton (9 02 MH7) - 2 Fi'azl, (?, U,, P, TRS) 1 164 -RS 149 Gen 5 PEPS 4 Button (315 MHZ) -1 Wali, (L.G,P,7) 11164-R81501 AM/FM radia with single CD Std Std POT.20IA 1 A $7,191001 $4,920.00 Requires P011.200A and includes Fusion SE_ ppearance Package 18" Premium Painted Dark Stainless fl/he,-4 Halogen Fog Lanips with Bright Chrorarc-tr hn Black Be;el, 7 ecatljer-=WW-alrPed Sieei-stag Wheel Rear Spotter, Black 'loth/ VinvF Bolver SeCats iville Medarana Slone stitching on �searsltlooi- Larenr[ v Note: Eboet Interior Only? Backup kup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision at Std Std resat of vehicle) - factory installed on Page 264 of 634 VEHICLE: LE: F usion (POG) DEALER: Duval Ford Duval Ford Prestige Ford Prestige Ford ONE: *Western Northern Central Southern BASE PRICE. E. $1 , 35.00 $16,894M $16,798,00 $16,890.00 l UC 1 Backup camera with 3.5" LCT (rear mounted camera to provide wide angle field of vision at $695,00 � NA' BUC 2 rear of vehicle) - dealer installed ' ypicalljbr agencies that Snag want to Irave a "rottslant hot" camera to 7`E'ii ain on while vehicle is inpark ce�ntrt�lled I,y, cert crrrlcaff snvttch, i'a-arHdes a'rrnsiaarat sxsrwel(larrce. � ° Bucket seats Std Std Prower seats NC 1 $1,929.00 REQUIRES AND INCLUDED IN VEHICLE UPGRADE PACKAGES 1 Remote keyless entry Std Std RS a Rainshields - flange style $160.00' $225.00 IQ.FI I" Seat trim upgrade - specify 2^ C $4,820.00 POH/202 2 ' LEA THE, R INYERIOR...kEQUIRES 202A PACKAGE. For AWD P(9T 202.3REQUIRES 64B 18"' luxury wheal r4dr1$694 1 SEAT [IpGRADE INC'LCIDLS 5`E ,9FICC I EL2 Side air protection Std Std �' Split folding rear seat Std Std POH,200A i Vehicle upgrade package - specify $2,397.00' $1,929.002 POO 2 411 S Comers, Phis: 17" 4)ar kle Silver Painted Ah minion Wheel 23515ORI7-Times. LED Si,,nasur e Laghan , 4.1 Driver Conjigur able LCD Displeayy in Instrioneed Cluster, Irr,Si iaxraent Panel Compass -- Outside Ara- Temperature Read oul, Rear Center Arm rE si usth 2 (upholders. Rear Console Vows (when equipped with DEA T(), Seats-- IO -Way Power Driver s ah Power Lu nibar' (jare dit upl d{nye tilt, recline, 2 -way power lumbar), — 6= Way PMver P ass€nger S =Ett (fcarelca, f: uoIdt mra ,Path recline), Audio — 6Speaker°s — SiriusXMC0 Radia, SecterlCoadeTM Keyless- Etrrry K4 yoeij l I AWD INCLUDES 10 TITANIUM PKG 2 vv I Vent visors - stick -on style $160,00' $225,00 Aluminum wheels Std Std j; Body side moldings NA NA 942 t Daytime running lights $44.001 $44x00" 942 ? 1.53 r Front license bracket N t C:2 153 2 Full size spare tire and run NA� NA MIN] SPARE INCLUDED � immobilize daytime running lights NA IATA N21 Nitrogen filled tires including spare tire $225.00' $100.00 PSDE t Pin stripesldoor edge guard $216.00' $195.0(' MA 1 Optional equipment - specify $3,194.00' �A Fusion SE Luxury Package includes 1.5L E'coBoctstti, Engine tis=/Cr-SpevdAucnnanc 7'r-ransrrnission with Steering ff,'heel tnounted Paddle Shafters with SelectShnft(R) and Anto SZran-Slarp Technology, I0 -Way Puwer Driver Seca av13 nienmy settfts, Leather -trimmed Seating suif4ces & Heated From' -Seats, Aaatcr-Iemsa ng Rearview Mirror, Bright Exterior Door and Window Trina Moldings. Door Handles - Exterior - Boar -Color with Chrome Insert Intelligent Access with Remote Start astern. Leatnej� Wrapped Stecring Wheel, LED 1leadlannps, Lower Grille Molded in Black Lcnv Glass. Upgraded Sideview Mirrors w ah Heat and Turn Sip jai Indicator with Metnorc aad Warn Interior Accents. Far POT 202.4 add $6941 OPT Optional equipment - specify $365.001 NA EQUIP FULL TINT: SPECIFI'IF'LIA10. Haws lcaprop strand universal USE $625. For inverter U5E $400. � ME Page 265 of 634 VEHICLE: Fusion (POG) $1,30.00, $95 .002, DEALER: Duval Ford Duval Ford Prestige Ford Prestige Ford ZONE: * Western Northern Central southem BASE PRICE: $16,835.00 $I6, 94. 00 $16,79&00 $161890 00 COP Optional equipment - specify $450,00' NA $170.00' $160.002 CITUFAIPATROL TIET11CLEPAcAAGE. FOR LIGHTE D SETIKI f] Per F,5A S'ect'or 3.28, Vehicle tags and 7Yt1e: Pnce listed hichideg aderunisn-ative, custyfor convensencefee, PUSH RUAD'ER AND LED LIGHTS IN POUR LOCA 71ONS FRONTAND REAR ADD $7495. LAPTOPS'7 td DS r`e#tpi13}iYekittPk'YC1s`,fr)P` Inti",, obtaining a;- delimy of tag including weigja sitefor second stage mantl6acutring, ar any AT $595. costs uver the origaialacqueation amount Qf$J1 11.55 FUEL Optional equipment - specify $569.00' NA SAVER F,()R DEJUVESpeed Phi installed Limos tops Preedaird Fuel ecunontyprogrivai is developed to maxiefi--e drefifei "fransfer existing registration (must provide tag number) $116,00' $115.0022 econotay ofyourfleet Per ESA Section 3.28, Vehicle tags and Tale: Price listed lFicludes administrative costs fee conminencefee, NA LABOR Labor rate per hour $1,30.00, $95 .002, DLR 2 h: Labor rate pin- hour Re.,fer to Duval Forol's Eatergencil lighfitkq price submission.for Inderidual item lahar-tane. Rate incindespntfessionaf Ed T cerfifted installinion, proper wire (SXL, GXL) Hear rated looin, comisect.ors, pry nine andpersonal camidlalion. F'ohene discosmis [€vailableyin- large quantay purchases, call dealerfor quive, TJAIG I New state lag (specify state, county, city, sheriff, etc,) $170.00' $160.002 DLR 2 f] Per F,5A S'ect'or 3.28, Vehicle tags and 7Yt1e: Pnce listed hichideg aderunisn-ative, custyfor convensencefee, r`e#tpi13}iYekittPk'YC1s`,fr)P` Inti",, obtaining a;- delimy of tag including weigja sitefor second stage mantl6acutring, ar any costs uver the origaialacqueation amount Qf$J1 11.55 IN(71, UDE-S'30. 00 AL)Mptr F_rE 2 TX "fransfer existing registration (must provide tag number) $116,00' $115.0022 DLR Per ESA Section 3.28, Vehicle tags and Tale: Price listed lFicludes administrative costs fee conminencefee, reimburse rnentsfor filing, obanning or delivery cif tag, or any costs aver the original aigreisificat amount qf$78.50 INCLURES 30.0 0 ADMIN FEE IEN4P Temporary tag $16,00 $15m, DLR j Per FSA Section 3.28, Vehicle tags and 7ale: Price Maed he,,lmdes adminearative costsfor comment efee, obtaining or delive) 1, oftag, 01, any costy o vei- the urignial acquisition amount of$6 I\IPP575 Maintenance Plan - specify $1,860,00 NA 5 Year 7-5. 000 mile Prcmmo 41ate3er Grra4e Plan. 15 serwce visits at 5000 nine, iniervals,tbr- vehicles ivith Gas Err dYtB, -ersi deduclible. N4PP675 Maintenance Plan - specify, $Igo.5 m' NA 6 Year 75,000nape Premomi.kAnnienance Plan. l5sm,ice visits atiO00nide hater valifir- vehicies ata h Gas Engine, zero deducable I NIPP610 Maintenance Plan - specify, $2,400.001 NA 6 Year 100,000mile Premium Maintenance Plan. 2( semrce visits al 5000 mile intervals fbr° veldcle.v wah Gess Engine, zero dedtictible. CP575 t Warranty - specify $1,605.00' $1,765.00' Fp 2 5 Yr 75,000auleaero deductible BASEECaveplain. 5 Yr 100,000mide zero deduchble use 52130. Completepricing schedule available uponrequest. Prices wadedpierFord,%IsCo Florida Reinfil Priniectlidly 2017 Pricing Guide Add $605fior lanergenty, Police or Fire lase. 51i ois Porv=rmm cARL,' 0 DL�,D 2 CE575 Warranty - specify $11,845,00' $2,1:30.'1')2 FP 2 5 Yr 75�. 060 mile :ero deductible EXTRACare plem. 5 Yr lK 000 mile zero deductible. use $2560. Complere Pricing schedule available upon request. Prices quoiedper FordAkCa Florida Retail Prosect Add 2017 Piecing CF amide. Add S555 ' for Eivergency, Police or Fire Uve. 51100 BASE CARE V DAD 2 365 Page 266 of 634 VEHICLE: Fusion (POG) DEALER: Duval Ford Duval Ford Prestige Ford Prestige Ford ZONE: Western Northern Central Southern BASE B ISE e $16,835.00 $16,894.00 $16,798M $16,890.00 F575 Warranty - specify ,535Mt $2,566.00" Fla 2 5 Yr 75;000 aaatde mero deductible PRF'h212J:a2i"areplca. 5 Yr I0C).000 male zero deductible use $3395. Complete Pricin schedvie available upon request. Prices r laked pea° F €arrlMoCo Florida Retail Pa cried ,tuh, 201,' Pr icirri; Guide. Add $505 far Emergency. Pcadice, or Fire nese. � 51100 EXTRA CARE 0 EELS 2 366 Page 267 of 634 ,,... _ . QUOTE Vendor: Coggin Ford Requester. Willaim Darty Address: 9650 Atlantic Blvd. Date: 1/30/2018 Jacksonville. FI. 32225 Agency: City of Boynton Beach Off # (904) 608-4240 222 NE 9th Ave From: Rick Hoening Boynton Beach, FL. 33435 Email: RHoening@CogginAuto.com Contact # 561-742-6215 FEID: 47-3473001 E-Mail FSA Contract 17-VEL25.0 SaxwctF.... C Coscripton _ d�c+� fl UnitPrloe .. ExtentletlTMal..... 50 Pickup 2018 Ford F-150 Crew Cab 2WD 1 $21,486 $21,486 2WD Model# W 1 C 3.3 Itr V-6 wl 6 Speed Auto Magnetic Exterior Options 30OX XLT Trim Level = All the Power Options Req. 1 $4,309 $4,309 99P 2.7 Itr V-6 Ecoboost 10 Speed Auto 1 $1,994 $1,994 168 Carpeted Floor 1 Standard 942 Daytime Running Lights 1 $44 $44 BUC Backup Camera 1 Standard NEWT New City Tag 1 $189 $189 52P SYNC System = Bluetooth 1 Included WIUG Bucket Seats 40/Console/40 1 $294, $294 Unless color is specified, the vehicle wit1 be ordered White TOTAL $28,316 Accepted By: Date: Page 268 of 634 Accepted By: Date. Page 269 of 634 QUOTE Vendor: Coggin Ford Requester: Willaim Darty Address: 9650 Atlantic Blvd. Date: 1/30/2018 Jacksonville. FI. 32225 Agency: City of Boynton Beach Off # (904) 608-4240 222 NE 9th Ave From: Rick Hoening Boynton Beach, FL. 33435 Email: RHoening@CogginAuto.com Contact # 561-742-6215 F E I D: 47-3473001 E-Mail FSA Contract 17-VEL25.0 50 senp on +�.w-.a4'� 'W'"I` wA.w...».��.r�v«...... Pickup 2018 Ford F-150 Crew Cab 2WD 1 UAI fnv' $21,486 ._. Extendetl Total $21,486' 2WD Model# W 1 C 3.3 Itr V-6 w16 Speed Auto Black Exterior Options 85A !Power Windows, Locks, Mirrors & Key FOBs 1 $1,169 $1,169 50S Speed Control 1 $224 $224 USPOT (Left Side Spot Light 1 $495 $495 53A HD Towing Package w12" Bar & Ball 1 $598 $598 942 Daytime Running Lights 1 $44 $44 BUC Backup Camera 1 Standard NEWT New City Tag 1 $189 $189 52P SYNC System = Bluetooth 1 $419 $419 I � Unless color is specifled, the vehicle will be ordered White TOTAL_ $24, 624 Accepted By: Date. Page 269 of 634 Name of Dealership 1ai-0-1V-4--j2Q-QR-Q&E)Y CAB PICKUP TRUCK --4X2S12ecification#50A -L Alan Jay Chevrolet Buick GMC Cadillac ALT' - Garber Chevrolet Buick GMC In c. Garber Chevrolet Buick G1%4C Inc. ALT - Alan Jay Chevrolet Buick GMC Cadillac Alan Jay Chevrolet Buick GMC Cadillac ALT - Garber Chevrolet Buick GMC Inc. Auto Nation Chevrolet Peinbroke Pines ALT - Alan Jay Chevrolet Buick GMC Cadillac Coggin Ford ALT - Duval Ford Coggin Ford ALT - Duval Ford Prestige Ford ALT - Duval Ford Co,va1:1in Ford ALT - Prestige Ford 2018 Chevrolet Silverado 1500 (CC15543) 2018 Chevrolet Silverado 1500 (CC15543) 2018 Chevrolet Silverado 1500 (CC 15 543) 2018 Chevrolet Silverado 1500 (CC15543) 2018 Chevrolet Silverado 1500 (CC15543) 2018 Chevrolet Silverado 1500 (CC) 55431) 2018 Chevrolet Silverado 1500 (CC15543) 2018 Chevrol et Si Iverado 1 -5 0 0 �CC 15 5 43) PWIM Western Western Northern Northern Central Central Southern Southern Western Western Northern Northern Central Central Southern Southern as $22,249.00 $22,357.00 $22,237.00 $22,458.00 $22,525.00 $22,784.00 $22,486.00 $22,555,00 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 1500 (TC15543) Western $22,714 M ALT - Garber Chevrolet Buick GMC Inc. 2018 GMC Sierra 1500 (TC15543) Western FLORIDA Garber Chevrolet Buick GMC Inc, COUNTIES Northern $22,534.00 A LT - Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 1500 (TC15543) Name of Dealership 1ai-0-1V-4--j2Q-QR-Q&E)Y CAB PICKUP TRUCK --4X2S12ecification#50A -L Alan Jay Chevrolet Buick GMC Cadillac ALT' - Garber Chevrolet Buick GMC In c. Garber Chevrolet Buick G1%4C Inc. ALT - Alan Jay Chevrolet Buick GMC Cadillac Alan Jay Chevrolet Buick GMC Cadillac ALT - Garber Chevrolet Buick GMC Inc. Auto Nation Chevrolet Peinbroke Pines ALT - Alan Jay Chevrolet Buick GMC Cadillac Coggin Ford ALT - Duval Ford Coggin Ford ALT - Duval Ford Prestige Ford ALT - Duval Ford Co,va1:1in Ford ALT - Prestige Ford 2018 Chevrolet Silverado 1500 (CC15543) 2018 Chevrolet Silverado 1500 (CC15543) 2018 Chevrolet Silverado 1500 (CC 15 543) 2018 Chevrolet Silverado 1500 (CC15543) 2018 Chevrolet Silverado 1500 (CC15543) 2018 Chevrolet Silverado 1500 (CC) 55431) 2018 Chevrolet Silverado 1500 (CC15543) 2018 Chevrol et Si Iverado 1 -5 0 0 �CC 15 5 43) PWIM Western Western Northern Northern Central Central Southern Southern Western Western Northern Northern Central Central Southern Southern as $22,249.00 $22,357.00 $22,237.00 $22,458.00 $22,525.00 $22,784.00 $22,486.00 $22,555,00 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 1500 (TC15543) Western $22,714 M ALT - Garber Chevrolet Buick GMC Inc. 2018 GMC Sierra 1500 (TC15543) Western $22,734.00 Garber Chevrolet Buick GMC Inc, 2018 GMC Sierra 1500 (TC15543) Northern $22,534.00 A LT - Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 1500 (TC15543) Northern $22,664.00 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 1500 (TC15543) Central $221,514.00 ALI' - Garber Chevrolet Buick GMC Inc. 2018 G -%4C Sierra 1500 (TC15543) Central $22,634.00 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 1500 (TC15543) Southern $22,664M ALT- Garber Chevrolet Buick GMC Inc. 2018 GN4C Sierra 1500 (TC15543) Southern $22,684.00 Terry Taylor's Deland Nissan, Inc 2018 Nissan Titan S (38118) Western $26,630-00 2018 Nissan `titan S (38118) Western --NB -- Terry Taylor's DeLand Nissan, Inc 2018 Nissan Titan S (38118) Northern $26.500.00 1749 Page 270 of 634 1750 Page 271 of 634 2018 Nissan Titan S (38118) Northern -- NB -- Terry Taylor's eLand Nissan, Inc 2018 Nissan Titan S (3 8118) Central $216,520.00 2018 Nissan 'T'itan S (38119) Central -- NB -- Terry Taylors DeLand Nissan, Inc 2018 Nissan Titan S (3 118) Southern $26,550.00 2018 Nissan Titan S (38118) Southern -- NB -- AutoNation CDJR Pembroke Pines 2019 Rain 1500 (DSIL98) * Western $19,239.00 ALT - Garber Chrysler Dodge Jeep Inc. 2018 Ram 15 00 (DS I L98) Western $20,156.00 AutoNation CDJR Pembroke Pines 2015 Ram 1500 (DS I L98) *Northern $19,089.00 ALT' - Garber Chrysler Dodge Jeep Inc. 2018 Ram 1500 (DSIL98) Northern $19,916.00 AutoNation CDJR Pembroke Pines 2018 Ram 1500 (DS I L98) *Central $19,154.00 ALT - Garber Chrysler Dodge Jeep Inc. 2018 Ram 1500 (DS 11-98) Central $19,996.00 AutcNation CDJ-R Pembroke Pines 2019 Ram 1500 (DS 1L98) * Southern $19,189.00 ALT - Garber Chrysler Dodge Jeep Inc. 2018 Ram 1500 (DS I L9 8) Southern $20,116.00 2018 ToyotaTundra Crew Max (8259) Western 2018 Toyota Tundra Crew Max (8259) Western NB 2018 Toyota Tundra Crew Max (8259) Northern NB 2018 Toyota Tundra Crew Max (8259) Northern NB 2019 Toyota Tundra Crew Max (8259) Central NH _- 201 2018 Toyota Tundra Crew Max (8259) Central NB 2018 Toyota Tundra Crew Max (825 9) Southern NB 2018 Toyota Tundra Crew Max (8259) Southern NB 1750 Page 271 of 634 N111 W to] Oki I MA,, I 1F.111 11109-11 WM11MINN SPECIFICATION 2018 Chevrolet Silverado 1500 (CC 15543) 2018 Ford F-150 (WIC) 2018 GMC Sierra 1500 (TC15543) 2018 Nissan Titan S (38118) 2018 Ram 1500 (DSIL98) 2018 Toyota Tundra Crew Max (8259) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFER TO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRICING. a. Manufacturer's minimum 6 cylinder gasoline engine, alternator, battery and cooling package. 2. TRANSMISSION/AXLES: a. Manufacturer's standard automatic transmission and axles. 3. PERFORMANCE ITEMS-, a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. 4. COMFORT 1TEM�- a. Manufacturer's standard air conditioning with 134A system. b. Manufacturer's standard tinted glass all around. c. Manufacturers standard AMIFM stereo. d. Heavy duty rubber floor covering instead of carpet. e. Manufacturer's standard production seats. Purchaser will select color at time of order. f Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). 5. SAFETY ITEMS: a. Dual outside mirrors and inside rearview mirror. b. Interior dome lights with left and right door activated switches. c. Manufacturer's standard air bags. 6. BRAKES a. Four wheel anti-lock brake ABS system. 7. TIRES AND WHEELS: Page 272 of 634 b f`� E _.r FLORIDA�CI 3 COUNTIES 40 All Abort norida N111 W to] Oki I MA,, I 1F.111 11109-11 WM11MINN SPECIFICATION 2018 Chevrolet Silverado 1500 (CC 15543) 2018 Ford F-150 (WIC) 2018 GMC Sierra 1500 (TC15543) 2018 Nissan Titan S (38118) 2018 Ram 1500 (DSIL98) 2018 Toyota Tundra Crew Max (8259) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFER TO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRICING. a. Manufacturer's minimum 6 cylinder gasoline engine, alternator, battery and cooling package. 2. TRANSMISSION/AXLES: a. Manufacturer's standard automatic transmission and axles. 3. PERFORMANCE ITEMS-, a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. 4. COMFORT 1TEM�- a. Manufacturer's standard air conditioning with 134A system. b. Manufacturer's standard tinted glass all around. c. Manufacturers standard AMIFM stereo. d. Heavy duty rubber floor covering instead of carpet. e. Manufacturer's standard production seats. Purchaser will select color at time of order. f Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). 5. SAFETY ITEMS: a. Dual outside mirrors and inside rearview mirror. b. Interior dome lights with left and right door activated switches. c. Manufacturer's standard air bags. 6. BRAKES a. Four wheel anti-lock brake ABS system. 7. TIRES AND WHEELS: Page 272 of 634 a. Manufacturer's standard tires and wheels. b. Full size spare tire and rim, if available. �0v &UN ac IU,_ wo . a. Manufacturers standard colors, factory painted. Colors to be determined by individual agencies. b. Manufacturer's standard fuel tank. c. Manufacturer's standard front and rear bumpers. d. Manufacturer's standard bed. DISCLOSURE: THE FLORIDA SHERIFFS ASSOCIATION WORKING IN CONJUNCTION WITH MANUFACTURERS, VENDORS AND DISTRIBUTORS OF VEHICLES/EQUIPMENT DOES THEIR BEST TO ENSURE MODEL NAMES, NUMBERS AND CODES REPRESENT THE LATEST INFORMATION AVAILABLE AT THE TIME THE BID DOCUMENTS ARE PREPARED. IT IS RECOMMENDED THAT YOU CONFIRM THIS INFORMATION WITH THE AWARDED VENDOR REPRESENTATIVE AT THE TIME YOU ARE REQUESTING A CONFIRMING QUOTE. 1752 Page 273 of 634 1/2 TON 4 -DOOR CREW ICATION CAB PICKUP TRUCK - 4X2 SPECIF#50 all this model and FSA's base vehicle specification(s) requirements which are included and made a part of this comr-det's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE. $22,249,00 S22,237M $22,525.00 $22,486.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options whi I allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total costi of the type vehicle(s) you wish to order through this prograin. Simply deduct the cost of any of the following equipment items you wish 4.4leted from 61c �,ase wift cost and/or aki, the c&st-84'any equipment items yoy wish adled to the bas -e -unit c6-st t'.- determine th approximate cost of the type vehicle(s) you wish to order. NOM: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. For options under the primary award under Prestige Ford, please refer to the alternate dealer option for this make and model within specification #50. They are noted as superscript 2. 1770 Page 274 of 634 FLORIDA ASSMMTIONOT' COLTN'11ES kit All Ab..t Florida 1/2 TON 4 -DOOR CREW ICATION CAB PICKUP TRUCK - 4X2 SPECIF#50 all this model and FSA's base vehicle specification(s) requirements which are included and made a part of this comr-det's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE. $22,249,00 S22,237M $22,525.00 $22,486.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options whi I allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total costi of the type vehicle(s) you wish to order through this prograin. Simply deduct the cost of any of the following equipment items you wish 4.4leted from 61c �,ase wift cost and/or aki, the c&st-84'any equipment items yoy wish adled to the bas -e -unit c6-st t'.- determine th approximate cost of the type vehicle(s) you wish to order. NOM: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. For options under the primary award under Prestige Ford, please refer to the alternate dealer option for this make and model within specification #50. They are noted as superscript 2. 1770 Page 274 of 634 VEHICLE: DEALER: ZONE: BASE PRICE: F-1 50 (WIC) Coggin Ford Western $22,249.00 Order Code Delete Options AM/FM stereo radio Air conditioning Full size spare tire and rim Order Code Add Options Coggin Ford Northern $22,237.00 Prestige Ford Central $22,525.00 Coggin Ford Southern $22,486.00 All Zones All Zones Options are to be discounted below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factory add options. Purchasers are encourage to negotiate pricing for options. Additional discounts for each add option shall be decided by the Vendor. Please refer to the Contract Terms and Conditions, Section 2.14 Option Pricing. NA NA NA 99P Engine upgrade - specify $994.001. Engine: 2.7L V6 EcoBoost 1 995 1 Engine upgrade - specify $1,994.00 Engine: 5.OL 18forfler fuel capability. t 98G Bi -fuel model - specify $314.001 98G CNG model - specify $314.001 CNG CNG conversion (discuss with dealer) $13,000.00 98GILPG 1 LPG conversion (discuss with dealer) $10,342.001 INCL UDED LPG CONVERSION I Battery, 650 cca or greater NA Dual batteries NA NONGV3 1 7,700 lbs. GVWA $3,289.001 REQUIRES TRAILER TOW PKG & 5. OL VB ENGINE & 141 WHEELBASE (7600 GVWR) 1 67T 1 Electric brake controller $274.001 Traction control Std XL9 1 Limited slip differential $469.001 300A 1 Manufacturer's model upgrade package (specify pkg. bid) $4,309.001 XLT TRIM LEVEL 300A Includes: Aluminum WHEELS-Clolh 40/20140 Front Seat Includes 4 -way adjustable driver/passenger headrests, manual driver/passenger lumbar and armrest it -/storage. AMIFMStereolSingle-CD Player 6 speakers, SYNC enhanced voice recognition communication and enler lainnrent system, 911 assist. 4.2"LCD display in I center slack, Applink and I smart charging USB port. C 1 Seat trim upgrade - specify NCI 85A 1 Power windows/door locks $1,169.001 XL Power Equipment Group: Power Windows (Front & Rear). Power Door Locks and Power Mirrors I SOS 1 Speed control $224.001 Tilt steering wheel Std 1771 Page 275 of 634 VEHICLE: F-150 ('1) DEALER-, Coggin Ford Coggin Ford Prestige Ford Coggin Ford ZONE- Western Northern Central Southern BASE PRICE: $22,249.00 $22,237.00 $22,525.110 $22,486.00 passenger dome lamp Std W i' Bucket seats in lieu of bench seat X294.001' 'Cloth 401(ansole,/; 0 firont-Sean � 168 ' Carpet in lien of ribber floor coveringo $144.00' I6 ;` 47R Floor teats $279.00' Fractorg= Mats Included Carpeting -4--- WIYFL Wecather`I`ech blear Liners a ddedfiv $279. � 9241571"} Deep tinted glass S319,0(i� F`acloq Deep Tint can Rear Glass wl Req. hear Defroster -IA-- realer Installed Legal Deep Tint on all Glass= $320 --^^tit -•Lrrrrta ,`` Dark llau$369irithLetter A urhierLF73gftoni Sisp l-W.soj, � Sliding rear window 141A 5811 <1 Irl radios with single CSI) $289M' On -Star NA 8L' Satellite radio $484.00' 3K AdditionalKey(s) or Key Fob(s) when applicable $1011.00': 1 MAD KEY PRICING IS FOR I KEY WITHA10 PROGRAMMING. PLE,4SE CALL DLALER FOR ar EY PIUC INN FOR PRO(IRAAMBL,EKEY,S $315 FOR KEY FOBS.( 18B' (ab Steps 6279M' )AC1INCOLOR Side air bags Std 157WB ' Long bed in lieu of short Ise $1,300.00' L(SPOT' i. Left-hand pillar mounted 6" spotlight with clear haloggen bulb, healer installed $495.00'" D/SPOT' „ Left & right-hand pillar mounted 6" spotlight with clear halogen bulb, dealer installed $870.00' I /V_S' Vent visors - stick -on style 5144.00' I li' T 12ainshields - flame style $169.00' UG Bug shield $200.00" 54M -54'Y' Trailer tow mirrors $394.0£1' t. G Wrap-around grille guard $1,395.00' ADD $3511 I'VIl WINCH MOUNT PLATE' 1 ATB ' Aluminum tool boy: $449.00' HD Ahuninuma Diamond Plate Low Pro Tool Bos 18" Depih. !,j 85 Gallon feael n Tool Combo lvaah L-shgperi fuel tank, tool box, 13GI Af farel transfer arunlo, hose, nam -le & GPI niline <atg gal f ov, meor — S1946 ,af Saddle Box w ingle lad & Two (?) bed rad neoacnted side tarcl hoses $1,269 reqs, I57" W8. Call for optaorrs an s% es, depilr or other ideas. I 96P' Bedliner $396.1111' DROP LSV BED LINER � 96W ' Spray -on bedliner (Rhino, Lme-X or approved equivalent) $494.00' Eac:tory •-../l--.— Dealer installed pray in beet later $560 1 Tow hooks NA 5313,-'21311 Class IGS hitch and ball $655.00' Factory Rec. Hitch aV7,14 parr wire connector, 2"Draw Lear 2"Ball, Pow „1 2.5116"Bar & Ball add $35 lI -Dealer outalled 11D Class LV oV 2.5 " Receiver, 7 Pin Wire Harness, ,SolzdSleel Shank Draw Bar, 2 5116"Bali, pin & Clip $695 l £ipgradefivraa Standard 2„dr°ars bar d 2"ball to 2" ball perrstde hook co»abo $169 --/!-- tlpgra de froom standard drawbar &ball to 2 5/16” ball -pantile hook carbo acid $'185 C IM Page 276 of 634 VEHICLE: F-1511( '1C) DEAL Coggin Ford Coggin Ford Prestige Ford Coggin Ford € NE- Western Northern Central Southern BASE PRICE: . $21249.00$22,237,00 $22,525.00 $22,486.00 K/W 1 ,000 lb. which with remote $11,255.001 8, rlrildtb recover winch with remote. (Rens. Wrap treeinggril1 gaac¢a c€ witch ivinc.li utount plate) 1 53A Heavy duty towingrpackage up to 5,000 lbs. with appropriate hitch $59$,00 i Includes 2"Bar & Gall -r,3C,,',XL9/996 Heavy duty towing package up to 7,2100 lbs. with appropriate hitch $1,845.001 Alai Toner iow Package f hicl des Rei aired 3.5L V0 EcoBoostG @ 1(1 speed tr anq) -XL Boase: incl. Soaaaat Tsader Tow Connector, 4-pin/77=pe 3 i1 hese,, Flat«' IV trader hitch receiver, upgraded f -ont stabilizer Isar. auribary traptsmis. ion oil cooler (Pro Trader BackupAssist (47E) is almonbal onYIE.IIIIri (47E requires 76C and ADD $39! a � F'C'C" 1 Fiberglass tonneau cover (painted to match) $1,895m, UTC= Undercover Mark Composite Tonneau Cover = $1,390 ^ -,f/^ Facloril Hard M -Fold Tonneau Caner 1290 _!1 _ For Retrcax Brand locking retractable caster use $1,446 Roll -n -Cock brand use $1, � F/'i OP Fiberglass cab high topper with front, side and rear windows (painted to match) $1,8219.00' " Fier sage access ivindous in hen cl jrxed glass add $ 385 � 942 Daytirne running lights $44M' Immobilize daytime running lights NA Nitrogen filled tires including spare tire N Full size spare tire and rima Std Mid ox body option NA /CAP 1 Steel truck cap $3, 0M' Leer or Equal Afatnai ioi Commercial Tapper (WHITE), 23" High. Front Ffindow, Fsell ,tic e Doors Wih Driver & Passenger Side Tool Boxe. anchading (1) Fertical &Cine (1) Horizontal Divider-, Rear- hfi QU Door w/tvindow, Tiverglases Ctinnaercial Tapper Painted Io Ifatch e kl $4211 if Double SWng Near- Doors iv/vert. glans add $388SpcaceK ap or comparable - d' ff cand rrable Bc rtv). Body can be placed in any 8' duck bed. Easily transl�rable. Also av ailable for 8' truck bed ­-11---Add Contractor Bin Pkg fior 51,335. Add Ser vice Pkgjor $2,985. � C/'SL. Cab shield headache rack (protects back of cab) $598.001 PIRCK 1 „ Pipe rack w/expanded metal basket over cab (for pickup bed) $1,792.19611. Pipe rack w/expended metal basket over calx (for utility body) NA /L1Z 1 Single ladder rack side mounted (specify street or curbside) $1,160,001 153 1 Front license bracket NCI 85H 1 Backup alarm, factory installed „Backup $124,€9Qa BLT7t 1 aSlann, dealer installed $124.69[91 76C Backup camera with 3.5" LCD (roar mounted camera to provide wide angle field of vision at rear $249.00 j of vehicle) - factory installed REQUIRES E0171"AlEYT UPGRADE IIIA PPG r €JC Backup camera with 3.5" LCD (rear -mounted camera to provide wide angle Ladd of vision at rear $695.0611 of vehicle) - dealer installed LG12 1 Optional equipment - specify $2,795.190' 1.200 Ib: capacity lift gate C/STD t Optional equipment - specify $5619.1101 Root No=Drill Laptop Computer .Snisicl tic'lmdes ans'Italdaatio€a. If'- 600m, Puaver Inverter installed teed $'489 ---- lt -__ IRON, Poser Inverter installed Gadd $848 1 76I 1 Optional equimerit -specify $274S)0'Reverse Sensing Page 277 of 634 VEHICLE: F-15 (WIC) DEALER: Coggin Ford Coggin Ford prestige Ford Coggin Ford CANE; Western Northern Central Southern BASE PRICE: $22,249,00 $22,237.06 22,525.00 $22,486M WRAP � Optional equipment - specify 1,000.001 6hrap fibr the windows ter- the entire vehicle. Coat[ filar pricing t RS/SK 1 Optional equipment - specify $269.00' DOT Rocjd Side Safety Kit = 51bs ABC' Fare Extinguisher, First Aid Ktr & Three (�) Road,Side Reflective Triangle in a t case LABOR t Labor rate per hour X100.0 � "CENIP 1 Temporary tag Admin Cast 26A01 $45,00' TRANSTransfer existing registration (must provide tab number) rAJmcn Cost $9125` $169.00' NEWT t New state tag (specify state, county, city, sheriff, etc.) Admin Cost S?1.95' 189.00" Maintenance Plan - specify NA Maintenance Ilan - specify NA Maintenance plan - specify NA Warranty - specify NA Warranty - specify NA Warranty - Specify NA 1774 Page 278 of 634 .{111,--Ci+C`,. .ate" ,.-eAE 1 _. Call Us.fxrst, for all of your Fleet Automotive, & Light Truck needs. Orf PHONE (800) ALA NJAY (252-6529) DIREC 1 WWW.ALANJAY.COM 14159-1 2003 U.S. 27 South Sebring, FL 33870 ORIGINAL QUOTE DATE 1/30/2018 MOBILE 904-838-4999 Mailing [,P.O.BOX 9200 FAX 863-402-4221 Address I Sebring, FL 33871-9200 FSr REVISED QUOTE DATE , - 113012018 REQUESTING AGENCY BOYNTON BEACH; CITY OF CONTACT PERSON WILLIAM DARTY EMAIL .f4t!h!L•9! PHONE 561-742-6215 MOBILE FAX FLORIDA SHERIFF'S ASSOCIATION BID Ws FSA17-VEL25.0 MODEL K8A 2018 FORD POLICE INTERCEPTOR SUV CUSTOMER ID SPECIFICATION # PAGE # BASE DISTRICT PRICE www.fisheriffs.org 06 82 $26,997.00 BED LENGTH I 4DR " All vehicles will be ordered white w/ darkest interior unless clearly stated otherwise on purchase order. FACTORY OPTIONS DESCRIPTION G1 FTa FXT€ RICIR COLOR =BONY BLACKWI H CHARCOAL BiACA Ct.CM-1 FRONT & CLOTH REAR 99R 44-C 3,7L An WITH rs 1SRD AUTO TRANS 153 ---------------------------------------------------------- FROM LICENS-E PLATE BRACKET 1.6CP --------------- CARPET FLOORING )INCLrU 1aiITEI FSU). BUC - FACTORY RY BACKtitle t_AMI Ho WITH DISPLAY IN CENTER STACK )STD) ------ 611; 53P4 611; _. ------------------------------------------------ - --------------------------------------- ; [Fleet] 2018 Ford Police Interceptor Utility (K8A) AWD (56) Note:Photo may not represent exact vehicle or selected equipment. Window Sticker SUMMARY [Fleet] 2018 Ford Police Interceptor Utility (K8A) AWD (56) MSRP:$32,805.00 Interior:No color has been selected. Exterior 1:Shadow Black Exterior 2: No color has been selected. Engine: 3.7L V6 Ti -VCT FFV Transmission: 6 -Speed Automatic OPTIONS CODE MODEL MSRP K8A [Fleet] 2018 Ford Police Interceptor Utility (K8A) AWD (56) $32,805.00 OPTIONS 153 Front License Plate Bracket $0.00 16C 1st & 2nd Row Carpet Floor Covering Inc. 44C Transmission: 6 -Speed Automatic $0.00 500A Order Code 500A $0.00 53M SYNC Basic (Voice -Activated Communications System) $295.00 55F Remote Keyless Entry Key Fob w/o Key Pad $340.00 This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparer's input is subject to the accuracy of the input provided. Data Version: 4797, Data Updated: Jan 28, 2018 9:29:00 PM PST. Jan 30, 2018 Page 1 Page 280 of 634 1 FUELECONOMY 4 Remappable Steering Wheel Switches w.1SYNC Wheel Corers (18" Full Face Wheel Cover) Interior Upgrade Package Front Console Plate Delete Front HeadlamplPolice Interceptor Housing Only Engine: 3.71- V6 Ti -VCT FFV Adjustments Total Destination Charge TOTAL PRICE Est City: 16 (Est) MPG Est Highway:21 (Est) MPG Est Highway Cruising Range:390.60 mi Standard Equipment Mechanical Engine: 3.7L V6 Ti -VCT FFV (STD) Transmission: 6 -Speed Automatic (STD) 3.65 Axle Ratio (STD) Transmission w1Oil Cooler Automatic Full -Time All -Wheel Drive Engine Oil Cooler 78-Amp/Hr 75OCCA Maintenance -Free Battery HD 220 Amp Alternator Police/Fire GVWR: 6,300 lbs Gas -Pressurized Shock Absorbers Front And Rear Anti -Roll Bars TAW ( 0 $945.00 $35,115.00 This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report prepares s input is subject to the accuracy of the input provided. Data Version: 4797. Data Updated: Jan 28, 2018 9:29:00 PM PST Jan 30, 2018 Page 2 Page 281 of 634 Mechanical Exterior [Flea] 2018 Ford Police Interceptor Utility (K8A) AWD (56) Electric Power -Assist Meering 18.6 Gal. Fuel Tank Dual Stainless Steel Exhaust Permanent Lucking Flubs Strut Front Suspension w/Coil Springs Multi -Link Rear Suspension w/Coil Springs 4 -Wheel Disc Brakes w/4 -Wheel ABS, Front Vented Discs, Brake Assist and Hill Hold Control Wheels: 18" x 8" 5 -Spoke Painted Black Steel -inc: center caps and full size spare Tires: P245/55R1 8 AS BSW Steel Spare Wheel Spare -Dire Mounted Inside Under Cargo learcoat Paint Body -Colored Front Bumper w/Black Rub Strip/Fascia accent Body -Colored Fear Step Bumper w/Black Rub Strip/Fascia Accent Black Bodyside Madding and Black Wheel Well Trim Black Side Windows Trim and Black Front Windshield Trim Black Door Handles Black Power Sidle Mirrors w/Convex Spotter and Manual Folding Fixed Rear Window wlFxed Interval Wiper, Heated Wiper Park and Defroster Deep Tinted Mass Speed Sensitive Variable Intermittent Wipers Front Windshield -inc: Sun Vista Strip Galvanized Steel/Aluminum Panels Lip Spoiler Black Grille Lifigate Rear Cargo Access Tailgate/Rear Door Luck Included w/Power Door Locks Aero -Composite Led Low Bearn Headlamps LED Brakelitdhts This document contains information considered confidential between Go and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary, Photos may not represent actual vehicles or exact configurations. content based on report preparer's input is subject to the accuracy of the input provided. Data Version: 4797. Data Updated: Jan 28, 2018 9:29:00 PM PST. ,tan 30, 20118 Page 3 Page 282 of 634 Entertainment Interior [Fleet] 2018 Ford Police Interceptor Utility (K6A) AWD (56) Radio wlSpeed Compensated Volume Control and Steering Wheel Controls Radio: MyFord AMIFM/CD/MP3 Capable -inc: clock, 6 speakers and 4.2" color LCD screen center -stack Smart Display 60-40 Folding Split -Bench Front Facing Fold Forward Seatback Rear Seat Manual Tilt Steering Column Gauges -ince: Speedometer, Odometer, Engine Coolant Temp, Tachometer, Engine Flour Meter, Trip Odometer and Trip Computer Power Rear Windows and Fixed 3rd Row Windows Remote Releases -inc: Prower Cargo Access Cruise Control w/Steering Wheel Controls Manual Air Conditioning HVAC -inc: Underseat Ducts Locking Glove Box Driver Foot Rest Unique FID Cloth Front Bucket Seats w/Vinyl Rear -inc: driver -way power track (forelaft.up/down, tilt wlrnanual recline, 2 -way manual lumbar, passenger 2 -way manual track (fore/aft, yr/manual recline) and built-in steel intrusion plates in both front seatbacks Interior Trim -ine: Metal -Look Instrument Panel Insert, Metal -Look Door Panel Insert and Metal -Look Interior Accents Frill Cloth Headliner Urethane Gear Shift Knob Day -bight Rearview Mirror Driver And Passenger Visor Vanity Mirrors Mini Overhead Console w/Storage and 2 12V DC Power Outlets Front And Rear Map Lights Fade -To -Off Interior Lighting Full Vinyl/Rubber Floor Covering Carpet Floor Trim Cargo Features -inc: Cargo TraylOrganizer Cargo Space Lights This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do riot ir)clude certain fees, taxes and changes that may be required by law or vary by manufactureror region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparer's input is subject to the accuracy of the input provided. Data Version: 4797. Data Updated: Jan 28, 2018 9:29:00 PI'S PST. Jan :tri, 2018 Page 4 Page 283 of 634 Interior Safety -Mechanical Safety -Exterior Safety -interior [Fleet] 2018 Ford Police Interceptor Utility (K8A) AWD ( 6) Dashboard Storage, Driver And Passenger Door Bins Power Adjustable Pedals Power 1st Row Windows w/Driver And Passenger 1 -Touch Up/Down Delayed Accessory Power Power Door Locks Systems Monitor Redundant Digital Speedometer Trip Computer Analog Display Seats wNinyl Back Material Manual Adjustable Front Head Restraints 2 12V DC Power Outlets Air Filtration Advancetrac w/Roll Stability Control Electronic Stability Control (ESC) And Roll Stability Control (RSC) ABS And Driveline Traction Control Side Impact Beams Dual Stage Driver And Passenger Seat -Mounted Side Airbags Tire Specific Low Tire Pressure Warning Dual Stage Driver And Passenger Front Airbags Safety Canopy System Curtain 1st And 2nd Row Airbags Airbag Occupancy Sensor Rear Child Safety Locks Outboard Front Lap And Shoulder Safety Belts -inc: Rear Center 3 Point, Height Adjusters and Pretensioners Back -Up Camera w[Washer This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that maybe required bylaw or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparer's input is subject to the accuracy of the input provided. Data Version: 4797, Data Updated: Jan 28, 2018 9:29:00 PM PST. Jan 30, 2018 Page 5 Page 284 of 634 WARRANTY [Fleet] 2018 Ford Police Interceptor Utility (K8A) AWD (56) Basic Years: 3 Basic Miles/km: 36,000 Drivetrain Years: 5 Drivetrain Mileslkm: 100,000 Corrosion Years: 5 Corrosion Miles/km: Unlimited Roadside Assistance Years: 5 Roadside Assistance Miles/km: 60,000 This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and avaitability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparer's input is subject to the accuracy of the input provided. Luta `version: 4797. Data Updated: Jan 28, 2018 9:29:00 PM PST Jan 30, 2018 Paye 6 Page 285 of 634 FIA w 1' MMIX-MI-A F,111 w 1110911 Name of Dealership Type of Vehicle tN fZ FORD IN CEPTOR POLICE .,_. i lR L FLORIDA Duval Ford 2018 Ford Interceptor Utility (K8A) *Western (nvs��sryryt.rt:[n'rscr�;��c++r1pp ALT - Garber Ford Inc. A![ About Florida FIA w 1' MMIX-MI-A F,111 w 1110911 Name of Dealership Type of Vehicle Zone Base Unit Price FORD IN CEPTOR POLICE RATED UTILITY - AWD (Specification #06) Duval Ford 2018 Ford Interceptor Utility (K8A) *Western $26,901.00 ALT - Garber Ford Inc. 2018 Ford Interceptor Utility (K8A) Western $27,555.00 Duval Ford 2018 Ford Interceptor Utility (K8A) *Northern $27,083.00 ALT - Garber Ford Inc. 2018 Ford Interceptor Utility (K8A) Northern $27,405.00 Prestige Ford 2018 Ford Interceptor Utility (K8A) *Central $26,869.00 ALT - Alan Jay Ford Lincoln 2018 Ford Interceptor Utility (K8A) Central $26,997.00 Alan Jay Ford Lincoln 2018 Ford Interceptor Utility (K8A) *Southern $26,997.00 ALT - Duval Ford 2018 Ford Interceptor Utility (K8A) Southern $27,426.00 80 Page 286 of 634 SPECIFICATION #6 2018 Ford Interceptor Utility (K8A) TAE FOLLOWING ITEMS WILL BE FACTORY, IMEET THE MODEL NUMBER AND BUILD CODESLISTED. REFER O THE EMERGENCY SIRENS THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR Ford Interceptor Utility (K8A) Cade Description K8A 1A_ "' - FLORIDA � a�� " s i n5sc7c:taTtc.�tic3r• COU FS W Black Interior ' AH Aboo Florida SPECIFICATION #6 2018 Ford Interceptor Utility (K8A) TAE FOLLOWING ITEMS WILL BE FACTORY, IMEET THE MODEL NUMBER AND BUILD CODESLISTED. REFER O THE EMERGENCY SIRENS THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR Ford Interceptor Utility (K8A) Cade Description K8A Ford Interceptor Police bated Utility Vehicle Sly Driver's Side (Left and) Spotlight 87r Seats Cloth Front Buckets/ Dear Vinyl W Black Interior 5A Equipment Group 99It 3.7L V6 Engine 44C 6 Speed Auto Transmission 153 Front License Bracket 87r Factory Back-up Camera Std Power Distribution Lug Std Dome Lamp/Overhead Light DISCLOSURE:FLORIDASHERIFFS ASSOCIATION WORKING„ VENDORSWITH MANUFACTURERS, AND rVEHICLES/EQUIPMENT DOES THEIR BEST TO ENSURE MODELNAMES,1' AND CODES THE LATEST INFOP14ATION AVAILABLE AT THE TIME! DOCUMENTS PREPARED. IT IS RECOMMENDED THAT YOU CONFIRM THIS INAIt THE AWARDED VENDOR REPRESENTATIVE AT THE TIME YOU ARE REQUESTING CONFIRMINGQUOTE. 81 Page 287 of 634 FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES FORD INTERCEPTOR POLICE RATED UTILITY - AWD SPECIFICATION #6 2418 Ford Interceptor Utility (KSA) an acturer or this model and FSA's base vehicle specification(s) requirements which are included and made a part ofthis contract's vehicle base price as awarded by specification by zone. ZONE: Western *Northern Central * Southern BASE PRICE: $26,901 M $27,083.00 $26,869.00 $26,997M While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include these equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency, In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular warts or needs. The following equipment delete and add captions and their related cost are provided here to assist you in approximating the total cost of the type vehicles) you wish to order through this program, Simply deduct the cost of any of the following equipment items you wish deleted from the base remit cost and/or Tadd the cost of any equipment items you wish added to the base unit coast to determine the approximate Borst of the type vehicle(s) you garish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 82 Page 288 of 634 p( s� FLORIDA ASSOCIATIOMA- COL=ES All About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES FORD INTERCEPTOR POLICE RATED UTILITY - AWD SPECIFICATION #6 2418 Ford Interceptor Utility (KSA) an acturer or this model and FSA's base vehicle specification(s) requirements which are included and made a part ofthis contract's vehicle base price as awarded by specification by zone. ZONE: Western *Northern Central * Southern BASE PRICE: $26,901 M $27,083.00 $26,869.00 $26,997M While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include these equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency, In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular warts or needs. The following equipment delete and add captions and their related cost are provided here to assist you in approximating the total cost of the type vehicles) you wish to order through this program, Simply deduct the cost of any of the following equipment items you wish deleted from the base remit cost and/or Tadd the cost of any equipment items you wish added to the base unit coast to determine the approximate Borst of the type vehicle(s) you garish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 82 Page 288 of 634 Order Code 16D 1 16D 2 16D 3 D51Y I D51Y 2 D51Y 3 D153 1 D153 2 1153 3 45F3 I 5D z 5D 3 Interceptor Utility (1K8A) Duval Ford Duval Ford ' Western "Northern $26,901.00 $27,083.00 Delete Options Badge delete (Police Interceptor Badge Only) Driver's Side Spotlight Front License Bracket Prestige Ford Alan Jay Ford Lincoln Central Southern $26,869.60 $26,997.00 Western Northern entral Southern NCI NC 2 C3 NCI NC NC * Front Console plate - Delete Not available with option 67C, 67H, NC"1 NCS 61U, 5R* New for this model year 6 Western Add Options At Northern Cen r l a1mrMIMT 99T 1 3.5L V6 Bcoboost Engine Upgrade 99T 2 (131tnph Tap Speed), includes 44c trxansaneisian 1 99I 44C 3 3.5L V6 %coboost Engine with 6 -speed automenic transmission 3 41H 3 ! Engine block heater 41H 41H 3 900 1 Ballistic door panels - drive front door 90F° 2 Tested and meets the requirements ajf,VIJ Standard 0108.01 Level X.- 7.62 x51 seams 3 9.74 1180 (308 Winchester 150gr) Per L,4PL) requirements, they're also designed to withstand special threat rounds: 7.62 x 39 near✓ vfSC .' 7 9g ('1 ype 56) 5.56 x 45 atom .11193 3.354 5.56 x 45mrn .11855 4g. FOR LEVEL Il' 90F USE 2414. Tested and meets the requirements of NIT Standard 0108.01 Level IV.- .30-06 M2 An 166ga (7.62 x 63.4PiM2 10.8_,). Designed to withstand special thi-eat rounds: 7.62 x 5411 LPS 9.658 7.62 x 51 Hint M61 9.75g (308 G6'ineFie.ster l -0 5 r) In addition, Level 1V+ includes all ra1"'the NM Level 111 and LAPD rounds live LEVEL 4 2 $3,294.001 $3,290.002 $3,294.00' $89.001 $89.062 $89,0013: $1,584.00' $2,414.00' $1,584.003 a Page 289 of 634 VEHICLE: Interceptor Utility ( A) DEALER: Duval Ford Duval Ford Prestige Ford Alan Jay Ford Lincoln )NL« *Western Northern Central Southern BASERIC: $26,901.00 $27,083.00 $26,869.00 $26,997.00 90L t Ballistic door panels - driver passenger front doors $3,169,00 $4,829.ati� $3,169.00' 900 2 Tested and meets the r equir-ernents of NY Standard 0105.01 Level 111: 7.62 x 51 rnrer 3 9.7g Lf50 ( 305 Winchester- 150gr) Per LAPD requirements, they're also resigned tv withstand special threat rounds: 7.62 x 39 irons MSC:' 7.9g (73'1re 54) 5.56 x 45 nim M193 3.368 5.56 x 45myn ,M11555 4g. FOR LL VEL IV 9OG USE4829. Tested and anects the requraernens of IJ,Srandarr10108.01 Level IV: .30-061s12AP 166gr (7.62 x 63 .APAQ 10,8g). Designed to withstand special threrrl rounds: 7.62 x fold LPS 9.658 7.62 x 51 tram Affil 9.75g ( 305 Winchester 150.5ge) In addition, Level I1'+ includes all of the NIJ Level Ill andLAPD rounds lisPild LEfEL42 63V t Cargos Storage Vault (includes lockable door)NOTE: Not available $244.00' 5244.00` $244.00' 63V � with Aux. Air Conditioning (17A) 63V 3 FOR Set€na Wealrons f=ault, use $1436 � 67G1 Cargo Tiring iTpt Package- Dear console plate (51t) - contours 9 'a $1,339.00 $1,329.00® $1,339.00- 67G through 2nd row; channel for wiring- Wiring overlay harness with 67G � lighting and siren interface connections- Vehicle Engine harness:? ' Two (2) light connectors - supports up to six (6) LFII lights (engine compartment)? Two (2) grille light connectors? Two (2) 50 amp battery ground circuits in right hand rear -quarter power distribution Junction block? One (1) 10 -amp siren/speaker circuit (engine to cargo area)- Whelen Lighting PCC8R Control Head- Whelen PCCSft Light Relay Center (nrounted behind 2nd row seat)- Light Controller / Relay Center Wiring (lurnper harness)- Whelen Specific Cable (console to cargo area) Connects PCC 8R to Control Bead- Pre -wiring for grille LLII lights, siren and speaker (60A) - Does "riot" include LED lights? Ilecormnend Police Dire Harness Connector Kits 47C and 21PNote: Not available with options: 65U, . 6711 and 67U 66A' 'Front Il adlarnp Lighting Solution— Includes lyase LEDLow $849.001 $849.00' $849.00' 66A ` beam/Incandescent (Halogen) high beam headlamp with High 66A BeamWig-wag function and. two (2) white rectangular LED side warning lights— Includes pre -wire for grille LED lights, siren and speaker (60A)— Whing, LED lights included. Controller "not" IncludedNote: Not available with option: 671 este: Recommend using Cargo Wiring Upfit Package (6701) or Ultimate Wiring Package (67U) 6P � Front headlamp / Police Interceptor Housing Only— Tire -drilled hole $124.00 i $124.00 $124,00' 86P ` for° side marker police use, does not include LEDinstalled lights 6P' (eliminates need to drill housing assemblies)—Pre-rnolded side warning LED holes with standard twist lock sealed capability (dues not include LFII installed lights) Note: Not available with options: 6A and 67H 65U t Interior Upgrade Package— 1st d 2nd Row Carpet Floor $389.001 $389.00? $389.00' 651) 2 Covering— Cloth Seats —Frear — Center Floor Console less shifter 6511 wlunique Police console finish plate — Includes Console— Top Plate Finish 3 (incl. 2 cup holders) — Floor Mats, front and rear (carpeted) — Deletes the standard console mounting plate (85D)Note: Not available with options: 67G, 67H, 67U on Page 290 of 634 VEHICLE: DEALER: ZONE: BASE PRICE: 593 1 593 2 593 3 60A 60A 60A 3 66 66B 9 66B 3 Interceptor Utility (KSA) Duval Ford Duval Ford *Northern $27,08).00 Prestige Ford Alan Jay Ford Lincoln * Central * Southern $26,869A0 $26,99T00 ,$119.001 $119.002 Perimeter Anti -Theft Alarm- Activated by hood door or lifiggate. $124 .003 REQUIRES Key Fob (595) PerimeterAnfi-Thqji Alarm —Activated by Hood, Door a?- Lifigare — Requires Key Fob (55F) Note: Cannor be ardered with Keyed` A h1w options I I Pre -wiring for grille lamp $49.0811 $49.()0` $49.00' Tail Lamp Lighting Solution— Includes base LED lights plus two $424.00' $424.002 $424.003 (2) rear integrated hemispheric lighthead white LED side warning lights in tail lamps LED lights only. Wiring, controller "not" included Note: Not available with option: 671 Recommend asing Cargo ifiring Up fat Package (67G) or Ultimate Wiring Package (6 7 U) 67H I Ready for the Road Packagge;All-in Complete Package — Includes $3,414.00' $3,414.00' $3,414.00' 67H 2 Police Interceptor Packages: 66A, 6613, 66C, plus — Whelen 67H Cencom Light Controller Head with dimmable backlight— Whelen Cencom Relay Center / Siren /Amp w/Traffic Advisor (mounted behind 2nd row seat)— Light Controller /Relay Cencorn Wiring (wiring harness) w/additional input/output pigtails— High current pigtail— Whelen Specific WECAN Cable (console to cargo area) connects Cencom to Control Head— Pre -wiring for grille LED lights, siren and speaker (60A)— Rear console plate (851 .) — contours through 2nd row; channel for wiring— Grille linear LED Lights (Red 11 Blase)--- I00—Watt Siren / Speaker— Midden Door -Lock Plunger/ Rear -Door Handles Inoperable (52P)— Wiring Harness:?Two (2) 50 arnp battery and ground circuits in P-1-1 rear-quarterNote: Not available with options: 66A; 6613; 66C; 67G, 67U 66C 'Rear Lighting Solution— Includes two (2) backlit flashing linear $454.00' $454.00' $454.0032 66C high-intensity LED lights (driver's side red / passenger side blue) 0 3 66C mounted to inside lifigate glass)— Includes two (2) backlit flashing linear high-intensity LED lights (driver's side red /Passenger side blue) installed on inside lip of lifigate (lights activate when liftate is open)— LED lights only. Wiring, controller "not" included Note: Not available with option: 67H Recommend jesing Cargo ifiring LWT t Package (67G) or Ultimate Wiring Package (6 7 U) -1 18X 100 watt siren/speaker $299.00' $299.002 $299.00' lax 2 included in 67h 18X 3 61R I Remappable (4) Switches on steering wheel (less SYNC) $154.00' $154.002 154.00' 61R 2 3 6183 615 I Remappable (4) Switches on steering wheel (with SYNC) $154.00' $154.00' $448.00' 615 2 (4) remay7pable switches ivith SYNC - or - (53h1- SYNC'basic voice aefiraled 3 61S 53M 3 cokninmicalions system includessingle USB and single raze: jack $ 294) M Page 291 of 634 VEHICLE: Interceptor Utility (K8A) DEALER.- Duval Ford Duval lord Prestige Ford ONE: Western "Northern Central BASE, PRICE: $26,901.00 $27,083.00 $26,869.00 8511 1 Rear Console PlateNO ' -blot available with option 65U, 85D SFt 2 inchided it) 67& 67h, 6711 i 5R www.fordpoliceinterceptorupfit.com 55F i Remote Keyless Entry Key Fob (wits Keypad, less P TS)NO 595 2 Not available with keyed alike. 55F.3 Remote Ker -less -Entry= Key Fob (avle Kcltpaa', less PACS) — (includes 4-kea1fobs) ,dote. Available with Keyed Mike, however, hey fb6.s are "rant ,fobbed alike oilier ordered iviih Keyed -Alike I KED' 1 Remote Keyless-Eniq Kev Fab oncludes 44eyjbb�j - add- (FOR - additional DLR 2 remotes $z?Q. each) 3 47C: t police Wire Harness Connector Kit — FrontFor connectivity to Ford 47C~ PI Package solations includes:- (2) Male 4 -pin comiectors for siren - 47C (5) Female 4 -pin connectors for lightinalsirenls eaker- (1) 4 -pin I connector for speakers- (1) 4 -pin IP connector for siren controller connectivity- (1) -pin sealed connector- (1) 14 -pin IF Corineetor' ote. See Llpfiners olfde for further detail www.fordpoliceinterceptorupfit.com 21P 1 Police Wire Harness Connector £Git -- lie• F`csr connectivity to Ford 21P 2 PI Package solutions includes:- (1) 2 -pin connector for rear 211 3 lighting- (1) 2 -pin connector- (6) Female 4 -pin connectors- (f ) Male 4 pin connectors- (1) 10 -pin connectorNote: Sea Upti ters guide for further detail www.fordpoliceintereeptorupfit.com KED' 1 Additional Key(s) or Key Fob(s) when applicable. DLR 2 For additional ked, with FDTi add $150 and requir-esAcioty option 35f$339 � KEY.4ND REMOTE 2 Vehicle carnes standard oveh 4 sfftulrle flee[ keys.- add - (1,LTKEY - Rddilional feet keys. $125 each.j 3 1711 i auxiliary air conditioning 17A 2 Norte: Not available with Cargo Storage Fault (63 G? r 171 3 16C 1 Carpeted floor covering 16C 2 1st and ?nd r°aov rczs�ezfto ar coi=c€ua{r`xre1, ,floor niats.,front and rear). included in 165FOR RUBBER ALL WEATHER MOTS LSE X140 1 16t' 3 43D I Courtesy lamp disabled 43D 2 Dark Car Feature -- Cherries'v la»[Ps disabled }wen avow char is epened ` ote: IYra9 43D 3 available with Daytime Running Lamps (942) I 17T i €7orne lamp - red/white rear 17'T 2 17T i 59' ° Fleet key, keyed alike 59E 2 SPECIFY yr-TIAT FLL'ET CODE YOU USE 59e is code 1435x. 596 is code 1284x, 3 59d is code 0135x. 596 is code (15;61x, 59j is code 1111x, 59c is code 1294x, 59g is 59 Bode 0151.e. Please select and add to purchase carder Keys (Note: Can be ordered with ReivElle Kovless-Entry— 55F; Not available with PL't'imeler. nf%-Thefi Abirfre 593) 1 n'!ti RL'M`TL' KbiyLLSS 2 Includes 1435X, also arailabie: 59B includes 1284X 59D includes 0135X. 59F 3 inchsles'1576X, 59T includes 1llla , 59C° includes 1294X, 59G includes 01 51,1-, Alan Jay Ford Lincoln * Southern $26,997.00 $34.00 $34,002 $34.003 $339.0111 $339.002 $339.00' $104,40' $104.0()2 $104.00 $129,00' $129.002 $129.00 $176.00' $195,00 Std ` $609.00 $609.04` $609,003 $124.001 $124.002 $124.60 $19.00 $19.002 $14,00 $49,00' $49,00' $49.003 $49.001 $49.402 $49.003 MA Page 292 of 634 FITC Interceptor Utility (8A) DEALER: Duval Ford Duval Ford Prestige Ford Alan Jay Ford Lincoln ZONE: * Western Northern Central Southern BASE PRICE- $26,901 M $27,083.00 $26,869.00 $26,997.00 16C. ] Floor inats colored keyed to carpet $124,00' $124M' NAS 16C 2 1st and 2nd row car pet f oor covering {incl. flo Jr' mats, front anti iofw), included in 65u. FOR RC_.BBER RLL WEAYHERWYN USE ,5140 (Included and otdi, available with 16C) 3 60R I Noise suppression bands $39.11%&, $99.002 $99.[10, 6R 2 60R ' 68G n Rear door handles locks inoperative 34,001 S34.002 $34.00: 688 68G 3 18W 1 , Rear window switches inoperative $24.00' $21.002 $24.00' 1G�� 1 gid' 3 TREM G Tremco ti -theft - foot activated, dealer installed $219,00' $250.00' $249.00',. DLR 2 Product Specdiiications Ae Antr-Theff syssoon will lawn on € unim atically over 'v fime _; TREM tire vehicle shift lever is placed in the 'Park ""po orlon Tire sysfem .�hald rant rerlaair-e a key or sivitch ICJ activate, since epacli dep€o'120°Es are Contenon in police procedure, . This teelinolo I00% it v enhances iuq,-e. 51Z 2 Right-hand pillar mounted 6" spotlight with clear halogen bulb, $28100' $279.00" $299.00' 51Z factory installed 51z 3 Includes spotlight delete d51y 1 Fact€ Jy right 3uznd Unity iracearrclescerrt ,slrvt fxrrrFr trz ftufec 1J-113' (,5]S- Factory left onda'gh! hand Una i, LED spot lamps, includes D=51Y X569.) 3 6Z 6Z " 6Z 3 47A.SFST 1 DLR 2 SAFE Roof rack side rails - black 154.00' 154.00` $154.011' SafeStop vehicle anti -theft - key activated or emergency lights $259.00' $250.002 $299.003 activated, plug- -play for roost Ford and Chevy fleet vehicles, dealer installed in 20 minutes or less FOR THE FORD OPTION 47-4 Police Engine Idle fecrtur°e — This f o" acre allowsyou to leas=e the engine running andprevents'vOu • vehicle. x)m unaulhorLed use when outside of your vehicle Allows the key to be removed from ignition Aile vehicle r'etnaou iveingi BBC1 i ; Backup "hot" camera with 3,5" LCL) (rear mounted camera to $695.001 $6511.1102 NA BUC"' provide gide angle field ol'surveillance at rear of vehicle) - Dealer installed The RlackT'are DR65tw-2C'H rs a reliable and ideal discal -channel car dashcam fbr motorists who want to record driving scenes -sin hath fi-o 2t and rear windaarc. The main camera, moaanted on the ,front windshield, raptures the entire road ahead.. The rear camera, attached to the rear window, records what's behind von. T1ae two cameras are connected with a high=quacahty coaxial cable and hofh record to the same rnicrayD card Built-in MiR allows you to communicate with €he dash earn via the free loackb arc: App on yew- stnartphone or tablet giving you the abitify to watch recorded ar live video without taking out the nucro.SE) card. A compact and sleek body in viatle black makes it unnoticeable and ifs placement on the windshield does rust tcrjgew the Idriveis Basionc hitprr`ltvstxv.rsssny� te+ras.cxrast Z-charaaaef 3286 rfasda=careaerrx_hyr-blrackvite.hind, Body side moldings NA NA NA Chrome grille NA NA KA M Page 293 of 634 VEHICLE: Interceptor Utility (MA) 961 2 DEALER: Duval Ford Duval Ford Prestige Ford ,flan Jay Ford Lincoln ONE: Western *Northern Central * Southern BASE PRICE: $26,901,00 $27,083,00 $26,869.00 $26,997.00 19L I Lockable ,gas cap for easy fuel sapless fuel -filler $19,00, $19.00 $19.003 19L {Lice plates, 4"inter77al dual ciip holder. 7 "shallow+= eray, (3) LSC orulets, and height 19L 3 aeljztstable 5`x& "sir-rrrr•est. 3 Tocyproducts 91A I Two -Tone Vinyl Package #I (roof vinyl; R14;`LH front doors vinyl; $8_119M 1 $939.002 $839,003 91A 2 RRILFI rear doors vinyl - not available with order cads 91 T3, 91 C:, 9IA ' 9110 With crap, set of three (:3). tleal;ht adjustable anti rest with 5'x8"jbarra pact, .bolts to (Not available with the /sllowing options: 91C, 91R 91E, 91r, 91G, 91J) 3 9113 Two -`Pune Vinyl package 92 (roof vinyl; hosed vinyl - not available NA1 NA` NA' 91B 2 with order codes 91 A, 91 C., 91 D) Partition kick panels wa ih baa; -foot pockets. $1296 [OPTION D] REAR PAR`ITHON, Discontinued - substitute - (91D - Ponce vin 'v/ word ivrap - white - non-r#lective on booth sides of vehicle $794) - or- - (91E - Police Tina 7 word wrap= black - non-redectia�e on both sides of vehicle 9794) - or- (91F- Police vinyl word wrap - whate - reflective on both sides of vehicle $794) -cat- - (91 G - Sher.•fj vinyl word wrap - white - mora -r elective on both sides cf rehicte $794) 3 E A Two -Tone Vinyl Package #3 (roof vinyl: RFI/LFI front doors candy $699.001 $699.00' $699.110' vinyl -trot available with order codes 91A, 9113, 91D) (dot available avith the foliaaving options: 91A. 91?`i, 91E, 91F. 91Q, 91J) 3 Two -tome paint (dealer installed) $1,396,001 $1,395.002 $1,500.00' , pecifically for° dours to he white? only, Sera'pirnirec nfyour currentPaint scheme. 1 Dectler installed 2 -£orae faaa€ar to tnclusle 4 -doors and rdaaf. A,I3,Cpiliaars care d mo-ros to remain factocy paint. -1 Reverse sensing 1�'eai° piirraaizitir sertsrrr,s fcar cratft,saort cxviaatd 1 Facnmy reverse sertsirrg system - and - (5513 54Z - BLIS blaaad spay monitoring syslerrr with cross traffic alert $544.1) 3 Roof mounted luggage rack, no center cross Yearns Wheel covers i3'heel Covers (18" Fall ficace Wheel Cover) Nate: Onh" available with the standard Police wheef riot available with 64L` � ii 14"full face wheel covers - or - (64E -18" Painted Alunprumn wheels (4`) $471) 3 FIAVIS 1 Optional equipment - specify 961 2 [OPTIONA]LIcivis center CCIIVS&E ivith carp Milder, flip rep armr-est and triple do ( -I h1I�I-I 3 outlet plugs Include v faller plates, Radia and Controller Bracket. Boyer must sPtpply RcadsoBrandforpropercnnftguraaon. $68010P170NBf LAPIOPS7i1%Z3: Mavis laptop base, pole s£an d, and universal locking laptop trzty. Options available USE $`51 REAR TR4FIC LIGHT FACTORY INSTALLED 2 TROY PRODUCTS 14"sloped console with computer deck, Includesfloor plate, {Lice plates, 4"inter77al dual ciip holder. 7 "shallow+= eray, (3) LSC orulets, and height aeljztstable 5`x& "sir-rrrr•est. 3 Tocyproducts Optional equipment - specify 96try 2 [OPTYON A] TROY PItODUC1514"sloped C ONSOLE with computer deck CM-UNIN I -SA-LED - Inelu des flooelrlate and faceplates. Other- consoles & accessories at 46 offmaster price last. 4" dual cup internal beverage holder. 5" shaltrraa console tray. LSC outlet With crap, set of three (:3). tleal;ht adjustable anti rest with 5'x8"jbarra pact, .bolts to rear ol'cunsole. $680 [OPTION BI Club?PUTE'R MOUNT ivith ease, orae -handed operation and swung -arra to accommodate customer supplies" docking station. Botts to TROY console. $575 [OPTION C.j LARGE WINUOW PAR IT] YON with sliding window, crawl -through barrier and weapon recess panel. Includes rr oohing drat. Partition kick panels wa ih baa; -foot pockets. $1296 [OPTION D] REAR PAR`ITHON, $274.00' $274.002 $274.00' $154.00' $154.002 NA $59.00' $59.00 $59.00- $680.00' $1,399.00 $640.00 $680.001 $1,114.002 $435.003 1m Page 294 of 634 VEHICLE: Interceptor Ulifily (KSA) DEALER, Duval Ford Duval Ford larestip0e Ford Alan Jay Ford Lincoln ZONE: *Westem *Northem Central Southern BASE PRICE: 26,901.I14) $27,083,00 $216,969M $26,997,00 square -hole pattern with side fair (sag crompliand m(naning Idt. $650 [OPTION El PLAS77CREAT with Q( fivej-Sqfe ecatbef 3yc8ersi. Includes rearparfilion o4th square-bolepanern and cargo windom, ,ride lianch $1600 [011TION F] TfN1V1)0T3" BARS. driver` ,1- passenger- ivelded ver acal bar window guards, $500 [OPT OST GI STORAGE J,"A Ul. r 40 "T'Vx32 "Lxl 2.U" lacludes nru (2) lockable dram -fight handles, [OPTIOATI-71 TILT -UP CARGO moupim allow etupe? on tatyfiam mfloor, $1450 access Is the spare fire wUhfull-sLe storage vault, $550 [OPTION 1] TILT-DOPOV EZ.A'(,TWOk1]CS TRAY, inouro to the TRO Y carga orouni. $3.50 JOPTION J] (70AIMYMY) POST ivith rift -up white. board and storage drawers, Access to spare iure when mounled oo. TROY casea Ynount Other commandpoet coqfigsiraliolgs arailable 55250 JOPTION K] TROY dual weapon gun stiotan. Includes bull. Plates and lock brarker.s Large hsjnd6siff'sij4e gion lock_ Includes ff2 kot, andpaish bution. $484 t 89 Page 295 of 634 2 tarns, docking station, not included.- add - ('(.'-AT1,i'1500 - 7ROYproducls deluxe Iciptop&iy.lbreoiiipifteriil)to]5"ivzdexll.5"iiigh$375.)-or' - one -handed operation and. swim;g-arm to accommodate cumomer supplyed Have 1, docking station, bolts Fit 7ROY console $475.) - and - (UT -10] - Havis standard I emirersal laptop mouni Will lock $355) 3 MISC OPTIONS Optional equipment - specify $385M' $28%00' $785M' 63B V TION Aj DFEP TINT.' $385 [OP TION 13]1GUN:.Siragl GF a Rack are Fitt I 3 CC -PI -MC 18 G5000 Out- untrersally mounted goon racA con be re ourtied art to partition. on a kvire screws, or, can be installed in your trunk All af our steel gure racks come a ith 8 second timers b2a alsoftature haptelciftt vre.ughl or e'endmg key Uterrides or the even qj'a power,finlure. Pvo=gard's G5000 series con accommodale nwhiple weapons and accessories. $395 [OPTION Cl 2 GUN: Duat gun tnoma, g172 if): $436 [OP 77 ON DI DE"CAT"UR 12413A11 G2i; D UAL KA `S $225 0 IOP TA)N F] INVERYARS.- [OP71ON if 111250 750 Watt Inverter: $400 IOPTION 21 }'}C1000 1000 Watt Inverter: $600 1 OPT/Ok 31 711200 0 2000 Watt Inverter: S750 JOP7701V 4] 1113000 3000 Watt Inverter $'900 f0117YON 51711001 Remote Cosarolffir I'M 000- 7713000: $68 [OPTIOM61 Vellf- 1211200A(2)imensions 1200 watt Pare Sme Oove: ,$1164100 ION 71 L)Sl- 1211500ADimensions 1,5001r alt Pure Sine ff'ave: $2170 [OPTION 81 DSI- 1212400AI Dimensiont 2400 wast Pure 'line Wave: $3164 [OPTION 9] 11SI-12/3000N Dimensions 3000 wau Pure Sure Wave: $3514 [01110A 10,7 DSI-R&WlElsisttotc confroffior Dimensions: $224 10PIYON Gj S.-IFETY.- First Aid Kii, Fire, Ext, Sql`�Py read hamrif LEDs $5251 SIL)f A4,IRI�Cjj? LIGIIIS, FACT01?y LIGIIIS 2 TROY PRODUCTS ili " L-shaped vehicle specific console includesfloor plate,,face platee. 4" intemal dual carp holder, 3 " shallow ii`{ v, (3) DC outlets, and height acjjus1able5"x8"atsnresj. 3 FRONTA UX W21NaNG Lj(]jjy:3 FA C7,01?y 1ASyALLED 2 $639.()02 $460.003 21L 2 3 M OYProductstide comptaer a inum, ivilh eas ^ orge-handed operarion and ('M-SDM'1'-SA-LED "nring-arin to accommodate custome), supphed Troy docking sumon, bolls io console - acid - (CM-LT1500 - D-oy Products deluxe laptop trqy $340) - or - (C ti,P=SZ A17' -S.' -HH ((,'A,f-SDA17'-S,4-1J4 V- TROY Products side conipmor inount with ea.sy one -handed operation cared saving armi to accommodate cusAamer supplied Havis docking si.aticis.. bolts to console $520) - add - (UTJ 01 - Meets standard universal laptop ynount with Irick ,$`255.) - upgrade - (,L. - ilograde either side computer snount erands to include nving arm & slide feature, add $11 0j 3 89 Page 295 of 634 VEHICLE, Interceptor Utility ( 8 A) DEALER: Duval Ford Duval Ford Prestige Ford Alan Jay Ford Lincoln ZONE: stern Northern Central `Southern BASE PRICE: $26,901.00 $27,083.00 $26,869.00 $26,997.00 Fuel Saver j Optional equipment - specify $569.001 $574.00' $530.00' 63L 2 Derive _`Ticieny's firel econotnyprogram is developed to neaYimire the fifes econorray ,1, fryP° 1-I� ��.AI ' of isnrr feet. This program contains hundreds ofpr ecise changes in kes, areas of the �9® vehicle calibration. By opinni: ing these parameters, you can reduce your vehicle's average frael consumption by top to 12 annually. S_reed Limiter: The speed limiter option allows you to set a vehicles nra-Tinsunt speed Idle RPM Idle 10211 levels can be reduced brr I ti . 204 or 30%. Throttle Response: OpernLe the electronic throttle control to moderate acceleration derelY. Active Fuel Afan(d,gionen;: Oplisnize the various stages of arfi}re f.tei nianoge sent (also called Cdisplacement on demand), which will achre and deactivate cylinders on the fly based on the vehicle's power reC lareenente Transinissain: Qpntni�e the transnu sswn shift points by shifting the transinission at linter engine speed levels and lock the torque converter to rear—aa,laeels at. latter vehicle speeds. I REAR 0t,gRTER GLASS LIGHTS FACTORY NSIALd D 2 TROY PRODUCTS tilt-sip cargo inentra to allrAv access to the ghare tire frith faell-same storage vault. - and - (('P-(,rB403212-TL - TROY products storage vritrle 0"W-02MY12I1". Includes give (2) lockable dranv-ta`ght handles, Carpet on tap,rn ;aaa • ori floor $1640,) - and - t'd - .Il•-TR�`t Y ,tl - TROYpr oc.fnc s tilt-ijuipn ele£triatics trait, Manias to the TROY cargo mount $3911.)3 GR5 1' Go Rhirns 5000 Series Push Bumpers $550.00' $89 .002 $640.00' DLR 2 Go-Rhnio 5000 series Road Defender steel parsh bearseper. 3 GR5000 ' LAGU-NAPS Q Rear Transport Seat—Laguna System 3P $1,445.001 $995.00` $1,690.003 DLA 2 Ilvgiens. czrrd Ease= to C7e ora- 3F'7 =TREa 1E Ct rastructtorz- Easy, Iris€alla8a`ori 3C 3 -StandardBlack Seat- Quicker suspect {Calm;' Gdede to increasead rClam.-Ouiciter safer and tuore thorough beohazard cleantip.- AID need to searchfor fdapygerous contraband at, trussing evidence. Instead of reaching towards the nridelle of the Compartment to latch aprisoner in, the Laguna Bell system latches in on the door side: of the rehicle. The belts have an installed tnmMet attached to thein to latch cot the partition far a easy grab when seat belting the prisoner in. FVIT WL4GLI1Vg3P.eOA1 7 REQUIRES REAR PARTI710,V 2 Laguna LS'3f transport sects sa ath .stand arrd placement belts and rear partition. - or - (LS,?P-RB Loguna L,S_3P transport seat with ready buckle and r'ecarp artition $1355) 3 PG FS t Rear Seat — Fru Gard 6000 Series $1,445.001 $1,595.00' $1,860.003 2 DLII Rear" Transport Seat and rear rag's steel err poo, 1 ail PG2600 600 3 ItVCLtIDB.S REu41? Cr9GE 2 `. Progard transport seat with rear" partrrion. - or - (P,3-FDU7T =0.S=R - TrierprYAducts i wear tray spor7 seal weth officer cafe buckles and r earpartttion avith side window screens $1555) 3 Rear Transport Seat with extended seat belt — Patriot PSCC' I NA NA NA DOOR ct WINDOW - 0VG-l`DUL'-.A'E'I'- TROY mandcrau harriers ants, $'315.) - add - (ADP - Sefina alaininion door panel $255) 3 SP 12 , Selina PB i00A 1 — 12" Aluminum Push Bumper $550.00' $595.002 $530.003 DLR PB 12 3 SIT 16 i Selina PF31 ii0A16 —16"a Aluminum Kush Bumper $580.001 $695.Ci0 $540.003 DLLI1. 2 PB 16 3 IN Page 296 of 634 VEHICLE- Interceptor Utility (KSA) DEALER: Dorval Ford Duval Ford Prestige Ford Alan Jaggy Ford Lincoln ZONE: Western *Northern Central Southern ASE PRICE; $26,90000 $27,083.00 $26,869.00 $26,997.00 SPI3 Setina P 300 Push Plumper $550.001 $795.00' $685.00' DLR ,Setina 13oueGuar d PB300 Ptah Bumper ? or ? (PB400?T ? Selina Bod t C;rrard 3 1`13300-T PB 00 Alratrtr'num Ptah Bumper W,5) ? (or .? (PB450L2?T Setina BodyGuardd Push I Sumner with O buill at LED's $1265)j ? or 2 (PB450L d?7 Serina Rod),Gua€'d I nrsh 1 Bumper wnth (1") berth ire LED's $1655) (Fur- lighted push bin elders, specrfy LED is color Ie led. blue, a€uber, wNhtae) 3 P2600 free -Card P2600 Series Polycarbonate (Lexan) Cage with sliding $775.001 $1,295.00' NA DLR 2 window, frill width lower extension panel, dealer installed s8s : Setina 8S Lexan cage with 1/2 Texan and 1/2 expanded metal with $775.00' $995.00' ' $1,205,00' DLR ` full lower extension panel, dealer installed 8S_T 3 'For 7'E.calsedpan4tadeI}`tJrgunhick tlLiFd$.385. This item G1uali11ePjnrpCdckage pricing So aorntarev Model with 112 Poi- arbonate & 112 Expanded Metal Window .2- Piece Stationary Window Design - 112 b'Inyt Coated 11 -Gauge Expanded Metal and 112 (-noted Scralch=R€d tont Politarb orate or Clear Uncoated PoNcarlionate Window ® Rubber Padded Vertical bf"rndou, Support bars . Steel Seca Brack Protector Panel • Rugged r me=Fr'ee Powder- Coal Finish 1 Sentra model #S stalanPiny window with 112 vinyl coater{ expanded metal and R2 po6,carbonaie window and Fawner extension panel. - or - (8S' RP -T Setinaa model #S stationer€y wvauktwv with 112 vinyl coated expanded €petal and 1,'2 polvcaarbonme winddcow with recesseddpanel option and helve€' extensionptanel $136(1) - add = (DVP-44? Setina universal XL dual wailaln vertacxalipa lition inounted $655) 3 10S KL 1 Selina ##10 Series Lexan Cage with sliding window, frill width rawer $815,001 $1,295.00' 1,265.00' DLR extension panel, dealer installed 10 _T 3 Selina Extended legro orn prisoner Partition. Offered with Horizontal S18c17ng. Inquire aboul staftonea ), windaw oilJlions. Recessed iveapon storage p anel and Exdensiuns panel included. This rtena dpualy'les for package) yloing''. "XL "XIRA LEGROOM Modified Steer}'(tit€eiVttrktirovid es strength with no leg abstractions for flm.x7 nam (design sere nieh. Enl argedd passenl',er sidle back p anel recess IXiso prievi des addat€oral leg an dfoof reseal that preveno font entanglement and caifei`s metxime€are leg aorta for both rlffacer randpriso€ter.1 i'etin a mode! #10-S pcartivan with horizontal slidingpolycarbonate window and lower extension prar'ret. (I OS -RP -T ? Setina model i€d 0-Srecessed paned partition cvuh hortrotinid sliding pohfcarbonate window and lower extension Panel 51420) - add - (L)6`PM? Sefina universal XL dual weapon verrtraeparii€ion e nounted $655.)? or ? (TROY TP-Y`_SL6--F,S-S`S !singe ivaidoiv partition with eliding We ddow, It craw1=1hr ongh harrier and weCYpE7PJ 6'eG'esS panel, Includes 7FiertnntlF7,j' ICdt ai7t1 bigfool packet (installed) Y1310) ? dared) (DridGM? Tru'vproducts dual ivea,tion gene mount (i€ecludes docks, spec F, fj' type) $420) 3 REAM CAGE t Setina 412 Series Lexan Cage, partition installed behind 2nd row $850.00' $595.00' $615.00' DLR' seat 12V 3 . lh atainarl, Mattel with l iPp l Co meld E.xpandedl Wetal Window ° Secures Cargo Area Behind the Rear' Seats of Veins, SU `s' anti Crossovers wI-f iece Scratch=Ri'sdia tf Ccose'd Poli'ea€bonate Ti'Mikor ® 11.12 x 2 Ex rudded Aheeninum WIntdoiv Fra€nework I4-Galtsge .Steel Seat Back Protector Panel • Ragged Powder Coat Finish 1 SE"TTY4 Rear parian- a betwveern 2nd town seat & cargo area, SPECIFY LE 4, N OR EXPANDED MEDIL =or- (TP=FDUF R - TROY preehico; reap' partition with squa'e-hide p nern. Includes cargo .s'#Cid•` l§+indeiv pca€£els. $1745) 3 K9 t K-9 Container. All aluminum In -Vehicle. (rear seat area) -9 $2,800.00' $2,995M' $2,745.00' DLR 2 Container to protect the public, officer, K-9, and vehicle. Please EZ RIDER 3 specify vehicle year, make and tnoilel. Cali (car installation, shipping, and/or delivery prices. Includes rubber finer, water dash anel f -eighe on parts including installation. Black powder coat finish available upon reel€¢est. For 1I3 pelsoner transport and 213rd k4 c on alines add $625. For Coolgacid An Hion. farm psicEan add $6190, pager 5400, Retrnote < sen, opener add $6519 1 Anter scan Ahaarunum EZ R#filer K9 a nP plalforni sysden t, includes fi-eight and M Page 297 of 634 HOfiNPOP DLR 2 Interceptor Utility ( g1 ) Duval Ford Duval Ford Prestige Ford Western * Northern Ventral $26,901.00 $27,083.00 $26,869.00 Alan Jay Ford Lincoln Southern $26,997.00 installation. - acid - (IIot-,mJ-1T oo - Radio Tronics Ace K9 Hot -At -Pop to incheile: door pop ° heat alarm, engine stall sensor- kit, no K9 left behancffanere, long range reroute pager module with 10" fiberglass papist antenna, IO"fan kit, heavy-duty fan gnar•d.. and carbon pannoxide sensor $3325) - add - (Shct'anit - Arnerican 4lu"Iirtu"I SUV l duh ponder paired black with single drat+ er includes 4" basket trap, sr idtle seise divider, and jean insert $'1425) 3 'Electronic Remote Rear Door Opening system to be used with the $1,700.00 $995.00' -9 Container. Allows the officer to release the K-9 from the vehicle from a remote position. Includes Pleat alarm. Additional stems to add cis options: Engine stall sensor add $149, no fl9 left behind $144, additional eeinote $I S9, Optional 12" Fan . activation II module, manual sinich acid $360, HD Fara Guard $135, Carbon 11onL tide detector and ina reface nmeful€ $265, Smoke detector $155, Zang range 1tg mine pager with hasnt0 2 Antenna $355. Zang range renaxote pager i ith dual band antenna kat Meat Marra System to be used in a K-9 vehicle. Warns officer when dangerously high temperatures are inside the vehicle, ACE K9 PRO TEMPALARMSYSTEAl. I Radio TVonics Ace K9 Pleat alarm pro includes: Temp alarm ,system inchules horn activation, siren actiration, light actiratscn. dual ivindou, drop, Engine stall sensor, no K910 behind, I all rvindow fieri, fan guard carbon monavide sensor, Long range s erraole pager rn sLlad7e scltlZ IO"f?bergltrss rrrast airterrna. 3 $990,001 $695.00' $3,570.00' LABOR � Caber rate per hour $115.001 $95.002 $110,0[93 DLR2 Labor rate pep, hour. Refer' to Duval Favi s Epaerg ency lighting price su n fission fire" LABOR3 Individual item labor-ait e. hate includes pnalessional L" 17 certlfie6df installation. proper ware (S VL, (;XL) Pleatrated rated loculi, connectors, prep time andperspatial consultation. Volume discounts available for large quan ity purchases, call dealarjor gip:dilate � (Labor Rates Based on Single Vehicle build) 3 TAG t New state tag (specify state, county, city, sheriff, etc.) $170.00' $160.002 $284.33' ' LDLRr. - [I Per FSW Section3.28, Vehicle tags and `Title.` Place listed Includes ` NEW-TAGdeliver-t' adnnm9tratr4e costs f'?r° convenience fee, reinibur`semeritS fear idling', obtaining or of lag (including weigh? slipyby, secondstage inangfacturdng, or any costs over the original acquisitIon amount of $117.55 � MCLUDES 30. tit? ADAYIN pEh, 2 Includes temp tag & Apo way overnight shipp in for- signature. 3 TEMP 1 Temporary tag $16.00 $15.002 $4525 ILII 2 []Per F15S 4 Section 3.28, Vehicle tags acid Title: Price listed Includes 3 TEMP -TAG adipes astrative cosis forconvenience f e. re%nibursen encs n,filing, obtaining at - tdelrveri, ill tag or ani' costs over the .original acqu SCP%can amount of $er l TX I Transfer existing registration (must provide tag number) $116,00 $115.190 S19&85' I )LR 2 [ J Pec FSA Section 3.28, T'ehicle rags and Title' Price hvede Inclrades TRANS -TAG C.id7aa2rti,StF7itlVe coslsfor cinivenrencefie, rEFrt°abut SefrX�}TLS {ct}= hrfg; OFrta}p3trt or, delirery cf trig; ur arty costs over the original socpznsamn arnouni L>f $78.50 INCL ( MES 30.lttl,4DMINFEE 2 Includes refatt tag & tavta wqy over night shipptns; frit" signanice. 3 NIP575 Maintenance flan - specify .$1,860.00 NA MOM' BIVLP345 3 5 Year 75,000 Inde Preninarir L2sintenunce Alan. 15 ,reri4 c visits at 5000 utile inlervalsfair vehicles with alas langane, zero deductible 1 3 yr 45, 000 nule(5000 mile inlen ak includes a total of (9) Neils). 3 M Page 298 of 634 VEHICLE: Interceptor° Utility (KSA) DEALER: Duval Ford Duval Ford Prestige Ford ONE: * western iwlvrthem Central BASE PRICE: $26,901.40 $27,083.04 $26,869,00 MP675 t Maintenance Talar► - specify MP575 3 5 rear .75, 000 anile Premium Maintertaance Ilan. 15 service visits at 5000 anile � intervals fvr vehicles with Ceras Engine, mere deductible 5 yr 75,000 wde(5000 adle interval. includes ca total trj {I5} visits). 3 610 1 Maintenance Ilan - specify I 100 3 Cr Year 100,000 while Pr°eninan Ajar ponance Marr. 20 service visits at 5000 mile intenw1slor vehicles ivicit Gras Engine, zero deductible. l tt 1Fw' 111, 1)11 f4dflt'(5dld�ll aadde t}2i8F'd'al. IraClBtdeS a tQta1 Uf (2F3) YdSlts. 3 C B 575 I Warranty - specify 1s 2 5 Yr 77,5. 000 ttarle zero deductible R fSECrare plan. 5 Yr 100, 000 mile zero deductible AM4 zrse $213iJ_ C wraslede prtctra �t.hedaile C & ziPtxbte t1 aat regedect. l'r'tctes Otic sect p es E rzzt2l o F?cra ria Ietaid 1', redcl Jeri}r 2(117 Pr7ctrtg Graddel 51100BASE C41Rf 0DED.2 All VENDOR IMSYALLED afieranarket equyvitesit subject to 1 t'earpcarts only ivarraniy FOB AIon Jrru Flee! Processing Center, ,Sebring FL. Reference FSA Contract Terms and Condtttowt.s 3,21 - Vendor Installed. 3 CE575 r Warranty - specify Fl? 2 S Yr 75, 000 mile zero fieduchble E,171t-K ar e plan. S Yr- 100, 000 inite zera 3 ' deductible idse $2560. Conytiete plriciteg schedidde aivenlable talion request Prices 75 EC5quoted per FordMoCo Florida Retail Protect Juay 2017 Pricing Guide i 51100 EXTRA [CARE 0 DED 2 1,. Extra Care 5 yr 751c: mile (SO Ded) Extended Warranty - or - (PC575 - Premnim Care 5 yr 75k imide ($ll Detl) Extended W arraadty ,$253,5) 3 C P575 1 Warranty - specify PC. 140 3 5 Yr 75,000 rade zero deductible PREIvflLtMCrar,e plait. 5 Yr 100, 000 mite zero deductible use $3345. Complete pricing schechile available meson request. Prices eluate cl per For d VoCo Florida trepan Protect July 2017 Pricing Garde f Premium Care 6 rr 100k mile ($0 Ded) Extended parrrlrat, , Alan Jay Ford Lincoln Southern $26,997.04 1,905,00' N $914,403 2,400,00' NA $1,140,043.. $1,605,00' $2,130 .002 Incl.3 :$1,945,00 1 2,560.00- $1,845,0031 2,535,Ci0r NA $3,490.0(13 Page 299 of 634 Auto Nation Chevrolet 8600 Pines Boulevard Pembroke Pines, FL 33024 Price Quotation Florida Sheriff's Association Bid FSA17-VEL25.0 Agency City of Boynton Beach Customer Contact Bill Darty Sec # 4 Phone Number 561-742-6215 2018 Chevy Silverado 1500 2WD Email -.-- - dart"yW a)bbflLus Double Cab CC15753 Base Price $19,491.00 tion esc� Price ATB AluminumTool Box $600.00 BUA Dealer Installed ack Up Alar $150.00 CGN Factory Applied Spray On Bedliner $494.00 TAC Yellow City Hard Plate $225-00 AKO Factory Rear Deep Tinted Mass $199. Liberty Whelan Liberty Li bar /Traffic Advisor (Amber/White) $1,995.00 1-7 Upfitter Switches $124.00 2 Summit ii e Exterior No Charge Dark Ash Vinyl Seat Trim No Charge David Fridgant Government Bid Manager 954-447-2150 fig , pgtonatlon.corn Total $23,278.00 1/31/2018 Page 300 of 634 Auto Nation Chevrolet 7 5600 Pines Boulevard Pembroke Pines, FL 33024` ?� Price Quotation, Florida Sheriff's Association Bid FSA17-VEL25.0 Agency City of Boynton Beach Customer Contact Bill Darty Spec # 4 Phone er 561-742-6215 2018 Chevy Silverado 1500 Email bartyW@bbfl.us Double Cab CC15753 Base Price $19,491.0 Option Dg§Lcrition Price ATB Aluminum Tool Box $600.00 1JA Dealer Installed BackUp Alarm $150, 0 CGN Factory Applied Spray On Bedliner $494.00 TAG Yellow City Hard Plate $'225.00 AKO Factory Rear Deep Tinted lass $199.00 GAZ Summit White Exterior No Charge H2Q Dark Ash Vinyl Seat Trim No Charge ©avid Fridgant Government Bid Manager 954-447-2150 fr d antd autonation.com Total $21,159.00 11/20/2017 Page 301 of 634 Auto Nation Chevrolet y 8600 Pines Boulevard V7. Pembroke Pines, FL 33024 Price Quotation Florida Sheriff's Association Bid FSA17-VEL25.0 Agency City of Boynton Beach Customer Contact Bill Darty Spec # 48 Phone Number 561-742-6215 2018 Chevy Silverado 1500 2WD Email DaLus Double Cab CC15753 Base Price $19,491.00 Caption Description Price ATB Aluminum Tool Box $600.00 BUA Dealer Installed Back Up Alarm $150.00 CGN Factory Applied Spray On Bedliner $494.00 TAG Yellow City Hard Plate $225.00 AKO Factory Rear Deep Tinted Glass $199.00 GAZ No Charge Summit White Exterior H2Q Dark Ash Vinyl Seat Trim No Charge David Fridgant Government Bid Manager 954-447-2150 fridantd@aut_onation.com Total $21,159.00 11/20/2017 Page 302 of 634 Narne of Dealership U�F 1/2 TON E \ 11 ",0LD CAB PICKUPTCLICK- 4X2_arficatL r,�Lc giLqj �, Alan Jay Chevrolet Buick GMC Cadillac ALT - Garber Chevrolet Buick GMC Inc. Garber Chevrolet Buick GMC Inc. ALT - Alan Jay Chevrolet Buick GMC Cadillac Alan Jay Chevrolet Buick GMC Cadillac ALT- Garber Chevrolet Buick GMC Inc. Auto Nation Chevrolet Pembroke Pines ALT - Alan Jay Chevrolet Buick GMC Cadillac Duval Ford ALT - Alan Jay Ford Lincoln Duval Ford ALT - Alan Jay Ford Lincoln Prestige Ford ALT - Duval Ford Duval Ford ALT - Alan Jay Ford Lincoln 2018 Chevrolet Silverado 1500 (CC15753) 2018 Chevrolet Silverado 1500 (CC] 5753) 2018 Chevrolet Silverado 1500 (CC15753) 2018 Chevrolet Silverado 1500 (CC15753) 2018 Chevrolet Silverado 1500 (CCI5753) 2018 Chevrolet Silverado 1500 (CC 15753) 2018 Chevrolet Silverado 1500 (CC15753) 2018 Chevrolet SHverado 1500 (CC15753) 2018 Ford F-150 (XIC) 2018 Ford F-150 (XIC) 21018 Ford F-150 (XIC) 2018 Ford 1F-150 (X I C) 2018 Ford F-150 (X I C) 2018 Ford F-150 (XIC) 241'18 Ford F-150 (XI C) 2018 Ford F-150 (X I C) Western Western Northern Northern Central Central Southern Southern Western Western Northern Northern Central Central Southern Southern $19,595.00 $19,693.00 $19,49100 $19,495.00 $19,495.00 $19,593.00 $19,491,00 $19,595,00 $19,974.00 $20,146.00 $20,074.00 $20,446.018 $19,985.011 $20,246.00 $211,246.00 $20,496.00 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 1500 (TC15753) Western $19,715.00 ALI' - Garber Chevrolet Buick GMC Inc. FLORIDA Western COUNTIES Garber Chevroki Buick GMC Inc. 2018 GMC Sierra 1500 (TC15753) Northern Alf Ahmt Florida U�F 1/2 TON E \ 11 ",0LD CAB PICKUPTCLICK- 4X2_arficatL r,�Lc giLqj �, Alan Jay Chevrolet Buick GMC Cadillac ALT - Garber Chevrolet Buick GMC Inc. Garber Chevrolet Buick GMC Inc. ALT - Alan Jay Chevrolet Buick GMC Cadillac Alan Jay Chevrolet Buick GMC Cadillac ALT- Garber Chevrolet Buick GMC Inc. Auto Nation Chevrolet Pembroke Pines ALT - Alan Jay Chevrolet Buick GMC Cadillac Duval Ford ALT - Alan Jay Ford Lincoln Duval Ford ALT - Alan Jay Ford Lincoln Prestige Ford ALT - Duval Ford Duval Ford ALT - Alan Jay Ford Lincoln 2018 Chevrolet Silverado 1500 (CC15753) 2018 Chevrolet Silverado 1500 (CC] 5753) 2018 Chevrolet Silverado 1500 (CC15753) 2018 Chevrolet Silverado 1500 (CC15753) 2018 Chevrolet Silverado 1500 (CCI5753) 2018 Chevrolet Silverado 1500 (CC 15753) 2018 Chevrolet Silverado 1500 (CC15753) 2018 Chevrolet SHverado 1500 (CC15753) 2018 Ford F-150 (XIC) 2018 Ford F-150 (XIC) 21018 Ford F-150 (XIC) 2018 Ford 1F-150 (X I C) 2018 Ford F-150 (X I C) 2018 Ford F-150 (XIC) 241'18 Ford F-150 (XI C) 2018 Ford F-150 (X I C) Western Western Northern Northern Central Central Southern Southern Western Western Northern Northern Central Central Southern Southern $19,595.00 $19,693.00 $19,49100 $19,495.00 $19,495.00 $19,593.00 $19,491,00 $19,595,00 $19,974.00 $20,146.00 $20,074.00 $20,446.018 $19,985.011 $20,246.00 $211,246.00 $20,496.00 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 1500 (TC15753) Western $19,715.00 ALI' - Garber Chevrolet Buick GMC Inc. 2018 GMC Sierra 1500 (TC15753) Western $19,778.00 Garber Chevroki Buick GMC Inc. 2018 GMC Sierra 1500 (TC15753) Northern $19,578.00 ALT - Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 1500 (TCI 5753) Northern $19,615.00 Alan Jay Chevrolet Buick GNIC Cadillac 2018 GMC Sierra 1500 (TC15753) Central $19,615.00 ALT - Garber Chevrolet wick ick GMC Inc. 2018 GMC Sierra 1500 (TC 15753) Central $19,678.00 Alan Jay Chevrolet Buick GMC Cadillac 2018 GMC Sierra 1500 (TC15753) Southern $19,665.00 ALT - Garber Chevrolet Buick GMC" Inc. 2018 GMC Sierra 1500 (TC15753) Southern $19,728.00 Garber Chrysler Dodge Jeep Inc. 2018 Ram 1500 (DS I L4 1) *Western $18,556.00 ALT - AutoNation CDJR Pembroke Pines 2018 Rim 1500 (DS 1 L4 1) Western $18,717.00 Garber Chrysler Dodge Jeep Inc. 2018 Ram 1500 (DS IL41) A Northern $18,316.00 1608 Page 303 of 634 ALT - AutoNation CDJR Pembroke Pines 2018 Ram 1500 (DS 11,41) Northern $18,587.00 Garber Chrysler Dodge Jeep Inc. 2018 Ram 1500 (DS 1L41) *Central $18,416.00 ALT - AutoNation CDJR Pembroke Pines 2018 Ram 1500 (DS IL41) Central $18,662.00 Garber Chrysler Dodge Jeep Inc. 2018 Ram 1500 (DS1L41) *Southern $18,516.00 ALT - AutoNation CDJR Pembroke Pines 2018 Ram 1500 (DS 1 L4)) Southern $18,687.00 2018 Toyota Tundra Double Cab (8239) Western __ NB 2018 Toyota Tundra Double Cab (8239) Western -- NB -- 2018 Toyota Tundra Double Cab (8239) Northern -- N13-- 2018 Toyota Tundra Double Cab (8239) Northern -- NB -- 2018 Toyota Tundra Double Cab (8239) Central -- NB -- 2018 Toyota Tundra Double Cab (8239) Central -- NB -- 2018 Toyota Tundra Double Cab (8239) Southern -- NB -- 2018 Toyota Tundra Double Cab (8239) Southern __ NB 1609 Page 304 of 634 119=4004 I d I =11SN"Ong.111111 112 TON EXTENDED CAB PICKUP TRUCK - 4X2 SPECIFICATION #48 2018 Chevrolet Silverado 1500 (CC15753) 2018 Ford F-150 (XIC) 2018 GMC Sierra 1500 (TC15753) 2018 Ram 1500 (DSM41) 2018 Toyota Tundra Double Cab (8239) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFER TO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRICING. a. Manufacturer's minimum 6 cylinder gasoline engine, alternator, battery and cooling package. 2. TRANSMISSION/AXLES: a. Manufacturer's standard automatic transmission and axles. 3. PERFORMANCE ITEMS:, a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. 4. COMFORT ITEMS: a. Manufacturer's standard air conditioning with 134A system. b. Manufacturer's standard tinted glass all around. c. Manufacturer's standard AM/FM stereo. d. Heavy duty rubber floor covering instead of carpet. e. Manufacturer's standard production seats. Purchaser will select color at time of order. f. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). 5. SAFETY ITEMS: a. Dual outside mirrors and inside rearview mirror. b. Interior dome lights with left and right door activated switches. c. Manufacturers standard air bags. 6. BRAKES - a. Four wheel anti-lock brake ABS system. 7. TIRES AND WHEELS: a. Manufacturer's standard tires and wheels. 1610 Page 305 of 634 t FIA_ All Ahuat Florida 119=4004 I d I =11SN"Ong.111111 112 TON EXTENDED CAB PICKUP TRUCK - 4X2 SPECIFICATION #48 2018 Chevrolet Silverado 1500 (CC15753) 2018 Ford F-150 (XIC) 2018 GMC Sierra 1500 (TC15753) 2018 Ram 1500 (DSM41) 2018 Toyota Tundra Double Cab (8239) THE FOLLOWING ITEMS WILL BE FACTORY INSTALLED ON THE BASE VEHICLE TO MEET THE MODEL NUMBER AND BUILD CODES OF THE VEHICLE LISTED. PLEASE REFER TO THE EMERGENCY VEHICLE LIGHTING AND SIRENS SECTION WITHIN THIS CONTRACT FOR DESCRIPTIONS, SPECIFICATIONS AND AWARDED VENDOR PRICING. a. Manufacturer's minimum 6 cylinder gasoline engine, alternator, battery and cooling package. 2. TRANSMISSION/AXLES: a. Manufacturer's standard automatic transmission and axles. 3. PERFORMANCE ITEMS:, a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. 4. COMFORT ITEMS: a. Manufacturer's standard air conditioning with 134A system. b. Manufacturer's standard tinted glass all around. c. Manufacturer's standard AM/FM stereo. d. Heavy duty rubber floor covering instead of carpet. e. Manufacturer's standard production seats. Purchaser will select color at time of order. f. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). 5. SAFETY ITEMS: a. Dual outside mirrors and inside rearview mirror. b. Interior dome lights with left and right door activated switches. c. Manufacturers standard air bags. 6. BRAKES - a. Four wheel anti-lock brake ABS system. 7. TIRES AND WHEELS: a. Manufacturer's standard tires and wheels. 1610 Page 305 of 634 b. Full size spare tire and rim, if available. 8. CHASSIS. FRAME. CAB: a. Manufacturer's standard colors, factory painted. Colors to be determined by individual agencies. b. Manufacturer's standard fuel tank. c. Manufacturer's standard front and rear bumpers. d. Manufacturer's standard bed. DISCLOSURE: THE FLORIDA SHERIFFS ASSOCIATION WORKING IN CONJUNCTION WITH MANUFACTURERS, VENDORS AND DISTRIBUTORS OF VEHICLES/EQUIPMENT DOES THEIR BEST TO ENSURE MODEL NAMES, NUMBERS AND CODES REPRESENT THE LATEST INFORMATION AVAILABLE AT THE TIME THE BID DOCUMENTS ARE PREPARED. IT IS RECOMMENDED THAT YOU CONFIRM THIS INFORMATION WITH THE AWARDED VENDOR REPRESENTATIVE AT THE TIME YOU ARE REQUESTING A CONFIRMING QUOTE. 1611 Page 306 of 634 KMIMM M1111#14111111FE111 1/2 TON EXTENDED CAB PICKUP TRUCK - 4X2 SPECIFICATION #48 1111111111111111111111 "llllllllll 7!i 1!1W1 1 11111 01 1 1 917"FAMETIM, 1, — . manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $19,595M $19,493.00 $19,495.00 $19,491.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment iterns most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipi-nent delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vchicle(s) you wish to order. 1041111 11 1 , , , f ) -I "I I I i I "I G HIM listed here must be honored by the dealers in your zone at the stated prices. 1612 Page 307 of 634 'PR FLORIDA ASS5ciRrioxor COUNTIF-S -�q All About Florida KMIMM M1111#14111111FE111 1/2 TON EXTENDED CAB PICKUP TRUCK - 4X2 SPECIFICATION #48 1111111111111111111111 "llllllllll 7!i 1!1W1 1 11111 01 1 1 917"FAMETIM, 1, — . manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $19,595M $19,493.00 $19,495.00 $19,491.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment iterns most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipi-nent delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vchicle(s) you wish to order. 1041111 11 1 , , , f ) -I "I I I i I "I G HIM listed here must be honored by the dealers in your zone at the stated prices. 1612 Page 307 of 634 VE-HICL.E; Silverado 1500 (CC 1575 3) DEALER: ER: Alan Jay Chewolet Buick $1,194.003 GMC Cadillac ZONE- Western ASE PRICE: $19.595.Ct11 Garber Che rolet Buick GMC Inc. Nortliern $19,493,00 Llan Jay Chevrolet Buick GIC Cadillac Central 519,495,00 Order Code delete Options. AM/FM stereos radio Air conditioning 9L,3 5Z4' Full size spare tire and rim 9L 315 4 2 Deletes fill/ sine spare rate and wheel I ,SPARE TIDE DELETE, STARE WHEEL. CA BRIER AND LOCK DELETE 2 Order Code Add Options Auto Nation Chevrolet Pembroke Pines Southern $19.491.00 Western Central Northern Southern IATA NA NA 1lTA NA NA ($50.00)l (50.w NA Western Central Northern Southern L.V3 FHS MY'C t „Eri ine upgrade - specify Stell $1,193.002 $1,194.003 L. 83 2 :- 4.3L Ir6 FIexfaael E85 cornl)atable 4a'rth 6 -speed aziforiatic tr'anstpiission. i L83 3 ENGINE, 5.3L ECOTEC3 i8 WITHACTIVE FUEL MANAGEMENT, DIRECT INJECTIONANLD VARIABLE VALVE TIMIhrG 2 { 5.3 Lytes- G8 Gasoline Engine sv/35 v IIP and Sus lkfi Torque. 3 ; L83 MMC l Engine upgrade - specify i $1,194.00' NA NA 5.3L Active Fuel Managemeen direct injection, variable Valve tinting. 720 CCA batten? 6 6001b GY°PVR, 3. flu rear axle raf o, and external ii-anslifil cooler with 6 -speed automatic transmission. (355hp & 383 Ib ft iorclue). l HIS Bi -fuel model - specify $99.001 Std NA E85 FIerFucapable ofrur Frog on weleaded or up to 85'1* ethanol (Optional with a_yaS Be?l .. (1,8') 5AL c c-3 V8 eagine with (MYQ 6 -speed automatic transmission or included '. M1Vaf�d (L 1�3� i.3L �CP}T€C3 GAG eiagU`YL'. �- CNG model - specify NA NA NA CNG conversion (discuss with dealer) NA NA NA LPG conversion (discuss with dealer) NA NA NA `flattery, 650 cc;a or greater Stdl Std Std 30CCA FID battery standard. -err- (DRYCELL - Dealer provided decd Optona RED TOP dryrell banea7e repltaces factoey lead acrd battery 5'379. each.) i Dual batteries NA TVA NA 7,700 [lis. GV'WR NA NA NA JL1 t (electric brake controller $274.00' $66 .002 $274.00' JL 1 /Z82 Recr¢aires''82 trrraler toaw package 1 J,1 3 TI?.47LERBIL4KECONY'IZ iLLER. INTE'GRATED, TltAILERING I' 10E,iGE 2 Requires (Z82) TraileringPackal;e 3 ME Page 308 of 634 VEHICLE: Silverado 1500 (CC 15 'I'S 3) DEALER. Alan Jay Chevrolet Buick Garber Chevrolet Buick Alan Jay Chevrolet Buick Auto Nation Chevrolet GMC Cadillac GMC Tnc. GMC Cadillac Pembroke Pines ZONET Western Northern Central southern BASE PID UCE: 919,595.00 WA93,00 $19,495.00 $19,491,00 Traction control Std Std Std G80 I Limited slip differential $394,00 $393.00' $n394.003 0180 2 Lookingreac, dffPrentcel 1 3 G80 DIFFFRFN TL4 1, ME -4 VY- D f TY L OCKING RF 2 Locking Rcar Diffierennal ANVFM radio with single CD NA NA NA 5111 1 Additional Key(s) or Key Fob(s) when applicable $14%00' $176.002 $345,00' 3K 2 Factor), Ordered, dealer pi-ogreitkFriied2,iddiliarialK�,vs - or - (M-dealerprovide'd 3K/FOB 3 third key 5']49) -or - (31K'R - dealerprovoled third ke�j, and retntee $37.3) 3RD K_ry C)R FOB 2 3K only S95. al-last order (I'CAs) or LS Pacipge or above to get 3rd FOB. 3 9S1 / 91-13 Bucket seats in lieu of bench seat NCI NA NC31 9S1or9U3 3 Sears, driver andpassengey_trone individual seats. Derivedfi rom a RPO (AE7) 40-20-40 split bench seat with the 20% section removed winch also retnoves the USB part and dipsajack.for aucho sYsonn. Scats are nianual, noi power. Does not include afloor Call sole. All exposedfloor area voll remain unn-annied. 'CLAITERSEA1 Y'DELEYE, NO PLOOR CONSOLE FOR 9,51-s rnvl & 9U3-cloth" * *-Base Alodel (9tel)­ (DRC- Dealer rencere center section leaving fare flim ADD $110) - add - (CC-MC-14 - 7"ne, Products 14" console with vehicle spec floorplate, 4" anal internal ciepholder. 3" shallow, console rraay, (3) 1211 DC outlets, height a4,histable 5"xl?" arnnost, and blank fillet-plates. $740) - or - (CC-O'BOS-20 - Troy Products 20"wide body console with vehich, eseelficfloor plata 4" dual internal capholder, Pshallom, console tray, (3) 12V justable 5`x8" arnirest, and blank faller plasee $9151) - 0), - DC'ozalees. height ad (UI,- 14"BOS- 16-1,723 - 7rQj, Products 16" wide boa5= console with velacle sped lfwfloor plate, 4"° chud internal ciThokho', 3 " shallow console uel1r, (3) 12 VDC outlets, 9"" fidded file box at rear console with large leasherpad, and blankfillerplates. $1015) ync)�t-cidiofoi-fcicepleite(s)*** e c ag A 40-20-40 Split Bench Seat In Base Trim With the Center Section Removed Seats are not Power and Does Vot Include a Console. Yhe Exposed Floor zlrea Will Remain 3 1330 1 Carpet in fieu of rubber floor covering $99,001 $98.002 $199.00, B30 2 1330 3 FLOOR COVEIUNG, CC)LOR-KEYED CARY�ETIAIG WHII RUBBERIZED VIoIYL FS OCII? ALl TS 2 AKO li Deep tinted glass $19m1 $198.00` ASC}2 Fachny Deep 71se! Rear Window OOnt),- or- (DY2 - Dealer histalled Solar Guard deep 3 AKO radfilm opq driver- and pass doors $149) - or - (DTb'4 TRK - Dealer instafled SofarGuard deep ficafflne on all door and rear window glass $279) - and - (TVSZP - add GLASS, DEEP-77 ' NTED (ADD $146 POR FRONY'DOOR PVINDOW 71ATI)LALER INSTALLED) 2 VAV I Floor mats $159,00' $258.002 111c].3 VAV/B30 2 VA V - All weather floornuos, reqnores B30 - or - (FI17TDBL - WEATHER 77TCHI-11) molded floor layer si,steng f v double cab cotsoluration, includes fivight anti installation s"99) CAXPH7jjV(3 2 Includedw,A330 3 EM Page 309 of 634 VEHICLE: Silverado 1500 (CC15753) DEALER: Alan Jay Chevrolet Buick Garber Chevrolet Buick Alan Jay Chevrolet Buick Auto Nation Chevrolet GMC Cadillac GMC Inc. GMC Cadillac Pembroke Pines ZONE: Western Northern Central Southern BASE PRICE: $19,595.00 $19,493.00 $19,495.00 $19.491.00 ILS CC15753 , Manufacturer's model upgrade package (specify pkg. bid) $2,499.001 $4,853.002 $1,749,003 I LT 1LSpackage includes: Chrome frons & rear bumpers. 17" steel clad wheels, black I: 3 LS I power Heated min-ros, deep tint rear glass, remote tailgate, power windows with driver - express top down, remote keyless entry w/ 2 transmitters. 6 months Onstar service w/ 4G LTE compatabilirv. - or - (PCX - Chrome bumper package for front/rear chrome bumpers $199) 1 LT PREFERRED EQUIPMENT GROUP 2 IS Package Upgrade Includes: (UEI) OnStar 4G LTE, (V46/VJH) Front & Rear Chrome Bumpers, (DL8) Outside Heated Power Adjustable Mirrors, (AKO) Deep Tinted I Rear Windmvs, (A91) Remote Locking Tailgate, (AQQ) Remote Keyless Entry and (H2R or HOU) Cloth Seating. 3 UE 1 1 On -Star $194.001 $173.00' $174.003 UE 1 2 OnStar Guidance plan for 6 months, including Automatic Crash Response, Stolen UE 1 3 Vehicle Assistance, Roadside Assistance, Turn -by -Turn Navigation, Advanced Diagnostics and more (trial excludes Hands -Free Calling minutes) (Retail orders receive limited set -vice trial. Visit www.onstar.com for coverage map, details and system limitations. Services vary by model. OnStar acts as a link to existing emergency service providers. Not all vehicles may transmit all crash data) 1 ONSTAR GUIDANCE PLANfor 6 months 2 PCR DBL 1 Power windows/door locks $174.001 Std Std Power windows and locks are standard, this option for WT fleet convienence package includes: outside heated/pmver adjustable mirrors, remote keyless entry, and remote locking tailgate. 1 DOME 1 Passenger dome lamp $229.001 $106.002 $185.003 NS 2 Dealer Installed 5" round dome lamp in addition to standard vehicle reading/dome DOME 3 lighting. 1 NITESA VER RED1fVHITF POLICE DOME LAMP 2 U2K 1 Satellite radio $194.001 $193.002 $194.0031 U2K 2 SiriushMSatellite Radio is standard on nearly all 2018 GM models. Endc tiv a 3 -month All 3 U2K - Access trial subscription with over 150 channels including commercial -free music, plus spots, news and entertainment. Plus listening on the app and online is included, so vou'll hear- the best SiriusXM has to offer, anywhere life takes you. Welcome to the world of SiriusXM. (Requires WUEI) OnStar. Ifyou decide to continue service after your trial, the subscription plan you choose will automatically renew thereafter, and you will be charged according to your- chosen pavrnent method at then -current rates. Fees and taxes apply. To cancel you must callus at 1-866-635-2349. See our Customer Agreement for complete terms at utivw. siriusxm. corn. All fees and programming subject to change) 1 SIRIUSXMSATELLITERADIO 2 Requires (UEI) OnStar to be Ordered 3 H2R 1 Seat trim upgrade - specify Stdl $433.002 NC AZ3 2 Dark ash with jet black cloth seat trim. - or - (AZ3 H2R AGI - Upgrade Inchtdes: Dark H2R 3 ash with jet black front 40/20/40 Split Bench 3 pass seat with driver and front passenger recline with outboard head restraints, centerfold down armrest with storage, manually adjustable driver lumbar, lockable storage compartment in seat cushion and storage ' pockets. 10 Way pwr Driver seat $434) - or - (Dealer, Installed Leather $1297) 1 SEATS. FRONT 40/20/40 SPLIT -BENCH, 3 -PASSENGER, AI AILABLE IN CLOTH includes driver and front passenger recline with outboard head restraints and center fold -down armrest with storage. Also includes manually adjustable driver lumbar, lockable storage compartment in seat cushion, and storage pockets. (Includes (AGI) driver 10 -way power seatadjuster and requires (112R) or (HOU) interior trim. Not available with (HOU) .let Black interim trim on Double Cloth Seats 3 Side air bags Std Std Std 1615 Page 310 of 634 VEHICLE: Silverado 1500 (CC 15753) DEALER: Alan Jay Chevrolet Buick Garber Che+ rolet Buick Alan Jay Chevrolet Buick Auto Nation Chevrolet GMC Cadillac GMC Inc. GMC Cadillac Pembroke Pines ZONE: Western Northern Central Southern BASE PRICE: $19,595.00 $19,493.00 $19,495.00 $19.491.00 Sliding rear window NA1 NA NA (C49 - Rear Window Defogger $224) 1 Speed control Std Std Std Tilt steering wheel Std Std Std RVS ° Cab Steps $629.001 $713.002 $749.003; RV 2 LPO assist steps, 4" black round. - or- (RUQ - LPO black tubular assist steps 6" VXH 3 rectangular $714) - or- (Step3 DUB - Dealer provided Aries 3" black round cab steps for double cab pickup $525.00) BLACK TUBULAR ASSIST STEP, 6" RECTANGULAR (ADD $35 FOR 6 XH -ASSIST P STEPS- 6" CHROMED RECTANGULAR) 2 6" Chromed Rectangular, (VXJ) 4" Chromed Round $684. (RLS) 4" Black Round $629. (R VQ) 6" Black Rectangular- $714. (S6L) Off Road Assist Steps $844. 3 8KW 1 8,000 lb. winch with remote $1,195.001 $1,198.002 $1,300.003 8KW 2 Winn VR8000 recovery winch with remote, 80001b. (Requires wrap a round grill with 1 WARN -_8 3 winch mount plate). Requires WGG w/Winch Mount Plate 3 ATB -LP -18 1 Aluminum tool box $469.001 $495.002 $600.003` ATB' Dealer provided HD American Aluminum diamond plate low pro tool box 18" Depth.- ATB 3 OR - (FNT85 - 85 gallon UWS fuel n tool combo with L-shaped fuel tank, tool box, 13GPM Fill -Ride fuel transfer pump, hose, no__ le. and GPI rnlrne drgaal flmi, meter for use in short bed PU or Utility body $1887.) - and - (SAFE -T - Amerex 51b Fire extinguisher, First Aide Only first aid kit, and King James & Co road triangles $329) - or - (3BOX SWB - Includes UWS standard height 18" depth saddle box with single lid ,and (2) bed rail mounted UWS standard height side tool boxes $ 1154). 1 Cross Over Deep Well Tool Box Made of. 75 MM Diamond Patterned Aluminum w/Bow Tie Logo. 250# Capacity. 3 8S3 1 Backup alarm, factory installed $137.001 $136.002 NA 8S3 2 Factory installed. ships unplugged, 97 db backup alarm. 1 BACKUP ALA RM..97DECIBELS 2 BUA 1 Backup alarm, dealer installed $179.001 NA $150.003 BT]A 3 Dealer installed Star 90db back up alarm. 1 Backup camera with 3.5" LCD (rear mounted camera to provide wide Std1 Std Std angle field of vision at rear of vehicle) - factory installed Factory backup camera standard (CAMERA - Dealer remove factory rear view camera front tailgate and install in aftermarket body/ equipment $169). 1 BUC 2 Backup camera with 3.5" LCD (rear mounted camera to provide wide NA NA' NA angle field of vision at rear of vehicle) - dealer installed \'ZX 1 Bedliner $354.001 $353.002 $354.003 VZX 2 Factory ordered dealer installed plasic insert Bedliner - or - (DBL - Dealerprovided VZX 3 GM Bedliner $325) 1 BED LINER 2 Chevrolet Drop In Bedliner 3 BS 1 Bug shield $189.001 $149.00' $250.003 BS 2 Dealer provided Weather Tech black bug shield hood protector. 1 GMAccesseries--Molded Hood Protector 3 HAR 1 Cab shield headache rack (protects back of cab) $497.001 NA $795.00 Back Rack Original vehicle spec f c no -drill cab shield, installed. I 1616 Page 311 of 634 VEHICLE: Silverado 1500 (CC15753) DEALER: Alan .lay Chevrolet Buick Garber Chevrolet Buick Alan Tay Chevrolet Buick Auto Nation Chevrolet GMC Cadillac GMC Inc. GMC Cadillac Pembroke Pines ZONE: Western Northern Central Southern BASE PRICE: $19,595.00 $19,493.00 $19,495.00 $19.491.00 Z82 DB2 Class IV hitch and ball 1 $494.001 $493.002 $494.003 Z82 2 Factory Receiver Hitch 7 / 4 pin wire connector, with Rigid dr-mv bar 2" ball pin and clip' Z82/DB 3 - or - (782 D2B - Factory Receiver Hitch 7 / 4 pin wire connector-. Rigid draw bar 2-5/16" ball pin and clip $494.) - or - (CLIVWC - Dealer Provided Rigid HD class 11' 2.5"receiver, 7 pin wire harness, solid steel shank drmr bar. 2 & 5116" ball, pin & clip $670.) - and - (PTL - Upgrade f •om standard draw bar- & ball to 2" ball pintle hook combo $169) - and - (PTL2 - Upgrade from standard draw bar & ball to 2-5/16" ball-pintle hook combo $169). 1 TRAILERING PACKAGE includes trailer hitch, 7 -pin and 4 -pin connectors (INCLUDES BAR AND 2" BALL) 2 Daytime running lights Std Std Std FTC 1 Fiberglass tonneau cover (painted to match) $1,695.001 1$1,498,002 $1,850.003 TON 2 Dealer provided Ranch Sport Wrap fiberglass tonneau cover. - add - (BSL1200 - ARE--LS--2 3 1,2001b capacity Cargo Ease bed slide with rubber mat and 4" Sides $1338) - or - p (BSLI500-1,5001b capacity Cargo Ease bed slide with rubber mat and 4"Sides $1776) or - (R -N -L - Roll N Lock vehicle specific lockable cover, $1795) � 1, ECHO 1 Fiberglass cab high topper with front, side and rear windows (painted $1,965.001 $1,698.002 $2,450.003 CHT 2 to match) ARE --MX 3 Ranch Echo topper with fixed fr anted piclur'e windows. - or - (ECHO -WD - Ranch Echo topper- with side access windoors $2070) - or, - (SIERRA -SS - Ranch Sierra topper with solid sides $2180) - add - (FCH-LR - TracRac alwntnum roof rack system with two cross bars & 4 adjustable load stops $995)l ARE --['Series (Cab High) Fiberglass Topper w/Half Sliders on Sides and Rear Window ivith Single T Handle is $1850. 3 VK3 I Front license bracket NCI NC $39.003 VK3 2 Factory Ordered (Dir provided $79) 1 VK3 3 LICENSE PLATE KIT, FRONT (MUST REQUEST) 2 Full size spare tire and rim Std Std Std Z82 JLI DB2 1 Heavy duty towing package up to 5,000 lbs. with appropriate hitch $769.001 NA Std Z82/LV3/GU5 3 Factory Receiver Hitch 7 / 4 pin wire connector-. Electronic Brake Controller. Dr-mv Bar, 2"Ball, Pin, and Clip. - or - (Z82 JL I D2B - Factory Receiver Hitch 7 / 4 pin wire connector. Elech onic Brake Controller. Dani Bar, 2-5/16" Ball, Pin, and Clip $769) Factory Trailer Tow Package w/(LV3) Standard Y6 Engine and(GU5) 3.23 Rear Axle has a Towing Capacity of 5600#. 3 L83 GU6 G80 JLI Heavy duty towing package up to 7,200 lbs. with appropriate hitch $2,549.00' NA $1,588.003 Z82 D213 Includes: L83 5.3L lA Locking Rear Differential. Electronic Brake Controller, Factory Z82/L83/GU4 3 Receiver hitch. 7 / 4 pin wire connector. Draw Bar 2 & 5/16" Ball pin and clip. Factory Trailer Tow Package w/(L83) Y8 Engine and (GU4) 3.08 Rear Axle has a Towing Capacity of 6400#. With (GU6) 3.42 Rear -Axle the Towing Capacity is 9400#. 3 Immobilize daytime running lights NA NA NA L -SPOT l Left-hand pillar mounted 6" spotlight with clear halogen bulb, dealer $520.001 $396.002 NA LHSPOT 2 installed Unity incandescent left hand spot lamp. - add - (LED - Add $225 for dealer installed LED bulb) 1 LR -SPOT 1 Left & right-hand pillar mounted 6" spotlight with clear halogen bulb, # $1,050.001 $792.002 NA LRSPOT 2 dealer installed Unit), incandescent left and right hand hand spot lamp.- add - (LED2 - Add S450for dealer installed LED bulbs) 1 Long bed in lieu of short bed Midbox body option NA NA NA NA NA NA 1517 Page 312 of 634 EMCLE- Silverado 1500 (CC] 5753) DEALER: Alan Tay Chevrolet Buick Garber Chevrolet Buick Alan .Tay Chevrolet Buick Aceta Nation Chevrolet GMC Cadillac GMC lire. C3 -MC Cadillac: Pembroke Pines ZONE-- Western Northern Central Southern BASS PMCE: $19,595.Citl $19,493.00 $19,495,00 $19,491.110 N2 1 Nitrogen died tires including spare fire $169.00' NA $125.00 SFB #i€##t.## I Pipe rack ry/expanded metal beet over cab (for pickier lied) $1,255.001 ; 1,296.002 N OVIR Rack=ii Sure Fit se-earitene 1000 series rrteralt;lar powder coated track rack, does not niclede expanded metal baster over cab e add e (9115 m Beacon nu ttra for Maack=at rack- ack$Cr5 $65each, pleas beacon) e acid e (1iSa211IC a Rackair rack strap (pair) for load secureraierit $150) a art- a (1200ATlf a Weather Guard ahat inaun inaterial rack $1087, dues Plot include expanded metal fears/set over cab) a add a (IMILS = Add side avails to telae 1200ATR acid $882) a adci e (CROSS -Adel one additional crass tnesitber to the 1200A TR add $199).1 OVERHEAD R -ICK 2 N 01-m pipe rack vv/expended metal basket caper Cab (for utility beady) N 1,296.00" NA C9VER 1113AD IM CK 2 G145 1 Single ladder rack side mounted ((specify street or curbside) $775.001 $1,196,0 2 $965.001. Weather Gisard 1450 single side rYt[ listed ladderrack- for iL hale of WG!'i25=3 a CSM Accessories I WeatherUuardAlensidn;artsingle side roomed ladder rackfor° trality bodies, $525) I 1929915 3 Tvaellatc Complete thri i f° Rack S'iutenr==7lvo Crossbars 3 C GN 1 Spiny -vire Eye liner (Mina, Line -X orapproved equivalent) $494.[101 $493.002 $494.003 C'{a N 2 Factory ordered only thin soroy liner. -or= (SOB e St:or eon 11D dealer installed svraa, 3 C=.'C4 N on beellirter° $579) - add - (UBC - TaeSeal indetbody rubberized rized tinderfrarrla coating $65(T) I BED LINER, SPINY -ON, PICKUP +BO.Yf3ELa LINER 2 FacteryApplaecd 3 LEER DCC1 Steel truck cap $3,400.00 IIIA $2,400.0113 ARE--DCU Laer Cieluve .11tanament Commercial Topper• (T&' LITE), 23"High, svith coclable docks, iront pletair'e a,indaw, fid! length Sade s'oiers with drive' and passengerside tool C#C1xes including* I vertical and I hare,eneal divider, rear loft tip door ivith Picture windesv, badder rack, 2d„ !2v LED interarar- light bar-, LED Brake light e and a (S9'LVG a Upgrade II l double l swing bram radoor a w/ vertical glass art rear in dips; of standard lift pap clear- $449 ""alfa tunian taps only**) i Commercial ial Al{xasnin am Cab Rich sv/Frill Length Stele Careers cone` HailR€iar boar TT'gae '. wlBlack Train (i tr-°enn Paint vasi), All Toolboxes, No Ladder Rack � V76 1 Tow Rooks $49,00' $49.002 $49.003 X176 2 RECOVER YHOOKS, FROATT FRAAIE-MOVWTELL4CK2 V76 3 DF2 I �! ;frailer tow nrirror-s $69.001 $68,00' $69.00' DF2 2 .kbonual Folding and Extending Block C'oorper ldirrors(.M„4 with F'(:,'Il. ILS) -sera (DPN n I3 7 s Black Manual Folding anti Extending with fleenedpwr Glass when ordering i€pith I PCTs',1LN1LT'$'349) AdIItIIORS, C1tTTSID IIIGII=T'7SIl3ILITY f''EIfT7CAL, I'lA1LEI?I,%f , t3LACd Zvi h inantsal fodding and extension and lower convex slaouer I;lcass 2 (DPN) Outside Heated Power Adjostable Vertical Trailerirtg Ylirrorc=-Marrrrcd Fending I and Extending are $349. Requires lPC `TQ T T Clew Convenience Package. 3 RSF 4 1 Rainslrields ® flange style $189M' $126.CIQ2 $1S_j 003 RS 2 Weather Tech flaatige .s4,k rain shields, jeer doors. ($145 fort =cant dras°ea/I assenger, door RS Flange 3 glass only) I WGG I Wrap-around grille guard $995-00 1 $1,298.002 $1,580.003+ GG 'i Westin Sportsman l,SterFing vehicle specific user around gr°ilde guaarcl, acid $300for GG 3 Clinch Aboent Plate. I Add $300 for ffhwh .blount Plate 3 IM Page 313 of 634 VEHICLE: Silverado 1500 (CC15753) DEALER: Alan Jay Chevrolet Buick Garber Chevrolet Buick Alan Jay Chevrolet Buick Auto Nation Chevrolet GMC Cadillac GMC Inc. GMC Cadillac Pembroke Pines ZONE: Western Northern Central Southern BASE PRICE: $19,595.00 $19,493.00 $19,495.00 $19,491.00 RS 4 1 Vent visors - stick -on style $189.001 $126.002 $185.003 WS 2 Weather Tech stick on vent visors, four doors. ($145 for front driver/passenger door RS Tape 3 glass only) I KI4 1 ! Optional equipment - specify $149.001 $198.002 $359.003 PCS 2 Factory 110v pmrer outlet. - or - (9L7 - Factory upfrner switches (4) 30amp circuits on PCR 3 1' dash $124) - or - (UF2 - Factory LED cargo box lighting $124) - and - (G2-1300 -2PC- Tommy Gate G2 130016 capacity 2 -pc lift gate $3570)"(HITCHMOD - modification to factory hitch when electric brake controller is desired $525, requires factory hitch & brake controller.) ** I CHROME BUMPER PACKAGE includes (l JH) rear chrome brunper with (BOW) CornerSteps and (4'46) chrome front bumper 2 WT Fleet Convenience Package Includes: (DL8) Outside Heated Power Mirrors, (491) Remote Locking Tailgate and (AQQ) Remote Keyless Enoy. 3 RSL TRK 1 Optional equipment- specify $1,895.001 $358.002 $434.003 PCR 2 Roadside lighting truck package incudes: Whelen jour- corner hide away LED kit, STAR AZ3 3 8 -LED traffic advisor mounted in rear window glass dual color (AMBER/CLEAR), STAR D -LITE grille lights (AMBER), STAR D -LITE rem• lights (AMBER) installed in gap between bottom of tailgate and bumper, all wired to factory upfrtter switches or 6 -snitch controller. - or - (ALB -TA - STAR dual color (Amber/White) LED Light Bar with Front Takedowns, Side Alley lights, and Rear Arrow Stick Traffic Advisor $1895) - add - (20074- LED Go Light with dash and wireless remote, installed $696.) 1 4'1" i FLEET CONVENIENCE PACKAGE All cabs include (DL8) outside heated power -adjustable mirrors, (49 1) remote locking tailgate and (AQQ) Remote Keyless Entry. 2 Upgraded Cloth 40--20--40 Split Bench Seat with Storage Packets, Fold Down Armrest and Lockable Storage in The Seat Cashion. Also Includes (AGI) 10 Way Power Driver Seat w/Manual Lumbar. Only Available w/Cloth Seat Trim. 3 RAM -VB -###-SW 1 1 " Optional equipment - specify $519.001 $223.002 $725.003 C49 2 Ram vehicle specific no -drill laptop mount, includes freight and installation. - add - 4®RNER 3 (806-1206 - 601hv Xantrex pure sine wave inverter, installed $429.) - add - (806-1210-PU-Xantrex IOfty Pure Sine wave Power Inverter mounted behind passenger seat o• tinder rear seat curbside, includes 808-9001 Xantrex riser control / ignition control switch mooted to dash. $798) - add - (806-1220-PU - Xantrex 2001hv pure sine wave power inverter mounted behind passenger seat or tinder rear seat curbside, includes 808-9001 Xantrex user control / ignition control switch mounted to dash. $1220). 1 DEFOGGER, REAR -WINDOW ELECTRIC 2 Whelan Vertex 4 Corner LED's (installed) 3 K682J 1 Optional equipment - specify $5,945.001 $148.002 $4,854.003 K14 2 Knapheide 6.5' Utility bodyfor 42"CA. - or- (K682FJ- Knapheide 6.5' flip top utility 1 LT 3 body for 42" CA $6735.) (Both include box & humper credit) - or - (C-100 - Custom Fiberglass Coaches Animal Control Body far 56"CA Includes: Reinforced one-piece molded fiberglass construction, bright white gelcoat high glass exteriorftnish, step bumper with tread plate lop, SS harchvare, 6 animal compartments, sloped floor drainage system. pass-through swing door in the font compartment. storage compartment with rear access, and catch pole holder. SS tube roof rack. fresh air ventilation system vented to each compartment, five molded louver vents in exterior door panels with air flow control vents. L.E.D. lighting in compartments. L.E.D. brake. running and reverse lights **Includes bed credit, freight, and installation ** $15,120) - or - (Upgrade to PRO 6W57 add $1620) - add - (HST - hoist at right front compartment $ 4,120). "Animal control bodies require long bed option" 1 POWER OUTLET, 110-VOLTAC 2 LT Package Upgrade Includes: MyLink Radio w/8" Color Touch Screen. Single Slot CD Player, HD Radio, Sirius XMSatellite Radio. OnStar, 17" Bright MachinedAluminurrr Wheels. Front & Rear Chrome Bumpers: Body Color Body Side Moldings, Power Body Color Heated Outside Mirrors, Deep Tinted Glass (Rear Doors & Rear Window), Body Color Door Handles, EZ Lift and Lower Tailgate, Colo' Keyed Carpeting w/Rubberized 4 invl Floor Mats, Leather Wrapped Steering Wheel tis/Audio Controls, Upgraded (4.2') 1619 Page 314 of 634 VEMCLE- Silverado 1500 (C'C 15753) NA DEALER. flan Sat' Chevrolet Buick Garber Chevrolet Buick Alan Jay Chevrolet Buick Antes Nation Chevrolet NA GMC Cadillac; GMC Inc, GMC Cadillac Peniltrolic Parses ZONE. Western 1Wortlserti Central Southern BASE CE: 519,595.00 $19,49100 519,495.00 $19,491M Color Dripday Driver hcernute m Center, Remote I4e6'less Entry and Illuminated T'stor I FOB Alan Jail= Fleet Processing Center, Sebring FL, Reference FSA Contract mans and conditions 3.21 a Vendor Installed. i Vanity Mirrors. 3 3BL.S 1 Optional equipment - specify $229.00 $546.00 S 14O.ti " CONS 3rd Brake Light Scale#y Pulse (Pulses 3rd Brake Light (4) ernes spirt upplhd rision of 3 SPARE " ° �F'YCke pedal to increase driver awareness ss behi ed'yov when sopti' ipig) = argil - (�3BOX Warranty ® specify ,� :SHIB s Includes standard height 18" depth saddle box wah _rsvtele ltd and {2) herd rad CPP--5/1 00 Ally Protection Plan Major Guard ?Sear^ oc 175, ()00 nice Extended Warvainb' f a- trnounred standard height side tool bores $ 115 t) n or e (3B0XLWB e Includes s'tdrrttlurd iI height 18" depth saddle S0.1 with single lid and (21 bed rad niountedstandard height i side tool hoses $ 1234) t Chevrolet PP`fJteClt€kf2 P1CtYt�Plitt7n0fFi7as�r{} 13�darctiblc�5 i'ecaF"%1}}li, rifle} nPrle c 114 VIS PCILIC'E CONSOLE WITH C UPHOL DEk5 AWD ARedREST (4del$596 fop, 'PMG6100 Warranty ® specify PSM- 11.4 VIS PASSENGER SL)E LA P TOP h-fi[)UNT P4C°k4GE TFITH UATIVEkSA N $3,406.003 1 I ®a6/1 d 3 LAPIOPMOUNT, TILTISTY_HT p_j;)2 "The S}rareShietd.eorP"--Prevents Thieves frons Cutting the Spare Tire Cable and Cherrolet Protection Plrvs aPica1anan ==$0 Deduc°able»6yrearsllrl(1,0€70 miles_ s Stealing the Tire. Installs in Seconds Without Any Tool ,Locks or ICe)'s J LABOR � Labor rate per hour $110,00 i 105,00 $145.00 INST 2 (Labor hates Biciedd on Single Vehicle Build) t EVT CERTIFIED INSTA L LA T10,V 2 TFkIP-'1 AG t T'TG 2 TRANS -TAG TRANS 2 NEW -TAG � `t'TAG 2 D-R9Y 1 Temporary tag Transfer existing registration (mast Provide tai, number) Includes temp tag & two n,tty overnight shippingfor signature 1 New state tag (specify state, county, city, sheriff, etc,) Includes temp tag & trvo nit, overnight shipping for signature. I $45,25' 6.002 30,00 519&851 $86.00' $185.00 24.;131 "11)1.552 2.I11i Maintenance Ilan a specify, $89.00 NA, $89,00 Lb,n r f 24k fnfle sehe tiled rncrlrtterac nc. progrion to include oJd f fa{ter chance, 4 -wheel ti'r'e rotation, and conduct a 27-poent vehicle iaaspection. The plan cores arp to (4) cer^viee visits w'ithisa the 7 g ,arPcarreh pertocL I Please contact Dealer for L ettest rWairtena»ee Plan Options andel Pisces nvo Oil Changes, Tire potations and Inspections in the First 24 Monthsl2 d, 000 .Hetes. 3 im Page 315 of 634 Maintenance Flan ® specify NA NA NA Maintenance Plait - specify NA NA NA AMM 1 Warranty m specify{ Inc]. NA' $1,936.190' CPP --5/753 All VENDOR INSTALLED aftermarket ecpdnpnrent subject to I yearparts only iccarrrraatr I FOB Alan Jail= Fleet Processing Center, Sebring FL, Reference FSA Contract mans and conditions 3.21 a Vendor Installed. i Please contact Deader for Latest FLarrarny Options and Perces 2 Chevrolet Pnditectton Plon==Plata ;un?a $0 Deductzbeia 5 yecar,'75, 000 miles. 3 APPNIG575 t Warranty ® specify $2,821 M' NA $2,818.00' CPP--5/1 00 Ally Protection Plan Major Guard ?Sear^ oc 175, ()00 nice Extended Warvainb' f a- COT3 mercial Use with $0 Deductible. (L'ntergency Use Surcharge Acid $177i.) t Chevrolet PP`fJteClt€kf2 P1CtYt�Plitt7n0fFi7as�r{} 13�darctiblc�5 i'ecaF"%1}}li, rifle} nPrle c 'PMG6100 Warranty ® specify $1,289.00' N $3,406.003 1 I ®a6/1 d 3 -414, Protection Plan tic ayor Guard 6 Seca#s or 10(l000 aide Extended TV arrcanly torr' C�arnine'resad Use birch SO Deductible. Cherrolet Protection Plrvs aPica1anan ==$0 Deduc°able»6yrearsllrl(1,0€70 miles_ s im Page 315 of 634 4HT-DIST-4LE2T 1 1 1 $20,719.00 � $20,718.00 C x 41' Self Priming, Trailer Mounted, Tmsh Pump lWat Prime) Performance: 680 Max GPM, 104' Max TDH Controls: Standard controls for electronically governed engines, Includes low oil, and high temperature shutdowns. Manual start/stop Pump Casing: Heavy-duty cast Iron with built In volute Max. Solids Handling: 2' solids Engine: Isuzu 4 cylinder, water cooled, turbo charged Final Tier IV 44hp Fuel tank: 39-ga lion fuel cell offering a maximum operating time of 35 hours @ 1600 RPM Mounting: Industrial steel frame, DOT industrial trailer, with diamond plate fenders, cushioned suspension, pintle hitch, tow crossbar, stabilizing jacks, and DOT lights, 7 prong adapter, electric brakes. Includes: Lifting ball provision, locking provision for battery and fuel cap, manuals, Integra I fue I tank cleanouts a nd d rain ports Standard Equipment: 40 Camlock (discharge) x 4' Camlock (suction) Additional Items: �1 DOT Light Kit: 7 prong adapter 1 1 1 $279.00 $279.00 Total I i 1 $20,997.00 Page 316 of 634 November 27, 2017 City of Boynton Beach 222 N.E. 9h Ave Boynton PH- (561) 742-6215 s wbbf Attn: William a Municipal Soles ?qMAWARDED 1 f . Orange, ;. .761-0862 CONTRACT i Is Is a Heavy-dutyCast Iron Trash Pump, with the ability to self -prime when filled with water, and automatically prime. avoid the hassle and expense of purchasing this pump through the public bid process. You can order this pump and zquipment by simply referencing NJPA Contract information on your purchase order: NJPA Contract # 03103A -TPM Category: Facility, Maintenance, Repair, and. Date: i Should you require further information or have any questions, please contact me at the number or email below. Allan Curry . . Municipal Sales Representative Cell: (561) 284-5149, ♦ a Dave Perry, Municipal .i * e Page 317 of 634 Ull 11 nor 7irl - it 000600 00ORRER, R, quality menagernent systems and manufacturing capabliftles. ft is common to see Thompson's pumps on Kew of the largest and most challenging projects in the world. WI 117 Q i� Thompson Pump& Morubcturing"hy. Thompson Pump & Manufacturing Co., AW Cc)ttED Inc. WJPA r1l WDAWWN Contnactft 031014 -TPM ""--aptmw Caftiarr. Facility, Maintenance, Repair and Operations, Janitorial Rxiassinnswearbwwwairaw Description: Public Utility Sewage, Diewatering, Bypass Pumps Maturity Dartz 04/10/2018 OvervIew Contract Dxurnwtation Thompson Pump Is respected worldwide for fts sophisticated heauLy lines of high quality, high Pricing performance pumps, ranging in size from 2 to 1B inches. Thompson Pump sells and rents their entire line of pumV s In the areas of public works. construcdon, energy, agricuhure, dwAistering, rnining, sewer/lIft stadons, N)PA Contact Inforrnadan and water/wasta wister. Typo of pumps designed and manufactured by Thompson include wet orim trash pumps; dry 12dme tra5b +y it with compressar-assined or vacuum -assisted priming systems; souvA HOWTOPURCHASE -w- 1 7 attenuated pumps; utility trash pumps; c1laphrag I7pumps; hydroulk power units with submersible puMp Our i b- p, step guide head, vacuum and well;d pumps and high premEg solids-handl'no pumps. With these different tr.-. of pumps, as well as a full complement of accessory haws and piping, Thompson can supply the proper pump Vendor Contact brito and sysitern for almost any application. In addidon, Thompson provIdes engineering services arid special Robett Henriessy applications consulting for complIcBW wellpoInt bypass or multiple pump system prtjects; and offers Direct Phone: 386-944-4108 thorough pump and dewatering educadon and training through Its PumpologyO courses, rhannesity2jg _ _ _ 11=12=111 Thompson Pump, a 43-yeer old familly-owned company based in Port Orange, ft is a full-urvice manufacturer and provider of high quality pumps, pumping equipment and engineering expertise for the Bobby 23tzka toughen dewMdng, bypass and emergency pumping applicafion& Since IT/0, Thompson Pump has assisted Direct Phone; 386-944-4192 clients worldwide with pump remals, sales, iiervice, repair, dosigr% installation and operational supporL b:dtzka Thompson Pump operates sales, rental and service centers throughout the United States with 21 branches and wmm.thomigongump.com depots. The company Is also aligned with more than 30 dithibutors In ft United Stem% Canada, Latin America, China, Russia and Europe. Thompson Pump Is a Blue Chip Enterprise Award winner and their products meetthe requirements for cartikartion as defined by the ConbwM Pump Bureau. Thompson Purnp of numerous product patents along with the registered trademarks of Enviroprime 5)=db. Silent KnighM, Arctic *fightill) and PurnlaologyS. 7irl - it 000600 00ORRER, R, quality menagernent systems and manufacturing capabliftles. ft is common to see Thompson's pumps on Kew of the largest and most challenging projects in the world. WI 117 Q National Joint 1 `' I (herein DIIIII *1�' / , 1 1, ` ■ AND SUPPLIES RFP I 1 March11 P 2014 - r "1 0 0A.M. CenUid At the offices of the National 1 Powers AllianceD 0. Street ! h'. Staples, MN 56479 �. i "' i �` ; � ' . - s i � r;� • r � r s �� * .. r . ^ � sir.'. i e 'lel. = - rii . a . 4`+.l i " �: � i Q ii ' i � r '.,� i es e i . .� e i '► 1 r !'I .� i . i ii 4 5 i f! i'� r ' G i�r: suis 'i e• � i i� i ♦ i�nr`r� • ' 1 i �I' � ! � �' 1"� �- ri;; i' �►�r, r ► a -., - �, i �'i 1 ', 474 . 11 Page 319 of 634 RFP YIweUne January 4 i A i fl r Publication in the print nr online Minneapolis r Tribune,F:theprint version11Salt 1 1' state ofUtah, 7'. the print and oulineDaffyJournal of r„ Il 11 within the ofOregon, I.t' !P `websiteit ! 1/ 11 1 Xr l i d 1 1 1 4: i i;i r i i i .. lland ! 1 1 i. ' A FebruaryI I ., Pre -Proposal Pi!i'T+ 1 i ',,� i iconference ',,.Connection Central Standard r' ..Ir"": information s' I 10 all 1 1, business days prior 1. II March 3, 2014 Deadline for RYP requesh and questions March i',2014 Deadlineor.Submission of Proposals. i r 1 ` 7i . ; i [ :.willbe returnedunopened. `IP.M. CentralStandard r Ili ' March 2014 Public Opening I Proposals `: 9:00 A.M.Centrali r 7 Time Direct questions. IMaureenat maureenbq&hKa-I&acoQa.= or ! Page 319 of 634 I DEFINITIONS L. Shipping Requesting Pricing Changes A. Contract B. Currency 6. EVALUATION OF PROPOSALS C. Exclusive Vendor A. Proposal Evaluation Process Proposer Responsiveness E. Hub Partner C. Proposal Evaluation Criteria F. Proposer D. Other Consideration 0. tar Proposal E. Cost Comparison H. Sourced Goods F. Marketing Plan 1. Time G. Certificate Of Insurance J. Total Cost of Acquisition H. Order Process and/or Funds Flow K. Vendor I. Administrative Fees J. Value Added 2. ADVERTISEMENT OF RFP\ Y.— Waiver of Formalities 3. INTRODUCTION 7. POST AWARD OPERATING ISSUES A. AboutNJPA A. Subsequent Agreements B. Joint Exercise of Powers Laws B. NJPA Member Sign-up Procedure C. Why Respond to a National Cooperative C. Reporting of Sales Activity Procurement Contract D. Audits D. The Intent of This RFP E. Hub Partner E. Scope of This RFP F. Trade -Ins F. Expectations for Equipmenv'Products 0. Out of Stock Notification and Services Being Proposed H. Termination of a Contract resulting from G. Solutions Based Solicitation this RFP 4. INSTRUCTIONS FOR PREPARING YOUR 8. GENERAL TERMS AND CONDIITONS PROPOSAL A. Advertising a Contract Resulting From A. o Inquiry Perid This RFP B. Pro -Proposal Conference B. Applicable Law C. Identification of Key Personnel C. Assignment of Contract D. Proposers ExcMdons to Terms and ' D. List of Proposers Conditions E. Captions, Headings, and Illustrations E. Proposal Format F. Data Practices F. Questions & Answers About Ibis RFP 0. Entire Agreement 0. Modification or Withdrawal of a H. I. Force Majeure Gratuities Submitted Proposal J. Hazardous Substances H. Proposal Operiing Procedure K. Licenses 5. PRICrNG L. Material Suppliers and Sub -Contractors A. Line -Item Pricing M. Non -Wavier of Rights B. Pcircentage Discount From Catalog or N. Protests of Awards Made Category 0. Suspension or Disbarment Status C. of Plus a Percentage of Cost P. Affirmative Action and Immigration D. Hot is Pricing Status Certification E. Ceiling Price Q. Severability F. Volume Price Discounts/ R. Relationship of Parties Additional Quantities % FORMS 0. Total Cost of Acquisition H. Sourced Equipment/Products/ 10. PRE -SUBMISSION CHECKLIST Open Market Items 11. PRICE & PRODUCT CHANGE REQUEST 1. Price and Product Changes FORM J. Payment Terms K. Sales Tax N Page 320 of 634 I DEFINITIONS F,. COATRACT "Contract" usedhereinconsist! pricing, executed mi` ! from ! Proposer's response pursuant to this RFP, and a fully executed form E CAcceptance and 1 final 1 1conditions.Formwill be executed on or afteraward andwill provide final of terms and conditions of the award. &CURRENCY 1 transactions are payable in U.S. doll=s. All administrative fees are to be paid in U.S. dollars. C. EXCLUSIVE DO A sole Vendor awarded in a product category. NJPA reserves the right to award to an Exclusive Vendor in the event that such an award is in the best interests of NJPA Members nationally. A Proposer that exhibits and ! } t l 4 1 1 :e ability 1 offer +I' 1 !executean outstanding ♦ program, A xV IJI # 1 i i. s the ability and willingness to serve NJPA current and qualifying Mernbers in all 50 states and comply with other A this preferred. • A #:" � :,�} 1 1 #' 1 # 1 1 +i i #A' 1 � # �` : AtTo 0310j }: 1 1 A ♦ `4 #.1' / # }` ' # / ! R Al' ! }#IS A # 1" l #`h' # `1 1} E r. E. A#! ! 4 LWfA F, An organization that a member requests to be served h with an Awarded Vendor for the purposes of complying ARegulation, # #` li_that individualMemberdeemsto be applicable /theirjurisdiction. F. PROPOSER # •! A company, person, or entity delivering a timely response to this RFP. H. SOURCED GOODS Sourced Good or }.'1Market'111is aproduct scope deemedincidental to the total transaction or purchase ofcontractitems which member !: 1buy underfrom anAwardedVendorthat : not ',..,` Ae undeVendor's !, • contract. T Periods of time, stated as number of days, shall be in calendar days, COST O ACQUISMON The Total# 1Acquisition# Aequipment/products andrelated services being proposed # A the cos, of }3#!#`:i equipment/products :11relatedservices delivered and operational for itsintended purpose in the end -user's location. Page 321 of 634 2.1 NIPA shall advertise this solicitation: 1) for two consecutive weeks in both the hard copy print and on-line editions of the MRqNEAPOLIS STAR TRIBUNE. 2) once each in Oregon's Dail,v Journal of Commerce and Utah's Salt Lake Tribune: 3) on a national wire service and website by the MINNEAPOLIS STAR TRIBUNE: 4) on NJPA's website; 5) on other third -party websites domed appropriate by NJPA. Other &W party advertisers may include Onvia, Bidsync, PublicPurchase.com, MERX and Biddingo. --PIENALL611RE 11011MIN't-L Z 111 -w-" :1111i 4r,.qLa.V IVAUIVIL FIT IIWI 0 use and to meet specific state requirements. 3 INT RPAUCTI. ON 3.1 The National Joint Powers Alliance@ (NJPA) is a public agency serving as a national municipal contracting agency established under the Service Cooperative statute by Minnesota Legislative Statute §123A.21 with the authority to develop and offer, among other services, cooperative procurement services to its membership. Eligible membership and participation includes states, ces, counties, all government agencies, both public and non-public educational agencies, colleges, universities and non- profit organizations. oil a) toR i N f1 N i I F Mis a- F-Tq - M 110M 3.5 NJPA cooperatively shares those contracts with its Members nationwide through various Joint Exercise of Powers Laws or Cooperutive Purchasing Statutes established in Minnesota, other States and Canadian Provinces. II Joint Exercise of Powers Law is Minnesota Statute §471.59 which states "Two or more governmental units ... may jointly or cooperatively exercise any power common to the contracting parties..." This Minnesota Statute allows NJPA to serve Member agencies located in all other states. Municipal agencies nationally have the ability to participate in cooperative purchasing activities as a result of specific laws of their own state. These laws can be In Page 322 of 634 found on our websitekftg://www.W=Qgp.orLr/national-couD=dw-conft7W,,-okAi�yii- authori 3.6NationalCooperativeContracts for Municipal andPublic! +^e; . well as for Vendorsof products/equipment S I Rservices 1 7varietyof ways: i 3.6.1 National c44 i 4 i 4 : tin potentially save thewF'.11' and effort of Municipaland Public :+ 1 ''" 41 ". 1 : R 111' 3.1R � 4' - : "�'• !. 4 4 '^;: �R i1 1." iRli44 , ;: i 4 4 1 1: t ` I:.._ 1'' 1 ii1" 1F4l1; 144 i' .."1 4;11+ / •1 'f l ! 14 .S4R' 4 iR i R for the,. 4'. # it - 4'. 4 4 1 that 11 havebeenotherwise$ advertised by rrrdividual■ ' memberagencies. 4 ♦ ' 41 ' i 4 11 ' t4 1 11 ilii ' 1 1 "4 f ! . 1 4 ! l.! ■ + - �*`. 4 1 !$ 1 1 i ' U The collective purchasing R 4 '► thousands (4 a, 4 J' s Memberagencies nationwide offers +d ` i opportunity 1 volume 4 i1 pricing discounts.Although 1 ' [l 1 4 sales or sales volume R 1r a. Contract from 1 RFP, 'substantial volumeanticipated114. an v4 pricingrequested 1 Mi justified. IA ! E 1 1 1: 11. i R +}+2 1 ' i � : - 4 1 ,• 4 l- 11 1 it 4 �` ` i . ' : 4 11 i i li 111111111:2QUOWt11[#7T1� ;7 4774 r-N-ITIM. U 4MIUM4. i " ' s 1.44M _ 4 *0 x..41 11 1 : R ■! 4 1 4:: 4 4 !1 . ■ i 4� 4 'r1. I/ ♦ TRY h 1 �.+Y 4 1 4 4 ■ ' ' ! ' li.R 4 it ! � " : - 1 - i • ;4 � ■ i 4. 4 ! 4 4 11. 1+11 ; 1. 1i. R �': _- 1 - :., 4 :,4 I 1 4 1 I ■ iM 1 1 : I! � r/ i. 4 4 « . ,, i - 1 ". 4 1 " i l i .i R 1 i 4 M 11:1► 1 X11 *�■ i.:. 1. .+}, 3.11.2 Offer :1i apply 1 applicable advancesthroughoutterm 4a contrac', resulting fim this RFP Page 323 of 634 3.113 Deliver "Value Added" aspects of the company, equipmentouducts and services as , defined in the "Proposer's Response"; 3.11A Deliver wide spectrums of solutions to meet the needs and requirement of NJPA an't NJPA Member agencies. 3.11.5 Award an exclusive contract to the most responsive and responsible vendor when it is deemed to be in the best interest of NJPA and the NJPA Member agencies K N VA wn MO, C77,72JA M R MMIM =-., M., ff#TXi13X U. J., 4 Wi 11,11i 1 1111 result justifies a multiple award and multiple contracts are deemed to be in the best interests of NJPA Member agencies. K.Sm g ogNA, 4 1 11-1 A J'JL1L*)j1Z IIIA I tip t. tolls I t.JJff%)qI gem - 114 Manufacturer as a Proposer: If the Proposer is a Manufacturer or wholesale distributor, the response received will be evaluated on the basis of a response made in conjunction with that Manufacturer's authorized Dealer Network. Unless stated otherwise, a Manufacturer or wholesale -Ar "i M WW & rjr4Ahw*t-FI: Arw NuMurr. Mly 00 propos-71, -L, submission if that fact is properly identified. 3.15 Dealer/Re-seHer as a Proposer: If the Proposer is a dealer or re -seller of the products and/or those products and services from their manufacturer. Where appropriate, Proposers must document their authority to offer those products and/or services. 3.16 Scope: The scope of this RFP is to award a contract to a qualifying vendor defined as a manufacturer, provider, or dealer/distributor, established as a Proposer, and deemed responsive and responsible through our open and competitive proposal process. Vendors will be awarded contracts based the overall highest valued solutions which meet an&or exceed the cu=mt and future needs and requirements of NJPA and its Member agencies nationally within the scope of PUBLIC UTILITY EQUIPMENT WITH RELATED ACCESSORIES AND SUPPLIES. r1r,1171 M'' ]UM M'. IntrITS7 M41,111 11,111111121111 11111111u, 11 111IF III 1 1 1 in, MIMS J. 121byllylAxial ii In Aggly.-agg pit I1=1FAIT4=17 4r.[= rMrA;M177M11rMHTo1FroT0 9=� 811mmm"Marm 111,161101JLfLIMI R Page 324 of 634 3,23.2 Vendor use of sub -contractors In sourcing or delivering equipmenttproduct/services: NJPA desires a single source of responsibility for equipment/products and services proposed. Proposers are Vendor assumcs all responsibility for the equipmcnt/products/services and actions of any such Sub - Contractor. Suggested Solutions Options include: If: 0 Ii M Q OWN I'SAL11 OLU MALS V"p- =75 toputpucry -LSAL11 -LU it A Il those equipment(products being proposed. 3.24.1.2 Turn -Key Solutions: A Turn -Key Solution is a combination of equipment(products and services which provides a single price for equipment/products, delivery, and installation to a properly operating status. Generally this is the most desirable solution as NJPA and NJPA Members may not possess, or desire to engage, 3.24.1.3 Good, Better, Best: Where appropriate and properly identified, Proposers am invited to offer the CHOICE of good — better — best multiple grade solutions to NJPA ani NJPA Members' needs. 3,24.1.4 Proven — Accepted — Leading Edge Technology: Where appropriate and technology solutions to compliment or enhance the' functionality of the proposed solutions to NJPA and NJPA Members' needs both nov4mdintoVa--&10-n. kk.f�xWAI CUM"Ur Vrk W,11 -17"G: -VIII Vfi submit their complete product line of products and services described in the scope of this NJPA reserves the right to reject individual, or groupings of specific equipment/productsli services proposals as a is of the award. 7 1-TW;T?Tllrz '1- I 4 a Ul , 1. 0 1 Aft, A JV i WIUUr UVYUILU ALIC UIIA-UU ISI BUM Z11"on IV 0110 I__ beat interests of NJPA and its Members. NJPA reserves the right to conduct periodic business reviews throughout the term of the contract. M Page 326 of 634 accepted by industry standards. Dealerstributors agree to assist the purchaser in reaching a solution in a dispute over warranty's terms with the manufacturer. Any manufacturw's warranty which is effective j -past the expiration of the warranty will be passed on to the NJPA member. Failure to submit a minimum warranty may result in non -award. 0 ! it fit'# :01 L 0 Nt in accordance w ;ry use for whii they are intended. MMA I�MNTTT DO base your response on. This RFP is a "Solutions Based Solicitation." This means the proposers are asked to understand and anticipate the current and future needs of NJPA and the nationally located NJPA membership base, within the scope of this RFP, and including speccations commonly desired or required by law or industry standards. Your proposal will be evaluated in part on your demonstrated abty to meet or exceed the needs and requirements of NJJPA and our member agencies within the defined scope of this RFP. 4the' cad ine for The inquiry period WWI begin at the date of first advertisement and continue to 'D I Requests." RFP packages shall be distributed to Potential Bidders during the inquiry period. The purpose for the deflned "Inquiry Period" is to ensure proposers have enough time to complete and deliver the proposal to our office. Ma" MORM-Wels) a _4 L.:7 it iMO.- M - i TIM T.j MN. W1. M ':,Ta I M Mr. �=tmjrqmm ;;=# - w .. -, d4f ; , # 1 I 1.. L4 #14Rf"112i it' � 4:1,114 10 l4W;k I VA411 it ('j a-% #1'14 m 1,; In ijyAl lug jotssilgi4g E Page 328 of 634 4.5 Anyexceptions, deviations, or contingenciesa Proposermay have R theterms and fconditions contained ri must be dLvaum=tkA # .,-j.-% JIm1 C. "lf+"' 0�41i '" i''R'# ,- _ 6+l, 1 f:B11AIIJ1:! ' tl6111'i-JJ211 sf fig#% t,14 1014 j Is i A #W;Wj 0.11 #571 f1 f i 1 i1 .. + ii ' 1 # i,• . #, : 11 1 . _ f • f f ; • ' iU ' f a r. i; �! item or 'e - .A1 ' may notbe clear and to check - ` l nse for before sus, f l i ,_ .: Proposal.1 preparing aProposal 1{right of withdrawal the deadline fo submission of proposals. ST NE Staples, 1 56479." 4.9Formatfor proposal :.f d All proposals " addressin the following form 1.with allrequired hardcopydocumentsand signature forms/pages inserted as loose pages at the front of the Vendor's response: I! copy original ignecompleted, •.id 1: -i forms ! F 711hard copy signed signaturepage only from ! r; A and from this RFP; 4.9.2 1copiesofall addendaissued for the 1original countersigned if the # 1i' i Hardycopy of CertificateInsurance " ,w "the coverage identified 1 thisRFP; IM ; 1. i1. complete copy of # i response on a CD ! f1 /_^ Disc) or flash drive. The# i co-rtain # i l • ;.! # jN A ' sR �'� 4' i : 1 -W 1 ; I", i r a i• 1 1 ail# #i :, wl1-f:� - r+ �# `�f;>! • � ,! f_t#; ► should also be 1 + + in theit if public • !f#';'" i # 1 +?S: ; 1 i : ' #tri ! 1 i : :` f f +a; ! 1 � R ! ■ # I i ; i i �: 1 i� f 1 J •,. proposals, responses and 1 i ! icontracts that ',..:classified as nonpublic;thus, pursuant statute, . ai. documentation, # �"+�` - 1 # • f terms andconditions, except for that data which `'nonpublicavailable for _, - bythepublic through n`.. public request.4. wish to request that certain information that falls within Minnesota Statute §13.37 be redacted, such request must be made within thirty -days of award/non-award. =k'sit I 1111:: 111 f ,� 11 A i " i �N 'ti �i f `• i ii : 1 ; 1 i �1 a.�1 x # i 1 " � 1 ! • - _... f I - ! r "! •di. g .�::. 10 !�' : f:# i! If 1 �: �` 1 #� 1 s 1 � #��,.t<`.- �;i#�.A' • �# -f^ ,.. 1:" !1 11 '•#1^ � k 1 1 i#i' # 1 it 1 !� i17 f r' r 1'. 11 *)glow G... i i :14 prominently # n1 i 1 the proposal number, proposal name,message"Hold f Proposal Of- I i I• and the deadlinefor proposal submission. NJf ` cannot be responsiblefor late receiptof proposals. •#R.,i_.received by the correct deadline#.. 1;of!':lsubmission will f' 4/ =f 1f ' A l ! !/!,'Ira; 1fi: - f- 1 -1114 -UT f f tj 111it 1'." 1 R . IF Page 329 of 634 WN 1 741 -it v-777151 W-WrTM I 11MUM 6 1.0.04.1111 W N IMAI WAAW1011-AW1. A14,1*1 1.1414 t 41 -5 Ed $,ZM WWW'70 W114 5.11 A specific percentage discount from a Catalog or List price!' defined as a published Manufacturer's Suggested Retail Price (MSRP) for the products/equipment or related services being proposed. 5.12 Individualized percentage discounts can be applied to any number of defined product groupings. 5.13 A P==Wy Discount from MSIRP ma-, be k Manufacturer Options applicable to the equipmentiproducts or related services. 5.14 When a Proposer elects to use "Percentage Discount from Catalog or Category," Proposer will be rewasible for nrovidins and maintainina T a mAfish74 M -P in Wq 111WITJ MOM r I tjllvri�L 11rum 110 --n Product Change Form. O:i 732—ij—dYa—ir and discontinued equipment/products and related services as long as those close-out and discontinued items are clearly labeled as such. Curr-ent ordering p rocess and administrative few apply. This option ,:mrust be published and made available to all NJPA Members. meati .......... W1 VMIA I.— # 11, is Mic 11W Page 333 of 634 1i1 11 TIM "= . =1112 T Contract resulting from this RFP. Volume considerations shall be determined between the Vendor and individual NJPA Members on a case-by-case basis. LEN �4 LAW, Lrn, smYw-c-�&-%k gi- �74 WA*. - Member and the Vendor. The Vendor will, upon request by NJPA Member, extend this same reduced price ofraed or delivered to anodw NJPA Member provided the same or similar volume commitment specific needs, terms, and conditions, a similar time frame, seasonal considerations, locations, competitively situations and provided the same manufacturer support is available to the Vendor. 5.22 All mice adjustments are to be offered equally to all NJPA Members exhibiting the same or ;Tbstantiahy similar characteristics such as purchase volume commitments, and timing including the availaRility of special pricing from the Vendor's suppliers. 5.23 The contract awarded vendor will accept orders for additional quantities at the same prices, terms J'Fln Ocumou Inc-ILOCT LU -IU 11 1 I R Ri I I 1da JULIV 01 UNUEUM PULVERibc WILARY. Ally CATOL114" of pricing beyond the specc date shall be upon mutual consent between the NJPA Member and the contract awarded vendor. 1-*ZW1tT4N , -11111 0 11 K 1r *MW77WW,, =M, 7.-7aTTMF"* solution to meet our members' needs. Sourced items are generally deemed incidental to the total transaction or purchase of contract items. ................. T related scope of this RFP, which are not included in an awarded Vendor's line -item product/equipment and related service list or catalog. These items are known as Sourced Productffiquipment or Open Market Items. IMAA�T C -IQ =1 41CM for NJPA or an NJPA Member to the extent they: 5.27.1 Identify all such equipment, products and services as "Sourced Products/Equipment " or "Open Market Items" on any quotation issued in reference to an NJPA awarded contract, and Fl- rvvided to either NJPA or an NJPA Member; and In Page 334 of 634 5.27.2 Follow all applicable acquisition regulations pertaining to the purchase of such i products and services, as defined by N`JPA or NJPA Member recng quotation from Ven and 5.273 Ensure NJPA or the NJPA Member has determined the prices as quoted by the Vendor such equipment products and services are deemed to be fair and reasonable and are acceptableli the member/buyer, and eq m u V'p em n e;nbl 5.27A Identify all product/equipment sourced as a part of an NJPA contract purchase with required NJPA reporting and fees applying. 5.28 Cost plus a percentage is an option in pricing of sourced goods. I. PRODUCT & PRICE CHAVGES qs)dff�illuk #)44(.)1 -AVAXI�Kq - - =; iI Mr LL Director and acknowledged by the NJPA Contract Council. Submit request via email to your Contract Manager and PandP@njpacoop.org. within the scope of the original RFP and 2) in the "Best Interests of NJPA and NJPA Members." A signed Price and Product Change form will be returned to vendor contact via email. Zixt 0—at—r*k—.3 subject to change, provide sufficiently detailed explanation and documentation for the change, and include a compete restatement of pricing document in appropriate format (preferably Excel). The pricing document must identify all equipment/products and so -vices being offered and must conform to the following NJPA product/price change naming convention: (Vendor Name) (NJPA Contra& #) (effective pricing date); for example, "COMPANY 01241 I-CPY eff 02-12-2013." 5.32 New pricing restatement must include all equipment1products and services offered regardless of whether their prices have changed and include a new "effective date" on the pricing documents. This historical record of pricing. 5.33 ADDITIONS. New equipmentiproducts and related services may be added to a contract if such a Contract resulting fiom this RFP at any time during that Contract to the extent those equipment/products and related services are within the scope of this RFP. Those requests are subject to I'. w updated models of equipment/prWucts and related services and or enhanced so -vices previously offered which could reflect new technology and improved functionality. 5.34 DELETIONS. New equipment/products and related services may be deleted from a contract if an item or service is no longer available and thus not relevant to the contract; for example, discontinued, improved, etc. 5.35 PRICE CHANGES: Request prices changes in general terms along with the justcation by product category for the change; for example, a 3% increase in XYZ Product Line is due to a 3% increase in e"rifWai,a, or thig limt nf RXMe1zm4mv' des*-v,n6vrra is Y% of mwp� M Page 335 of 634 5.351 Price increases: Typical acceptable increase requests include increases to Vendor inpuJj costs such as petroleum or other applicable commodities, increases in product utility of new compared to old equipment/product or service, etc. Vendor must include reasonabils documentation for the claim si increase is needed. Special details for price changes must be included with the request along with both current and proposed pricing. Appropriate documentation should be attached to this form, including letters from suppliers announcing price increases. Price increases will not exceed industry standard. .11 W - 11 have changed. By oh;wving this convention we will: 5.36.2.1.1 Reduce confusion by providing a single, easy to find, current pricing iieet for each Vendor. ........... determine if the represented products and services reflect and relate to the scope of this RFP. Each new catalog received may have the effect of adding new product offerings and deleting products no longer carried by the Vendor. Now catalogs shall apply to the Contract only upon approval of the NJPA. Non - approved use of catalogs may result in termination for convenience. Now price lists or catalogs found to be offering non -contract items during the Contract may be grounds for terminating the Contract for convenience. request the addition of new manufacturers or product lines to their Contract to the extent they remain within the scope of this RFP. 95MV. z1f,171aza r1ay -zaei 11 1 - &Ya av a.latle Sm in Excel TevrkYivk ti. list Ixgk d. 7vrimcl groupings or to separately list product and service pricing as they see fit. ALP or remaining unchanged, will be stated on each "Pricing" sheet jz�ated as a result of each request for product, service, or pricing change. 5AI Each subsequent "Single Statement of Product and Pricing" will be archived by its effective date therefore creating a product and price history for any Contract resulting fiom this RFP. Proposers are required to create a historical record of pricing annually by submitting updated pricing referred to as a "Single Statement of Product/Equipment and Related Services Contract Price Update". This pricing update is required at a minimum of once per contract year. In Page 336 of 634 J. PAYMENT TERMS 5.42 Payment terms will be defined by the Proposer in the Proposer's Response. Proposers are encouraged to offer payment terms through P Card services if applicable. alt =sk W -I #;7 00 111tat"I.-Ii-M. �-;; T - 0 N rZ 1#! 77 . � *.I a a r4grIM, Ili ILOJ 4 M io [#JkI (4 WIk 16) $to IWA 1 4 1 lit -K � 1.43.1 Gencral leasing terms such as: kWA1 ■7M �— Im'TOWn internal rate of return for the lease; and 5.43.1.2 The index rate being adjusted; and 5A3.1.3 The "Purchase Option" at lease maturity ($1, or fair market value); and 5.43.1.4 The available term in months of lease(s) available. M.7-T.-TIMM, M -ITT -T 777ry =o-., , - FTA i . .V I a =# 1 !1, 1 , 5.43.2.2 Any ownership, common ownership, or control between the Proposer and the Leasing Company. P�A L�I-1#. -tv J Aw-l"-w- u-1 4 .a -p- IM 7J'P NJPA Member is responsible for providing verification of tax exmnpt status to the Vendor. When ordering, NJPA Members must indicate that they are tax exempt entities. Except as set forth herein, no 7a -t y 31a Y. --req 7-w-ty contemplated by a Contract resulting from this RFP- IM-10*11W21,Z 5.45 NJPA desires an attractive freight program. A shipping program for material only proposals, oi sections of proposals, must be defined as a part of the cost of equipmentiproducts. If shipping is charged to NJPA or NJPA Member, only the actual cost of delivery may be added to an invoice. Shipping charges cntcnkait X, a picc1 agt IfIlie Tril-Let Trice way 11 t 1re -mit, v-dszs s-zc!r An-ps -Tce lirwar-Aor delivery charges. COD orders will be accepted if both parties agree. It is desired that delivery be made within ninety -days (9 0) of receipt of the Purchase Order. 7) W11 1 R # '�`/ li -, I " . , -ALM5Ii-LrI7I3rT2M =-,A7&77rLT-LY-T-U =72-t-S'i #I J "I'llacrd - , J�IWPLVWL conventional shipping services. Over -size and over -weight items and shipments may be subject to custom freight programs. IM Page 337 of 634 5A8 All shipping and re -stocking fees must be idented in the price program. Certain industries the relative flexibility extended to NJPA and NJPA Members relating to those subjects. 1_42 Proposer agrees shipping errors will be at the expense of the Vendor. 5.50 Delivery e5wtiveness is very important aspect of this Contract. If completed deliveries are not m4 is� vait. &Y. wz—�ft hold Vendor accountable. If delivery dates cannot be met, Vendor agrees to advise NJPA or NIPA Member of the earliest possible shipping date for acceptance by NJPA or NJPA Member. if the fiage is--ril re,9diIv anoWt _g thei;q qJ del"& the ji6Wa "-iJW RhAll'41 equipment/products at a reasonable time subsequent to delivery where circumstanm or conditions prevent effective inspection of the equipment1products at the tame of delivery. products/equipment without a,-±fi—proval from NJPA or the NJPA Member. 5.53 NJPA reserves the right to declare a breach of Contract if the Vendor intentionally delivers substandard or inferior equipment/products which are not under Contract and described in its paper ii electronic price lists or sourced upon request to any member under this Contract. In the event of the delivery of non -conforming equipment*oducts, NJPA Member will notify the Vendor as soon as possible and the Vendor will replace non -conforming equipment/products with conforming equipment/products acceptable to the NJPA member. 5.54 Throughout the term of the Contract, Proposer agrees to pay for return shipment on equipment/products that arrives in a defective or mopm-able condition. Proposer must an-ange for the return shipment of damaged equiprment/products. 5.55 Vendor may not substitute equipment/products unless agreed to by both parties. = Unless contrary to other parts of this solicitation, if the product/equipment or the tender of delivery fail in any respect to conform to this Contract, the purchasing member may: 1) reject the whole, 2) accept the whole or 3) accept any commercial unit or units and reject the rest. WJITAIZA WN 6.2 NJPA shall use a final overall scoring system to include consideration for best price and cost evaluation. NJPA reserves the right to assign any number of point awards or penalties it considers warranted if a Proposer stipulates exceptions, exclusions, or limitations of liabties. Strong consideration will be given to the best price as it relates to the quality of the product and service. However, price is ultimately only one of the factors taken into consideration in the evaluation and award. 6.3 Responses will be evaluated first for responsiveness and thereafter for content. The NJPA Board of Directors will make awards to the selected Proposer(s) based on the recommendations of the Proposal go, Page 338 of 634 Evaluation Committee. To qualify fbr the final evaluation, a Proposer must have been deemed responsive as a result of the criteria set forth under "Proposer Responsiveness." I 00AWRTMA IRM Zow PURN MM 11!111K 1111 1111111!11� i 11 11 WZ=- 1 k��,Wql W, I a I LkLa su1y m ULQ ersuaoll :LL MC 50wv-LOrUhLu exceptions, it may be considered non-responsive. I. a$$ MM15i 01 w,2111MVilM 0 1 6.6.1 received prior to the deadline for submission or it will be returned unopened; 6.6.2 properly addressed and identified as a sealed proposal with a specc opening date and time; LU the required certcate of liabty insurance, pricing document (with apparent discountsl answer to the level of discount (Form P, question 19) and all forms fully completed ev if 'tot applicable" is the answer, 6.6.4 original signed, completed and dated RFP forms and F hard copy signed signature page Only from forms A and P from this RFP and if applicable, all coumter sign addenda issued in relation to this RFP; 6.6.5 an electronic copy (CD or flash drive) of the entire response; and 6.6.6 falls within the scope as determined by PAProposal Evaluation Committee. if. =44, �A* If 6 -.177.Mt. 1777L M 4 AIR [4A -j ZT430011YA GAYA MIN 0 COW ES) .1111:3 "1 ' N 111pil M�nspllzq 1�111 11 .1 L the following categories: 6.8 .1 Ccnnpany Information & Financial Strength 6.8.2 Industry Requirements & Marketplace Success 6. 9.3 Abty to S61 & Deliver Service Nationwids. UL4 Marketing Plan 6.8.5 Other Cooperative Procurement Contracts 686 Value Added Attdbutes 6.&7 Payment Terms & Financing Options 6.8.9 Warranty FT Page 339 of 634 I tAi. i 11. Mna7m.7 necessarily limited to these items. I 1axy I to nave extensive R owf l ge and a gn-LFEe-TSTy-e-a-rs--of experience wilt the related activities surrounding the selling of the equipment/products and/or related services. 6.11 NJPA reserves the right to accept or rxject newly formed companies solely based on information provided in the proposal and/or its own investigation of the company. 6.12 If a manufacturer or supplier chooses not to produce or supply a fiffl selection and representation of product/equipment and related services it has available which fall within the scope of this RFP, such action will be considered sufficient cause to reduce evaluation points. 6.13 NJPA reserves the right to request and test equipment/products and related services from the apparent successful Proposer. Prior to the award of the Contract, the apparent successful Proposer, if requested by NIPA, shall ftumish current information and data regarding the Proposer's resources, personnel, and organization within three (3) days. L14 Past performance information is relevant information regarding a Proposer's actions under It includes the PrRIR ser's record of conforming to specifications and standards of good workmanship. The Proposer's history for reasonable and cooperative behavior and commitment to member satisfaction shall be under evaluation. Ultimately, Past Performance Information can be deflned as the Proposer's businesslike concern for the interests of the NJPA Member. 11 j 1111111 4 . a I I I *A a 11 #71Zal v =*, ; 0 77 74VP I — 'Wlb L, +,Tj Pr- W � RF -11T WIT – 117.1 J L. I for each cost evaluation item selected. A "Market Basket" of identical (or substantially similar) cR. t will be used as a basis for determining the point value. The "Market Basket" will be selected by NJPA from all product categories as determined appropriate by NJPA. 141 Ok I 1 0 AIA Pq Page 340 of 634 commitment to the Contract by the vendor and sales teams. NJPA reserves the right to deem a v N'RaZZU �Nt --q- AdM Vendors ability to demonstrate the leveraging of a national sales force and/or dealer network. Vendors must demonstrate the ability to sell, service and deliver products and equipment through acceptable distribution channels to customers and NJPA members in al'.. 1111 `1 monstrate fully the sales and service capabilities of your company through your response; outline Vendor's national Wes force network in terms of numbers and geographic be independent of the equipment1product sales pricing but is encouraged to be a part of your response and contract. 6.19.2 Vendor is invited to demonstrate the ability to successfiffiy market, promote and NJPA desires a marketing plan that communicates the value of the contract to members. 6.193 Vendor is expected o1 receptive to NJPA sales trainings. Vendor shall provide a venue Ar 117,Udate q-iy, f 1 1 Al 1 both ma-mm-mon—at-wril tke Agles farm who vill be VT) *oil I S It I T sales methods, and overall vertical strategies. L? _A ..jL6j,ft contract. Identify the appropriate levels of sales management and sales fbrce that will need to understand the value of and the internal procedures necessary, to deliver the NJPA contract solution and message to NJPA and ;/ A! NJPA shall provide a general schedule and a variety of methods sunxnmding when and how those individuals will be trained. 6.19.5 Vendor will outline their proposed involvement in the promotion of a contract resulting from this RFP through applicable industry trade "!Ahow exhibits and related customer meetings. consider varticivation with NJPA at NJPA ernbracki national ti -de Eli, M 771 LLIT17=0 =1 t -v MrA-k LAIJUJULUL LO UILIC-LL LUU PIV-LL fiJJU,-i ffl11 OFX NJPA requires the Awarded Vendors to embrace and actively promote the Contract in cooperation with the NJPA. 6.19.6.2 'Printed Marketing Materials. Proposer will initially produce and thereafter maintain fall color print advertisements in camera ready electronic format including company logo and contact information to be used in the NJPA directory and other approved marketing publications. j._12&_-3ConAi' act announcements and advertisements. Proposer will outline in thi marketing plan their anticipated contract announcements, advertisements in industry . Arvwneu W Page 341 of 634 6.19.6.4,Proposer's Website. Proposer will identify how an Awarded Contract will be displayed and linked on the Proposer's website. An on-line shopping experience for NJPA Members is desired when applicable. =Q11 .11 1 1 , '. I 4MI MW Ma 77WTA 4 =711 Mo, 0777-jMl =,Mso, 141 M, IT74P77771777-ke 11 2. , a I 0J 74M 4 a L 7-1r4 -11 PAI 1711171 r -j 71411=4 a I'M requilou OWN, Ulu 11 0niLuJrff1P17rX--': ,-WftUrujFx--4 enuor-M such insurance coverage at their own expense fluoughout the term of any contract resulting froul this solicitation. r— Exceptions and/or assumptions will be taken into consideration as part of the evaluation process; 1i'wever, vendors must be specc. If vendors do not specify any exceptions and/or assumptions at time of proposal submission, NJPA will not consider any additional exceptions and/or assumptions during negotiations. Upon contract award, the successful vendor must provide the Certificate of Insurance identifying the coverage as speced. I f rzTZ w7l rrm i N"rnwpouam 5 171-2.26V917 J -717,771 -NOT Umbrella for a total combined coverage of $1.5 million. Work on the contract shall not begin until after the awarded vendor has submitted acceptable evidence of the required insurance coverage. Failure to tn' breach of contract. Flwy Gt-ucmmn-,-�, 1 1J.0 X written on a "following form" basis. 6.23.1.1 Commercial General I.Aability — Occurrence Form and XCU coverage. 6.23.1.2 Each Occurrence $1,500,000 6.24 Insurance Requirements: The limits listed herein are minimum requirements fDr dfis Contract ant in no Al the indemnity covenants contained in this Contract. NJPA t way warrants that the minimum limits contained herein are sufficient to protect the Vendor from liabes that might arise out of the performance of the work under this Contract by the Vendor, his agents, representatives, employees or subcontractors and Vendor is five to purchase additional insurance as may be determined necessary. 0 Page 342 of 634 6.25 AciEty of Insurers: Insurance is to be placed with insurers duly licensed 7,TthonzQ 'i I � 1 do business in the State of Minnesota and with an "A.M. Besir' rating of not less than ) n VA ino way warrants that the aboeq ve ruired minfinum insurer rating is sufficient to protect the I Lom potential insurer solvency. Ltity'lk'I (0) 116NNOWN10) I z 0 6.27.ylease propose an order process and funds flow. The Business -to -Government order process and/or funds flow model involves NJPA Members issuing Purchase Orders directly to a Vendor and pursuant to a Contract resulting from this RFP. Administrative fees may also be used for purposes as allowed by Minnesota State Law and approved by the Board of Directors. potential NJPA Members. This Administration Fee shall be: 1i rT 1 Ili 1111111111� f111111111111111 applicable to the contracted transaction; and 1; if dbn�rwftid"ji-36 ".q —Int L q ", 6.293 Designed to offset the anticipated costs of NJPA's involvement in contract managern fiLcilitating marketmg efforts, Vendor tridrung, and any order processmg tasks relating to Contract resulting from this RFP. Administrative fees may also be used for other purl allowed by Minnesota law. Administrative fees may also be used for other purposes as aRlUlo Ry Minnesota law. jj&4 Typical administrative fees for a B -TO -0 order process and funds flow is 2.0%. N contracts. The administrative fee percent varies among vendors, industries and responses. 6.29.5 NJPA awarded contract holder is responsible for the Administrative Fee and relat reporting. Proposer's Questionnaire Form P. OWL1111- KONEN 111,13,0 J, it'll rM e W� Nim` 501 -J -P 1W, lor irlsialue, lill 5=41GUS-- Wr PF-VUl"til 4,fELC10 d 1*jff1UjHL UUYCW May 1101 nUVC 11-0 ability to perform these functions. M Page 343 of 634 I J^JW1.4T1U6 L A of contract sales every quarter regardless of the existence or amount of sales. Z.1 No more than once per calendar year during the Contract term, Vendor may be required to make available to NJPA i reports and/or invoice documents fi-om Vendor pertaining to all invoices I T .1 f -T 1 W—JT I 1TifvTMZW,' — I T,— TIT MM TIP too ;1* 0 verify prices charged under of the Contract are being met. Vendor agrees to provide verifiable tcu;n' ttation and fteldng in a timely manner. complying with a Law, Regulation, or Rule to which that individual NJPA Member deems to be applicable in their jurisdiction. Hub Partners may bring value to the proposed transactions through consultancy, Disadvantaged Business Entity Credits or other considerations. 7.10 Hub Partner Fees: Fees, costs, or expenses from ft Hub Partner levied upon a transaction chain of title during a transaction resulting from this RFP, the documentation shall be documented to show it is "Executed for the Benefit of [NJPA Member Z Awarded Vendor. That identified "Trade -In" value shall be viewed as a down payment and credited iT I- .0-2gRkSt A -pj994&Mi-51 t-il P puay,=Tt i ' ^ L procurement contract. The full value of t will be consideration. RX011011#1 J11 110143 X Z 1*110 1 aWNRUZ 7.12 Vendor shall immediately notify NJPA members upon receipt of order(s) when an out -of -stock occurs. Vendor shall inform the NJPA member regarding the anticipated date of availability for the out- of-stor-k item(s), and may suggest equivalent substitate(s). The ordering organization shall have the circumstance is Proposer permitted to make unauthorized substitutions. Unfilled or substituted item(s) shall be indicated on the pacldng list. iiiiiin -Pit Vendor to carry out any obligation, term or condition as described in the below procedure. Prior to any termination for cause, the NJPA will provide written notice to the Vendor, opportunity to respond and opportunity to cure. Some examples of material breach include, but are not limited to: RU Page 346 of 634 .1 — -1 11; t I - I 1 6 1 ' t;4A'NJ I: tIj U4Wj;jO I �&Jklq (IR I (Wl# :D 1# (*10t;14 I (.It a k I It I = , I IIIII I Ii ==aQQQM"r=RT4I 7.13.3 NJPA has reason to believe the Vendor will not or cannot perform to the requirements or expectations of the Contract and issues a request for assurance and Vendor fails to respond; JIM The Vendor fails to observe any of the material terms and conditions of the Contract; L.13.5 The Vendor fails to follow the established procedure for purchase orders, invoices and/or receipt of funds as established by the NJPA and the Vendor in the Con—le-pt. WWWN MM boom d Koo 41 is. i I ul If glgj ONIM f: I I it) 4 Kati W yri•jAM4 Ij 41 # (;-.$a 0 In I I t;'M Vp j WIWILIVII) I I At, Ud 9 RM I A I N #l. 7.13.8 In the event the contract has no measurable and defining value or benefit to V.TIA or the W1 -ff UNIARMINI M It 144 'j; ME TOMMM-MIRM MMITRAMT within sixty (60) days, contract will be terminated. M�llo I I MIMP MW i .i.'' 7 I 1 A 1 C.IEVZ 10 ' i ig .I.L M-TMIG Vendor files for bankruptcy protection or is acquired by an independent third party. Awarded Vendor will be responsible for disclosing to NJPA any gation, bankruptcy or suspensionssbarments that occur during the contract period. Failure to disclose may result in an immediate termination of the contract. termination. Termination of Contract shall not relieve either party of financial, product or service obligations incurred or accrued prior to tennination. tII-WPPWYAW=7 A 1 IYo:: . :: A — up �I NJPA employee significantly involved Al initiating, negotiating, securing, drafting or creating the Contract on behalf of the NJPA is found to be in collusion with any Proposer to this RFP for their F--,ersonal gain. Such cancellation shall be effective upon written noti4.11 the NJPA or a later date if so designated in the notice given. A terminated Contract shall not relieve either party of financial, product A:" service obligations due to participating member or NJPA. UK% OM Page 347 of 634 %=- M-MMIMME-vt =,, -M=1-T,77;;U- .7mr7mm- romirmagamip, I ZT 7 1,rX1MM.1DT4Fr-.TiTZW* R "14 N— ;1 4 , *J41- 's iq ij ;M(6201�j 1126 (fit; I Ii1s) A. SIM ; _j;J4641 y RRH� 9.1 ProposerN_endo r shall not advertise or publish information concerning this Contract prior to thi award being announced by the NJPA. Once the award is made, a Vendor is expected to advertise ths awarded Contract to both current and potential NJPA Members. for said use shall be limited to the competitive proposal process performed and terms and conditions relating to said contract and shall not extend to the products, services, or warranties of the Awarded affi- r-Jd rT1 W — q -L4 --fthz-= Ij NJPA Compliance with Minnesota Procurement Law: NJPA will exhaust all avenues to comply with each unique state law or requirement whenever possible. It is the responsibility of each participating NJPA member to ensure to their satisfaction that NJPA contractimg Lam -cess falls witbin these laws and applicable laws are satisfied. An individual NJPA member using these contracts is deemed by their own accord to be in compliance with their own requirements and procurement regulations. 8.4 Cnva-irfna La -v dellva-w, and aceentaTice.-All nanlicahle norjecons of the 1-h-rT.(--mota I Q��UOIIITI 1W-111 0 M "*T -11;R Mau on" 1="1111 a =Wl"I resulting from this sotation. 8.5 Jurisdiction: Any claims pertaining to this RFP and any resulting Contract that develop between RPA and Q Oth ia must be brought forth only in courts in Todd Countv in the State of Minnesota Ilk I 1 4 IT;,) %YA FI-JU fllli;!i��;*G( COnStrUea In 8CCOfaanCe WIM, ana gOVernea b3wAie laws or a coinpetwl-junscaction writ: to the purchaser. TY Mj 110 r 12"Is to abide by them. 77ZTT7tVTTUTLTr=-T-U authorized by law and shall not be responsible for the acts of the other party and the ragults thereof NJPA's liability shall be governed by the provisions of the Minnesota Tort Claims Art, Minnesota Statutes, Section §3.736, and other applicable law. 9C Page 348 of 634 9.9 _shall 1' theresponsibilityofthe Vendor1 cornply, when applicable, R ri-ravailingwagelegislation ineffectnthe jurisdiction of thepurchaser f or ♦Member). It shall 1'` the responsibility of the VendorR monitorprevailingwage rates as established b the `j l i R department of laborfor anyincrease 1ratesduringthe term R4thisContract and adjust accordingly. ... I f , - 11.J! 1 1 On -70n, 1 1 '4 I '+ 1.I 1 f M=UM -11191, R R r: _ -INN I R 1 1 3 ! 1: l i"711 R _ 11 4 i' ! 'ml ! •� A L ! � 4- 1 d `# 1 i 1 i i Ri 1 R '; R •, 1 1! •.:.. '� 1` 11 1 vil I 11011111 0i 1 it a I Ju1 I aI. I i to ! a ��f1 `11 i ! R 11' ! ' «:I i I !' :/ 1 l ! t t! `/',. ! 11 Sf 1 ! 11.• 1 fi, f , n 1 ':;. # R 1 - 11 �! ` ! ! 1 : 1 1 �� i 4 / R3 - 1 `e • e.J1 11 G' # i •.. 3 ! 1 '.1 1: I R ♦ 4 I S I � 4 R RI 1 1 1� r# ! ! !': /f not change the contractual obligations of the Vendor. Lt � .,,. G� � 1 : ::1 1 i '� i # Ali 1 ^' 1 `' • 1 �iN 1 . .. � 1 ;:1. ! # 1 1;,- 11 y . , ! ! U C: to the solicitation as a result of NJPA solicitation advertisements indicated. Because of the wide scope of :. #f„' T: 4,;W R.MM�f f..” ♦ AR#i 9 11 1 is ('21111;AN 0 11"11211(AIN ILAU *0 1111-01t f[;+:IN a.., ' I Waal 77 Y T;± R .nl R 11 ' ^ ! R.M1 ' " '1 ;. . .v Vv 1 R!R!1i Illf ! 1„.R#1 ! 14 c'. i • +' ; 1 1 ! f i11 !I i make 1 = • withinthirtydays n #award/non-award, and include the appropriopri statutory Pricing is generally not ,1iS 5! _, f. Legal .: I 111 1 review the statement ! i 11 ! 1 1 :1 ! 11:.#1.ishall 1 i1 / thef`�. determinesinform1 disclose finformation, Bids t .'Contracts1 department of the f ' .f Proposer, 1 writing, r ii. 1 determination; S RE Page 349 of 634 f -=04 1 1,. : �9 Q. -IMM" IN 99 M-0109"NIMM I - 0 19M, - NOMA signs the applicable Contract Award & Acceptance document (Form E). 1-1r� -ULr" nm pa -UJ . =-LL T"M-Ml force majeure. The term "force: majeure" means an occurrence that is beyond the control of the party affected and occurs without its fault or negligence including, but not limited to, the following: acts of God, acts of the public enmy_wit-ndot�i W mobzation- labor s, civil disonim-ft-flood, snow, earthquakes, tornadoes or violent wind, brunamis, wind shears, squalls, Chinooks, blizzards, hail storms, volcanic eruptions, meteor strikes, fhmine, sink holes, avalanches, lockouts, injunctions - intervention -acts, terrorist events or failures or refasals to MI government authmity and/or other I-LLJCILt S-tuu OU utvw" jil r.11MMCILUC .4;fncn UC pa. -Cy U-ig rflyiu ILLJOILV nounes 1-te olcr--rp I it I I is Is Ali $)it[JAILIIA4 ; aim 1514. 111 I MIKA other similar occurrences. If either party is delayed at any time by force majeure, then the delayed party shall notify the other party of such delay within forty-eight (48) hours. F4 M -IY4Y Mv-ff-; P YZM1 1.. F 11 71"? entertainment, gifts or otherwise, were offered or given by the Vendor or any agent or representative of the Vendor, to any employee of the NJPA. 8.21 Propowr siTAII maintain a current status on all required federal, state, and local licenses, bonds and permits required for the operation of the business that is anticipated to be conducted with NJPA and NTPA members by the Proposer. -IS............ gal .. LL .. . .. . .. . .. . proposer's response. KE Page 350 of 634 L. MATERIAL SUPPLIERS AND SUB -CONTRACTORS IM The awarded Vendor shall be required to supply the names and addresses of sourcing suppliers an(f sub -contractors as a part of the purchase order when requested by NJPA or the NJPA member. M. NON -WAIVER OF RIGHTS J,M No failure of either party to exercise any power given to it hereunder, nor to insistence upon strict compliance by the other party with its obligations hereunder, and no custom or practice of the parties at variance with the terms hereof, nor any payment under a Contract resulting from this RFP shall constitute S:: waiver of either party's right to demand exact compliance with the terms hereof. Failure by NJPA to take action or assert any right hereunder shall not be deemed as waiver of such right. N. PROTESTS OF AWARDS MADE 8.25 Protests shall be filed with the NJPA's Executive Director and shall be resolved in accordance with appropriate Minnesota state statutes. Protests will only be accepted from Proposers. A protest must be in writing and filed with NJPA. A protest of an award or proposed award must be filed within ten (10) calendar days after the public notice or announcement of the award. A protest must include: 8.2_5.1 The name, address and telephone number of the protester; 9.25.2 The original signature of the protester or its representative (you must document the authority of the Representative); 8.253 Identification of the solicitation by RFP number, 9.25.4 Identification of the statute or procedure that is alleged to have been violated; 8.25.5 A precise statement of the relevant facts; 8.25.6 Identification of the issues to be resolved; L25.7_The aggrieved party's argument and supporting documentation; 8.25.8 The aggrieved party's statement of potential financial damages; and L.25. I A protest bond in the name of NJPA and in the amount of 10% of the aggrieved party's statement of potential financial damages. AM, 8.26 If within the past five (5) years, any firm, business, person or Proposer responding to NJPA solicitation and submitting a proposal has been lawfully terminated, suspended or precluded from participating in any public procurement activity with a federal, state or local government or education agency the Proposer must include a letter with its response setting forth the name and address of the public procurement unit, the effective date of the suspension or debarment, the duration of the suspension or debarment and the relevant circumstances relating to the suspension or debarment. Any failure to supply such a letter or to disclose pertinent information may result in the cancellation of any Contract. By signing the proposal affidavit, the Proposer certifies that no current suspension or debarment exists. P. AFFIRMATIVE ACTION AND IMMIGRATION STATUS CERTIFICATION 8.27 An Affirtnative Action Plan, Certificate of Affirmative Action or other documentation regarding Affirmative Action may be required by NJPA or NJPA Members relating to a transaction from this RFP. Vendors sW comply with any such requirements or requests. W Page 351 of 634 I SIM17"Mi, M -s TMIMM, M M,a s!YAVNI 17"4 RFP, but such invalidity or unenforceability shall not invaUdate any of the other tems of an awarded Contract resulting fivn. this RFP. :3 HORM Rla$) vi W. 912 Page 352 of 634 37) What is the annual dollar sales volume generated through each of the conhwks) identd in your answer to the previous question. United States. 39) What is the annual combined dollar sales volume for each of these contracts? 40) Identify any GSA Contracts held or utilized by the Proposer. %Wlf K-12 local governments, non -profits etc.) or geographical markets where the NJPA contract will not be your primary contract purchasing vehicle? If so, please identify those markets and which cooperative purchasing agreement will be your primary vehicle. 42) If you are awarded the NJPA contract, is it your intention and commitment to lead with your NJPA contract? — Yes No Explain and demonstrate your commitment and/or restrictions. 43) Identify a proposed administrative fee payable to NJPA for fitcilitation, management and promotion of the NJPA contract, should you be awarded. This fee is typically calculated as a percentage of Contract sales andnot a line item addition to the customers cost of goods. W=1 n. 44) If applicable, describe any product/equipment training programs available as options for NIPA members. H applicable, do you offer equipment operator training as well as maintenance training? _ Yes No 45) Is this training standard as a part of a purchase or optional? 46) Describe current technological advances your proposed equipment/products and related services offer. as it relata&I�O-V��� FIF Mul V11 9'M THMOIRT 1 `1..I 0 5i.144julk"M IMMI;4Z t A III O)Ojitif is WiMlikillor ka xla- "ik'w1 m and related services firom your competition? 604-14 MaDjad I AG products/equipment being offered. 52) Identify your ability and wngness to offer an awarded contract to qualifying member agencies in Canada specifically and internationally in general. 531 Describe any unique distribution and/or delivery methods or options offered in your proposal. Ailo'l is �Mt7lue-suons regaP-.L—ng i--aym-e—Hrrerms, 44 arr �- M, Delivery, and Industry Specc Items are addressed on Fonn P. m Page 355 of 634 Umm W -TT -Ir nNIN "I. "IT-rZIT-n City/State/Zip: ----- Phone: Fax: Toll Free Number- E-mail: Web site: Voids sometimes exist between management (those who respond to RFPs) and sales staff (those who contact NJPA Members) that result in communication problems. Due to this fact, provide the names of your key sales people, phone niumbers, and geographic tm-ritories for which they are responsible KQ� i ginne J-M;K$)Zj AuthorIzed Signer for N our orvanizatlo4*: Name: Email: Phone: * By executing Form F, the "Proposer's Assurance of Compliance," you are cer*Ing this person identified here has their authorization to sip on behalf of your organization: Author of nur grogosal Monse Your Primary Contact person reQardin2 vour uroDosal: Name: Title: Email:Phone: ....... . .......... . ...... . ....... .............. Other hnnortant contact n: Name: Title: Email: Phone: Name: Tide: Email: Phone: Page 356 of 634 Form C EXCEPTIONS TO PROPOSA i �� TERMS, CONDITIONS CompanyName: AND SOLUIIONS REMST 0 -------- --- - ------- I "I M-Friffror-Twirt-1 MI'M =,.rig =k= � i . Any exceptions to the Terms, Conditions, Specifications, or Proposal Forms contained herein shall be noted in writin3 and included with the proposal submittal. Propom acimowledges that the exceptions listed may or may not be accepte by NJPA and may or may not be included in the final contract. NJPA may clarify exceptions listed here and documm the results of those clarifications in the appropriate section below. I Proposer's Signature: Date: Page 357 of 634 Contract Awwt RFP #031014 EQ_RMD Formal Offering of PM:)o (To be completed Only by Pmposer) I a"'.) 0 CSASJI v I M ME& M I " , M#J' 2 1 and related sa-vices in flill compliance with all terms, condons of this RFP, any applicable amendments of this RFP, and all Proposer's Response documentation. Proposer furdw understands they accept the full responsibility as the sole IMMiFf 'Ito -71 LLS City: Contact Person: F4T M n wn L =-' " I I 11M State: ................... Zip: am M Page 358 of 634 Contract Acceptance and Award (To be completed only by NJPA) Proposer's fall legal name T-71orrOW&V I A : I , 4 � � � 1MOMMME quJ:W4 Otpl-ViLAVIIII in this UP, any amendments to this RFP, your Response, and any exceptions accepted or njected by NJPA on Form C. The effective start date of the Contract will be . - - --------------- 1. 20-" and continue for four years fi-orn the board award date. This contact has the consideration of a fifth year renewal option at the discretion of NJPA. National Joint Powers Alliance( (NJPA) Awarded this " _ _ day of, RHMM�=- � BE Q VPW U1. 3 r-rk - I & r M# RE (Name printed or typed) —12 CIV411111,; M471TIM 4, Mil =41 U= M=M - L am Executed thisday of -. - -- -------- — ---- ...... _, 20 NJPA Contract Number #14M M Page 359 of 634 Form PROPOSER ASSURANCE OF COMPLIANCE Proposal t Signature Page W111) 60RIJ pill 1� 11:.1 � gar ! r �. 1!!' 4 ! '��' 11' s1i� i ii !! r 1' ! ! !�� °-;+�! i 1' i "+♦ 1+ ! irr"' ' :'! !-._�!' i - :1r. i i ri iir' rr �.. !- � �r r 11i1! -. •- �• ! ! � '- r: ! !" ri � 1'i ..r Ii ;r ;r_�s.11 "{ ! :'', :1 ln�1 ! i � ! 'rrirx' •"; 'i 4r: � �!i" e �v r it _ i ! A �: i it •- ri r IP*TXO MM : i . ! i ! '' A i ! r rl S ! ! I i !. i} 4 i ' : � : a ♦ �. -+i ui 1 ;} i .`. 1 r ... !{ ' � 4 i i : � 1. � : 1 � . i .,. � �' * ! t... ! 1 � i � 1i ! �.. it ` 1 ♦ . i � � � ! r .. ". ! � 1 � i v. ...... i.. i! = 1 1 As r I 1 6 to r11 .11 o) -t; r / •" '.,.11 ! f+� 1 ! " i ! 1i.^ ! i 1 !�': 1 ! 1 ' i ri �.. ♦ =i + ! 1 1 1 i ! r ! If r i :irlt l: r ! 1..'1 i i' 1 #11 r1 ♦f- 4 r � !li.' i ! :lam: i !1' 1r 11 ♦.1 1:a=�r1 !-;-! r"�ilr � i � ri .1 ;: i Ri -^ ::� � i�� �.. rll- i 31 4 11 1 i f fillr 11 ! i! r�. r r ! li.. 1 ' � _ }� R i , . ► •, : • ! ' " ';' !i : i r ! 1 ! 4 ! �. � � 1 ! r _'; : i r ' ! ' i � to EN Page 360 of 634 9. In submitting this proposal, it is understood that the right is reserved by the NJPA to rcdect any or all proposals and it is agreed by all parties that this proposal may not be withdrawn during a period of 90 days fivm the date proposals were opened regarding this RF?; and 10. The Proposer certifies that in performing this Contract they of with all applicable provisions of the federal, state, and local laws, regulations, rules, and orders; and 11. The Proposer understands that submitted proposals which are marked "confidential" in their entirety, or those in which a signcant portion of the submitted proposal is marked "nonpublic" will not be accepted by NJPA. Pursuant to Minnesota Statute §13.37 only specific parts of i may be labeled a "trade secret." All proposals are nonpublic until the contract is awarded; at which time, if successful and unsuccesMI vendors' proposals become public information. 12. The Proposer understands and agrees that NJPA will not be responsible for any information contained within the proposal. 13. By signing below, the Proposer understands it is his or her responsibty as the Vendor to act in protection of labeled information and agree to defend and indemnify NJPA for honoring such designation. Proposer duly realizes failure to so act will constitute a complete waiver and all submitted information Ir public information; addonally failure to label any information that is released by NJPA shall constitute a complete waiver of any and all claims for damages caused by the release of the information. [The rest of this page has been left intentionalfty blank. Signature page below] M Page 361 of 634 m RI1 VMS 0 - a"M q1 I I - I ''I 1 4 11 I '- 1 o-,mEm m=, m=n* mns��� FM r, &S�M R� - �., -�M. - � 1;Ii1. :�KTM Authorized Signature: Authorized Name (typed): Title: Date: rk?4 -.4 r. Subscribed and swom to before me this day of m Page 362 of 634 Form G OVERALL EVALUATION AND CRITERIA 0 IM ffn M Page 363 of 634 0 PROPOSER QUESTIONNAIRE Payment Terms, Warranty, Products/Equipment/Services, Pricing and Delivery, Industry Specific 1) Identify your payment terms if applicable. (Net 30, 2) Identify any applicable leasing or other financing options as defined herein. 3) Briefly describe your proposed order process for this proposal and contract award. (Note: order process may be moded or refined during an NJPA member's final Contract phase process). a. Please specify if you will be including your dealer network in this proposal. If so, please specify how involved they will be. (For w=iii' , will he Dealer accept the P.O.?), and how are we to verify the specific dealer is part of your network? 4) Do you accept the P -card procurement and payment process? Warranty 5) Describe, in detail, your Manufacture Warranty Program including condons and requirements to qualify, claims procedure, and overall structure. 6) Do all wan -antics cover all product&/equipment parts and labor? 7) Do warranties impose usage limit restrictions? 8) Do warranties cover the expense of technicians travel time and mileage to perform warranty repairs? 9) Please list any other limitations or circumstances that would not be covered under your warranty. 10) Please list any geographic regions of the United States for which you cannot provide a certified technician to perform warranty repairs. How will NJPA Members in these regions be provided service for warranty repair? Equipment/Product/Services, Pricing, and Deliver�, .. . .. . . ...... 11) Provide a general narrative description of the equipment/products and related services you are offering in your proposal. 12) Provide a general narrative description of your pricig model identifying how the moworne del ks (Hitem and/or -ng published catalog permtage discount). list. 14) Provide an overall proposed statement of method of pricing for individual line items, percentage discount off published product/equipment catalogs and/or category pricing percentage discount with regard to all equipment/products and ♦ related services and being proposed. Provide a SKU number for each item being proposed. 15) Propose a strategy, process, and specc method of facating "Sourced Equipment/Products and/or related Services" (AKA, "Open Market"items or "Non -Standard Options"). 16) Provide your NJPA customer volume rebate programs, as applicable. ER Page 364 of 634 19) As an important pan of the evaluation of your offer, you must indicate the level of pricing you are offaing. Prices offered in this proposal are (Your proposal will be deemed "Non -Responsive" if this question i. answered): Pricing is the same as typically offered to an individual municipality, Higher Ed or school district. b. Pricing is the same as typically offered to GPOs, cooperative procurement organizations or state purchasing departments. c. Better than typically offered to GPOs, cooperative procurement organizations or state purchasing departments. 20) Do you offer quantity or volume discounts? YES NO Outline guidelines and program. 2 1) Describe in detail your proposed exchange and return pmgram(s) and policy(s). 22) Speccally identify those shipping and delivery and exchange and retums programs as they relate to Alaska and Hawaii and any related off shore delivery of contracted products/ equipment and related services 23) Please describe any self -audit process/program. you plan to employ to verify compliance with your anticipated contract with NJPA. Please be as specific as possible. �f 11 AM=171 lira= 0 I= Page 365 of 634 i Page 366 of 634 questions.completelyageonly JForrn B: Proposer InformationS Form C: Exceptions to Proposal, Terms, Conditions, and Solutions ��Form D: Formal Offering of Proposal Form E. ContractAcceptance and Award 1 •rm F: Proposers Assuranceof • - •Proposer uestions answered r• .. ... issued by . ... . within ., �. d .++.including signedI re docu me nts and forms. Page 366 of 634 11 NJFA VENDOR PRICE AND PRODUCT CHANGE REQUEST FORM Section 3. Detailed Explanation of Need for Changes yj III all ka U;61 ;;df1 v u. 61bj IF. I tj,� ISJ to I k�j Ila*) ]at: r #yMWq 0:1*31 CWN!J; I vltdL' 1;1111 f7i 141MIM Mj its I a 4 1 MIM, MWO It 77it YU changes. SAMPLM. ]-All paper equipment1products and services increased 5% in price due to transportation andfiel costs (see attached documentation fw materials increase). 2-Yhe 6400 series floor polisher is added to the product list as anew model replacing the 5400 series. 77se 6400 series 3% increase reflects technological improvements made that impmve the rate of effliciency and usefid life. The 5400 series is now included in the "Hot List" at a 20% discountfrom previous "I WIT -7777777 M, Tf changing prices and/or adding equipment4noducts/services, provide a general statement that the pricing is consistent with existinontract oncine. PEI Page 368 of 634 ii NJPA VENDOR PRICE AND PRODUCT CHANGE REQUEST FORM , -r m. 7,T K!=- 7n, -m M M747, In, mn rk M. A COMPLETE restatement of the pricing including all new and existing equipment/products and services is attached and/or has been emailed to PandP@njpacoop.org. WkiNn', Vendor Authorized Signature Dat. - a] Page 369 of 634 Contract Award RFP 0031014 a. EFQRM D Formal Offerint, of Proj,,iosal (To be completed Only by Proposer) Proposer in fulfillment of this proposal is the sole responsibility of the Proposer. Company Name: Company Address: L� 0 Cl C4�r F— 7t') C� \Lre at] Page 370 of 634 wM Contract Acceptance and Award (To be completed only by NJPA) NJPA__12ULI ...... . . .. . ... .... Proposer 1weby accepts contract award including all accepted exceptions and NIPA clarifications idend red on FORM Co Vendoi, Nnine Vendor Authorized sitis ature. or toe Tifle: 0 XUA .2 —A—LA— NJPA Contract Nninber ti_11311114—,TPI� IF Page 371 of 634 9 Ell %/. E MMO I N I Page 372 0 634 77Lr P I r -j 71 T I1 ' 1' ■ ►, 1 • r :'' 11 :,u• �1 1 ' trl 1 f►-: �'-1 1 i, • � } MII ' Proposals r; first on consists of the fi)llowing criteria: 1. Was the response prior 1 the deadline ofsubmission? 2. Was the response. property packaged and addressed? 3. Did the response contain the proper bid bond? 4. Did the response include documents with original signatures that were required? Responseswere ec+1 I f l following: Altee Industries, 1 received V17/14 at I. Bidder deemedresponsive Industries,Jreceived f Bidderdeemed e(:responsive DitchBandit Industries, Inc. — received 3/7/14 at 12:05pm Bidder domed responsive Witch (ThCharles Machine Works Inc.) received 314/14 at ! I Bidder deemed responsive Felling Trailers, Inc. — received 3/10/14 at 12:03pm Bidder damnedresponsive Gradall Industries, Inc. — received 3/5/14 at 11:26am Bidder fi T e}::responsive Corporationf6If Bidder 1,: f ., }'.responsive Bodies (Somerset Welding 1 received 3110/14 at 8:39am Bidder deemednort-responsive } } 1 '': 1 electronic copy Ken's Truck Repair., Ireceived 3/10/14 11:. Bidderdamned responsive Northrup Grumman received 3n114 at I li Bidder deemed responsive Environmental, 11 3/5/14 at 1 I Bidder deemed responsive Progressive I II I 1'. LLC received 3/10114 1 1 C. Bidder } 1 -i o ef:responsive ThompsonPump 1 Manufacturing 1 I received 3/5114 at Ii I i Bidder }.. .'..m1 e1responsive Venture Products, Inc. — received 316/14 at 1:36pm Bidder deemed responsive Page 373 of 634 OWN timhofer, CPP ids 1ContractsOfficer, ! Be ontract Manager, NJPA x'/11/14 Page 374 of 634 To the mi'ves—re-wi 7, it rc,:% Lei Entitled . » » ! - » # 1 » » 1 . on the NJPAwebsitewww.nipacoop.o , Onvia website ww.w.onVJa.com. Notice to Bidders website r I'; r r '! r ♦ r- r r r" r r e r ee a r' rr r- r► r � r r 'r r r:' ♦ � ' rr f I +� R r'! "` r X l r �" # r � r r+ r r - arr '� rrr r x rr' 'r' r 1 `+ ►: !# � r' requested from and 41stributed to: Altec Industries Genle Industries, Inc. Jacobsen, Bandita Brush Hawg Cundiff DJC Project Gaithersburg Equipment Company Hol-MacM f Kalyn Siebert Material Flow Conveyor Palfinger North America PipeHunter PreVlew Radar Technical'I » is Venture Products, Patriot»yy Power Equipment Company Progressive Innovations omerset Welding Page 375 of 634 Bids weren rch 11, 2014 at the NJPA offices located at 202 12th Street Northeastin Staples, Minnesota is were received r II is Altec Industries, I c. Aries Industries, Inc. Bandit Industries, I c. Ditch i Charles Machine Works Inca Felling r ii rs, Inc. Gradall Industries, I c. Hol - Mac Corporation J Truck Bod les & Tra it IdIng & Steel Inc.) Ken's Truck Repair, Inc. Northrup Grumman Nu-Llfe Environmental,1 c. Progressive Innovations TIItoTrpsoi. Products,Venture Sids were reviewed by the Proposal Evaluation Committee consIsting of: Ginger Line, CPPB, NJPA Contract Specialist Gregg Meierhofer, CPPO, NJPA Bids and Contracts Officer Contract Specialist Hanson,Keith Maureen Knight, BBA and JD, NJPA Contracts and Compliance Manager i # .FTTM ■ r !,{ WL sales and service force to meet our members needs at a competitive price. over 122 branches that sell their products. They offered trenchers, plows, and backhoes. mobileR and N 1 # "A + A r w # I }i Page 376 of 634 191111 1111011111111 l i i i# • i'Y.. # i industrystrong i Northrup Grumman offered meter reading solutions with accessories and support for our members. They alc .iffered competitivepricing. unique product of trash pumps, point pumps and hi hpressure # ;. Industries,Altec 031014 -ALT Bandit # Felling Trailers, Inc. Gradall industries Hol -Mac Corporation Northrop r Systems Corporation Thompson Pump & Manufacturing ®I c. _.. ._............................................ --------- Ginger ..._.._.in r Uye' CPPB, NJPA Contracts Specialist Gregg Wierhofer, CPPO� i iPA gids and Contracts Officer Tracy Inske, NJPA Contracts Specialist Keith J Accounting r or F Maureen Knight, BBA & JD, NJPA Contracts and Compliance Manager Date Page 377 of 634 wwdmrd m....r n ...... Heav ............................ 1AVd1E4ftVWPO1M1 w. I .............................. (pXflammmsclutlard .........n ..................... 1 Vh dox% rr. t n NIDA i �tYlei138 . VO1W MAW NJ PA rwAins Widisdam . WaWaAft Wth RdAW �'­ ISHUM419RAM M, H AMI USYWPK 116RAYWO URr, WrrH REL&rNnsuPPuR9ANfhLA 1 r5 r Mfficcm for Vendi r fir4: All r771r'"77777' 77V t, d k le X Pre -Proposal o'ference: February 27,201410:00 am. Sealed proposals d 0_ 2014 at 4:30pm Proposals wW be publicly opened. March 11, 2014it ! 7 NJPA reserves the right to reject any and all proposals. 1. email RFP@njpacoop.org 2.Send a letter of request to National Joint 202 12th Street NZ rtaliples, MN 56479 NIT by e -M211 at 5! SII, ! � �,, •! YourN ss v dormas Vender r Vaud Im Manckwdlipcoda, Owdul Ulla COMOOR &RUN' VdPAN phune 1YWnhhV I I I Page 378 of 634 Pmummd Fmam ................................. L%dAu*wl1y ................................. ................................. coupcMIM. IWA ................... 1127/2014 Page 379 of 634 x ® .1-%T-'TrS 417ENIth WFASIIk Lr.C.Al Nhb'NeATIC7%' CR%MT% C� t"a_ , t plat } AUIIK)RM :sIE�pIF.Et�P� SECOMEAVENDOR httlx:/!t`st►=ti`s°I�'»�rar� .clrBo'tit� r�t�rt 1�Iti�—�;rl�tl°®��t—t�hltir�rtJh :rlrt�®r�ti�ll°!et'� ��t® .®. if- ! Page 380 of 634 %Vdioarvic to MadvieTui ddearm®mit tinabadle. Firmsemeated all riumflons or Immealm to illammimall Knight x121 11$ or aneaa n= as map°ae '"am iWWWO11 AM 9V3 WMM& I", RM I Mi 11 OANIMTV ilffiW1, FIRR" "Fliq R MR 04001�4"Fffll I 1W' FRI, P.O. PAM 210,AllepleslaN QW70,Arhysawtvilne RFFdP-Bjpwwq%MS PnqhmnitwDlb�reMvellemh'i Malay J 1. 2014 in 8,110 A.M. Cliental I but ID,M1 lt4l,�lk"gl�;,MAlfg"li,ll�h'im(*MliLtxltl*&Iktllk")")ivtllfiAF"%tAltFlaiLlti 11 11111411141,914M, ;,Q,Uww ¢ld MZ iaetemf�mVOP ah—J1111 Bad 9saiarkift I he Nash cand Joun FlemmilikAllhinc&W INJPA) inns this iffivelassin rur AM JIFO) on bmkklfop; Mato Frands fildlLignic Queenly Coressawealask Voinnining (IQErj servianto all causes and pulakiffinkid NJP A Mcnimes Incl Ga` all Saamedullimm acencles, educ4lomm up fes "I Witak Culletes and wedymshlia. and news prolh applies Inaba Salk ofColifiseme lava dee imides man urb;JPA wuwnfd and RCIRMIM NOMI M he arch Offleram= Elowk Maraca ham asithrimand annual value ofUJOWAD mild tha Bases; ®filer amseemi Is gwar)CMerew MIC inkadfiemid OPC-)car nacwskiticandrami mire be affcacellit, NiNk to V%nallor licyned am orldferal four yew acksm IMP -A denims each licakin lobe lot Ike beat humme; afN)FA and lemikknibcm M7C lit a climukeenalon Ursppeacmereamel WSICM Mat examines fladilsir carmans'necemse in mempendvoily Idd "on-call" general conmazzurn in provibir Immediate ummmilm servicana near an estmeaded passed *fill". Inhisadinte bidders sre "Ired In nitrad Ihs, pre-bid Dismakarma r for Me purpose of dhintudulat IN IQLX procurement it Avalks, the candevel dinnommij. amid bid FormIL %lundatury pre-bld manninker mill be livid it fad A Pre -Bid Vltahlamr twill he hanted by.KJPA ink December 17® 13:318 p.m. C'51' I'M VVehloare all requOrw Ilia Calarliclar in pry rindkilur me as ease+° Go W Pier U vets,ae, v1pel the mairmprinse Wi4mimar mind ROWn the inforemmilam An chicten-mic (M) Lan uribe IFB [Xvimmakev widall include ilia imearkadhinq go inklikenhafiv a bid mad ificluid dimmumb easy be Lbanined b) leave kereckilim so Nballoat Jactemenk. 3037 131h Slevel NE. orld-vollelor Psaume eirldic at %was Biagi" 5aselect deautil Ind ifivemsetat film drop kkova Us% mod Page 381 of 634 twepW dataquestod mAll rasidwou mat mnledin, malUss wklrdvs® emelt aMms. vanVAI num®, pham minuber. Bids am dud byQU pm Wr an Janualy 7, 2914 and will be opened as *.Own an houady 1, 2014. IFB Ducamdusil be wallablou call ]=my 7, 20M FrITIT11, �M T 1417MITMIX7 71 Iii7MM R,- , " ON 'Aft, Ak-wg= Q d4l, po, .4 1101, r"111ty"Mi"ligivij R -IR, e0 �Wv? Slapkh MV AM, or by *-mail at RPPvhdpMmpo* Prapadalo will 1a; n=i'YW urgit Wtdbw 11. 2013 at 409 pjnd� Central Tiuw 0 the Am address lead qvacd (kenbu 11. 2013atIM&M.Cmearal Thnv� FAY11=11 M 119 http://%vw%v.tiot i cetobi cidem com/ Page 382 of 634 ill 11 1 1111 1111 1 �iiiiii� pill iiiiiiiiiiiiiiiiijitir ill ER behalfThe National 3oInt Powers Alliancee (NJPA), on , its current and R br ...encies to Include all Government, HillieralWi, K12 Education, Non Profilill a ,.ll other PublicAgencies located ll fifty states, Canada, and Internationally, Issues this Request AProposal yy (RFP) to result In a ror this prinoUrerrient Of EQUIPMENT RELATED ACCESSORIES and continuing 2014. Details may be obtained by letter of request to Maureen Knight, NIPA, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479, or by e-mail at RFF*njpacc)op.org. Proposals will be received until March 10, 2014 at 4:30 p.m. Central Standard'Standard'nme at the above! r opened March 11, 201410 Central Standard f ". Delivery Information Ittlp-/Mww°w ,uIii •hase.curni 'bid ilh idV iew?bid Id=26720 1127/2014 Page 383 of 634 11tirdie-Ase dame Search Browse My Stull Tools 111d RFP *031014 - Public U11111Y 1 1 PA Related Accessories and Supplies _A, National Il II ' " Bid Type RFP Bid Number 031014 Questions Questions Title Public Utilitir Equipment [View/Ask with Related AcessissorlsisQlipstiolls] and Supplies Start Dote Jon 27# 2014 9:24t52 CST End Date Mar 3, 2014 10.30.00 Pill CST Agency Bid ntact Ginger Line (21 8) 894-S483 ginger.lineenjipaccop.org 202 12th Street NF P.O.ox 21 Staples, MN 56479-0219 behalfThe National 3oInt Powers Alliancee (NJPA), on , its current and R br ...encies to Include all Government, HillieralWi, K12 Education, Non Profilill a ,.ll other PublicAgencies located ll fifty states, Canada, and Internationally, Issues this Request AProposal yy (RFP) to result In a ror this prinoUrerrient Of EQUIPMENT RELATED ACCESSORIES and continuing 2014. Details may be obtained by letter of request to Maureen Knight, NIPA, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479, or by e-mail at RFF*njpacc)op.org. Proposals will be received until March 10, 2014 at 4:30 p.m. Central Standard'Standard'nme at the above! r opened March 11, 201410 Central Standard f ". Delivery Information Ittlp-/Mww°w ,uIii •hase.curni 'bid ilh idV iew?bid Id=26720 1127/2014 Page 383 of 634 Pre -Bid Conference Date Fab 27, 2014 10:00:00 AM CST Location Wabcast-Conference Call Notes Connection Info will be sent to all Inquirers before event documents. This process takes only a couple of minutes, E#1r1T;M11T =1 1117111!1i':�W UI hil Page 384 of 634 "clasW"fieds IrCl a v GIVL ADVOCATE. VOLUMER. LIVE UNITED M Page 385 of 634 - � a 1 ' M: i •i' 1 1 STATE OF OREGON, i O Daily1, Kristine Humphries , being f1rat duty swom, depose and say that I am a Production Manager of the Commerce , a newspaper of general circulation In the counties of +WASHINGTON %novAedge ftt.,R r i SerAces nollce described as Public Utility Equipment with Related Accessories, National Joint Pamrs Alliance; Bid Location Staples, IVIN, Todd County; Due 0311012014 04:30 PM rON THE 14th DAY OF May, 2014 r� n:. � � e fKristine Humphries Notary Public -Mete of Oregon ?Inger +, Box 219 M ti 1 • iI =1 t. r1 +' f �- Order No.: 10484476 Client Reference No: Page 386 of 634 ! , .JOSHUA ES OTARY PUBLIC - OREGON COMIAISSION Na 453647COMMISSION MY EXPIRES NOVEM13EN 07,2014 ?Inger +, Box 219 M ti 1 • iI =1 t. r1 +' f �- Order No.: 10484476 Client Reference No: Page 386 of 634 M. E OQIAA�, 6 D t Ne w. CUSTOMER'S COPY ........ . .. — NATIONAL JOINT POWERS ALLIANI ACCOUNTS PAYARIA PO BOX 219 STAPLES MN 5 79 u I I 1 11 '111 111 1,,, Jill I III I I uwh� Will �11 Afll71 UTAH. All FOR 714F SALT UKE TR AND DESPRET Ni DAILY NLWSPAPERS PRINTED IN 11 1P M-'aL1SHLAMUA0EWrrHOJ CIRCULA-11ON IN UTAH. AND PUBLISHED IN SALT LAKE Crrill SAI.7 MKE COUMI-Y IN 7`1 IE STATE Or UTAI-1 NOTICE IS ALSO PIDSTED ON 1XfAH LECIALS.WM ON IVE SAME DAY AS THE FIRST N M-81"Al PUBLICATION DATE Al REMAINS ON VrAHLEGALS.com INmVINA1 ELY (XIMIll WYTH VAR DUTAL SIONNIVRE A.C.7111'Al I (X)1)1: IN. SftwI Od OW712014 VIRGINIA FT Mormy PUBLIC E OF 1JITAI I My cmi Exp /1 018, SKINATE)RE Commlaskm # 6 72963 �ffll 1111,1111103 41 SIGNhTUqRE Page 387 of 634 f c �p M- rc SSE 4 sclit` do CPc ui V IV a os ea LD 0 �1 M- Page 388 of 634 SSE sclit` do ui V _ os ea LD to m L L w m s - s Tj CL 04 -- r CL 0 en LL CL en 1 iw Z cru ii Rt ww LO UJ YY g;g�� g— LSd z 91L Page 388 of 634 Reference Number PR287514 Solicitation Number 031014 Buying Organization National Joint Powers Alliance Source ID PP.CO.USA,866485.CB8455 Associated Components Yes Non -disclosure Agreement Not required. Published 2014-01-27 Revised Closing 2014-03-10 04 30 PM Central Daylight Saving Time COT Opportunity Access Open Category Maintenance, Repair, Modification, Rebuilding and Installation of Gsods nEqui pmest Agreement Type TenderType Estimated Value Pre-bid Meeting Site Visit Bid Security Required Optional 2014-02-27 10-00 AM Central Standard Time CST Wimcmil - Conference Call Not Applicable No 2014-03-03 lit tps.//ww%%,. merx.curri/English/St III Lei ER_MenL0sp?WCE=Shaw&TA 8=3& 110 RTA L=... 9/10/2014 Page 389 of 634 1111 IiIIT Notice rl i bIka " #ti Z,_, ,eM 115teril the above 5a :,xpened March 11, 2014 at 8 00 A.M. Central Standard Time Contracting Name Ginger Lin Address 20212th Street NE PO Box 219 city Staples State I Province Country United States Postal Code 55479 Phone (219) ®1930 Fax (218)894.3045 Email glinger.line@n1pacool Webalte 11111111 1 Jill 111111 11111!1 iiii I IF III Q Page 390 of 634 �.•IRTIR9014RIF. I to IFT77A 0 1 P3,17T. Wilson,Chair Wolden called the retreat to order at 8:30 p.m. with the fbilowing members present: Brian Lehman, Mike r •'n, Mary Freeman, Scott Veronen,• Pepin,Domin, and Barb Neprud. Also present were Chad CDauette, Susan Nanik, Paul Drange, Diana Pihlaja, Mike Hajek, Misty Myers, Maureen Knight, Jeremy Schwartz, Anna Gruber, David Jessop, Michael Wegscheld, FF iiiiiiji R` • -i1114.1• • rep Mr.-• • Mr. Drange reported on the Crow Wing County Family Services Collaborative, Low Incidence, ani Innovation Funding. FY 2014-2015. 2014-2015. Mr. Wegscheid reviewed the direction of the Technology department as well as strategic plans fbr FY 2014-2015. Mr. Jessop reviewed the direction of the Risk Management Department as well as strategic plans for FY 2014-2015. ' ! -• •' .1r. 1 Page 391 of 634 Ms. Freeman moved, seconded by Mr. Wolden to accept the minutes of the Regular Board Meeting held on March 18, 2014. Motion carried. carried. Mr. Pepin moved, seconded by Mr. Wilson to approve the check register and Treasurer's Report of Cash, Revenues, and Expenditures and to pay all vendor disbursements #81171 to #81342. Motion carried.Mr. Pepin moved, seconded by Ms. Neprud to approve all Wire Transfers #260 to #281. Motion Ms. Neprud moved, seconded by Mr. Lehman to accept the Consent Agenda as follows: • Updated Membership Agreements Members added March 1-31, 2014 • Approve Authorization to Re -Bid: i • •Service Distribution • Approve . / EvaluationCommittee's Recommendation o AwardRFP#031014 forPublic Equipment with Related Accessories, Supplies and Services to: • Altec Industries031014 Bandito Industries,031014 o Hol -Mac Corporation 031014 o - Charles Machine Works031014 iFelling Trailers, 031014 iGradall Industries,031014 •NorthrupGrumman 031014 o Thompson Pump ; Manufacturing, Inc. 031014 • Approve Bid Evaluation Committee's Recommendation to Award RFP #032414 for Group Basl and Voluntary Empployee Benefit Products and Services to: o Colonial Ufe & Accident Ins. Co. 032414 • Approve Bid Evaluation Committee's Recommendation to Award RFP #011714 for Fire Trucks and Fire Apparatus with Related Accessories and Supplies to: • Rosenbauer South Dakota, LLC 011714 • Rosenbauer Minnesota, LLC 011714 •Braun Industries,011714 • Smeal Fire Apparatus011714 • Approve Renewal of Agreements with • Shred -It 020613 • PPG 022411 • Continental Flooring 021412 • Milliken 022712 • Mitel 022712 Page 392 of 634 • Cascade • VT • • Data -Rx • DeBourgh Approve ezIQC Renewalof Agreements • Staples ConstructionCompany, • North Star Construction:, Engineering, • North Star Construction & Engineering, Inc. • Charter ConstructionCo., • A.E. nelson Construction • McDonagh Demolistion • McDonagh Demollstion Motion carried with Mr. Veronen abstaining. Mr. Wilson moved, seconded by Mr. Pepin to approve the Board Member Employment Application Procedure. Motion carried. 4 . • - - . .' . . . s .I • • • 1 i l EH r - r i abstaining.Ms. Freeman moved, seconded by Mr. Veronen to approve advertising in IQ magazine. Motion carried with Mr. Lehman NationalMr. Lehman moved, seconded by Mr. Pepin to approve the revenue sharing agreement with the ..•- - Association.• • d.. 1111 ' it I - 1 0 - - 0 0 - 7 re R. I MR. 0 �.Affi 1 0 �4. Mr. Lehman moved, seconded by Ms. Freeman to approve opening the following positions: • Information Technology • Contract Manager • Administrative Specialist; Contract Purchasing • Education Consultants Motion R Page 393 of 634 9- 11110)1111"j" TECHNICAL CENTER 725 SW 4616 Avenue Ocala, Florida 34474 M (352)875.8601 Date: February 3, 2018 Boynton Beach Fire Rescue 100 E. Boynton Beach Blvd. Boynton Beach, FL 33425 We propose to furnish to you one (1) 2018 Custom Horton ModelRescue Transport Vehicle on a J20 Freightliner M2 4x2 4-D the City of Boynton Beach Fire Rescue Department, The vehicle is to be purchased from Florida She AssociationFSA16-VEF12.0, Specification #03. Delivery will be F.O.B. Boynton Beach, FL and will be made approximately 240-265 calendar days ager receipt of order. Terms of payment shall be cash on delivery (C.O.D.) unless the purchaser elects to make a prepayment. 1w(ttaI ti, t4 Qzy Transgort are th I RAI =44FUMIRWAL1114011V- -Tff FMA IN Ir UO USU - -j -14- 0 a A L4E= Purchaser: By..0,4m By: Title: Ambulance Sales.- Title: Date: Februa;-A,%,3, 2 8_-_ Date: Pricing is based on enclosed written specifications. r'nn7=2Uq91MU M. 09N-7nT= Page 394 of 634 77 TECHNICAL CENTER MEN001= Date. February 3, 2018 100 E. Boynton Beach Blvd. BL&ttaT Beact, FL 3M25 the City of Boynton Beach Fire Rescue Department, The vehicle is to be purchased from Florida She Association Did # FSA26-VEF12.0, Specification #03. 1 Delivery will be F.O.B. Boynton Beach, FL and will be made approximately 240-265 calendar days after receipt of order. Terms of payment shall be cash on delivery (C.O.D.) unless the purchaser elects to make a prepayment. The prices being quoted to the City of Boynton Beach Fire Rescue for the purchase of the proposed Rescue Transport are the lowest prices offered in fiscal year 2017/2018 to any governmental entity within the State of Florida by REV RTC. This proposal shall expire February 11, 2018 unless extended in writing. FSA 16-VEF12.0 specification #3 — Type I Ambulance — 2 Wheel Drive Medium Duty (Dual Rear Wheel, Cob& Chassis) Options and upgrades per Boynton Beach Fire Rescue Equipment (FireComm, Zico, Firehook, Streamlight) Total Price Company: By: 011,41 Opti—klw Title: Ambulance Sales Date: —Februae Y 3- 2019 Pricing is based on enclosed written specifications. Purchaser: Date. poweredby HALL -MARK Page 395 of 634 a Freightliner M2 Medium Duty Ambulance Base Price $226,548.EE. Chassis upgrades $19,452.39 Chrome Turnout for vertical exhaust $157.00 Front and rear heavy duty sway bars $1,425.00 Energy Absorbing rear step $1,238.00 Program High Idle to 1250 ILOS $97.00 Rear Dock Bumpers $77.00 Fuel Tank covers with compartment $3,459.00 Reverse Camera, including turn signal cameras $2,364.00 Body Module Fenders $152.00 Compartment HeighVWidth Street Side Compartment $1,675.00 In Power Battery Switch w/ Wake Power $371.00 C Channel Rubrails $485.00 Electric Door Locks Compartments $694.00 Custom Console with Map Storage $674.00 Access Step $527,00 Electric door switch concealed $97.00 Intellitec LED Clock $313.00 Exterior Compartment modifications $5,827 00 Upgraded SPS Inhallation Panel $425.00 Rear Mounted Bottle storage tray $1,025.00 SCIBA bottle tube holders $1.800.00 Custom SCBA Brackets $350,00 Headroom Increase $1,400,00 Body Molding delete $307.00 Cool Tech 11 $3'650.00 ROK Backboard Strap $29.00 Programmable touch pads (2) $1,162.00 License plate installation $105.00 Paint scheme per Boynton Beach Fire Rescue requirements $2,794.00 Stainless Steel risers cabinet wall $195.00 Stainless Steel risers bench wall $195,00 Stainless steel lower door panels $289.00 EVS Child Safety Seal $1,240.00 Glove Storage Cabinet at foot of bench $595.00 Norcold Fridge $1,432.00 Fxta IV Hangers $97.00 HVAC System above Cabinet Wall S1.346.00 Pull out Tool Board $849.00 Custom Squad Bench $1,883.00 Cargo Net $450.00 Reinforce floor for future install of Power Load $596,00 Crossover Cabinet $452.00 Upgraded Federal E02B siren $1,793.00 Adjustable Intermediate Shelf $558.00 Lift up Cabinets -Inaiation area $226,00 Upgraded LED lighting $4,117.00 Front Wall Cabinet $1,705.CO Tow eyes recessed in Rear riser $408.00 Rear Docking Lights $319.00 Custom Curbside Rear Bench Air Bag 51.080.00 RemoteControl Go light $485.00 Pioneer LED Scene Lights $2,236,00 14G panel in Cab dash $760.00 Perko Static Vent $414.00 Keyless Entry $548.00 Wheel Well Compt w/ Door & Pull Out Tray $991.00 Lettering to match current fleet $5,650.00 Vanner Charger Status Panel $14700 Vanner Inverter/Charger $1,99300 Voyager Camera Sytem $1,658.00 Total Options $86,829.39 Page 396 of 634 t SPEC#03, FREIGHTLINER M2 Year: 2017 Chassis: Freightliner 108" Type: MED Model: 623 Rev] Print f=eatures Prepared By: Michael Dav 11915 Page 1 of 1 CACO S: A Chassis B Body Connection Pass Thru Type BH Chassis Accessories L Chassis Electrical C Conversion Model CB Module Body Modifications D Module Body Hardware E Paint and Striping F Cabinet Doors, Handles and Hardware G Interior Colors Interior Cabinets, Streetside I Interior Cabinets, Curbside i Front Wall Cabinets Interior Accessories and Trim L Cot Mount, and Patient Handling M Warning Systems, Visual MN Warning Systems, Audible O Lights, Non Emergency P Electrical Power Group Heat, Ventilation, Air conditioning Console, Radio, and communications T Oxygen and ,Suction U Lettering and Graphics Z Other a,luublank Page 397 91/ R�o Page 2 of 1 FSA16-VEF12.0 Selected Feature List 11915 -F-iorton Year: 2017 SPEC#03, FREIGHTLINER M2 Chassis: Freightliner 108" Model: 623 tiara Std AC CHASSIS !!! DISREGARD ALL REFERENCES TO NAVISTAR CHASSIS. CHASSIS TO BE A 2015 KENWORTH T300. AHL 1 1 FREIGHTLINER CHASSIS 0 1 WALK THROUGH CHASSIS MODIFICATION FOR FREIGHTLINER CHASSIS ba300000 Type 1 Freightliner chassis to be modified to provide walk through access to the patient area. AHL62517 0 1 CHASSIS, 2017 FREIGHTLINER M-2,108" C/A The chassis required to complete the ambulance conversion shall be supplied by Horton. See chassis specification for further information. AJNSPICO 1 1 CHASSIS INTERIOR COLOR SHALL BE GRAY ! — ------------ ----- -- -- -- -- -- -------- ---- --- — - - - - - --------- --- 1B CHASSIS MODIFICATIONS,, HARDWARE AND ACCESSORIES BH02GOOO I I HUB & LUG NUT COVERS, STAINLESS FOR FREIGHTLINER 19.5" Polished stainless steel hub and lug nut covers shall be installed on all four outside wheels. BH02H000 1 1 TIRE SIZE, 19.5", MEDIUM DUTY: This vehicle is specified to have 19.5" tires, BH02J000 0 1 CHASSIS IS EQUIPPED WITH AIR BRAKES: This vehicle is specified to have air brakes. ,ote that proper tire c earances are allowed. Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:47:59 I'M Rev I Page 2 of 26 A -11A L -,ta,: blank Page 398 5/55120 Page 3 of I FSA16-VEF12.0 Selected Feature List 11915 -Horton Year: 2017 SPEC#03, FREfGHTLINER M2 an wmv=�YVLKIG,.. Chassis: Freightliner 108" Modek 623 Option 5 -id On SH03AQO0 1 1 MUD FLAPS: front Install rubber mud flaps behind each front tire. BH03B000 1 1 MUD FLAPS: rear Install individual rear mud flaps behind each set of re,ir wheels. BH040ODD 1 1 CHASSIS IS EOUIPPED WITH HORIZONTAL EXHAUST The chassis specified above is to include a horizontal exhaust. The exhaust will exit on the drivers side of the vehicle unles otherwise noted. EH04JO00 1 1 CHASSIS INCLUDES A CUMMINS B 6.7L ENGINE The chassis specified above will have the -tond-ird -6b heilht. BHO70000 1 1 REINFORCE REAR BUMPER END CAPS Reinforce end caps of rear bumper for greater impact resistance. A section of 2" x 2ff steel angle shall be attached to the back side of the std Horton step. {Nate, this option is not available on recessed or impact steps). BH110000 1 1 REAR STEPI BUMPER ASSEMBLY The center section of the rear step bumper shall be constructed of aluminum grip strut and be hinged to assist in patient handling- BH260000 0 1 FUEL TANK COVERS, DIAMOND PLATE, FOR FREIGHTLINER M2 CHASSIS Diamond plate step well covers shall be installed on both the curb and street side cab step wells. The covers shall be made of .125�thick polished diamond tread plate with 6061-T6 alloys or greater- BH320ROO 1 1 SUSPENSION SWITCH: dump override A Switch will be installed where specified, to override the automatic dump feature activated by the left rear patient compartment entry door. Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Days 3:47.59 PM Rev I Page 3 of 26 u01.1t:b1ank Page 399 q1R0 Page 4 of t FSA16-VEF12.0 Selected Feature List 11915 Year. 2017 ANN -Horton SP C#03, FREIGHTLINER M2 00 IIIEN�V�IGLLS Chassis: Freightliner 108" Model. 623 QaL&on Sid , QA , Header/ BHSPDO06 1 1 MIRROR: OEM The mirror set shall be OEM supplied, and installed by the chassis ,r-nufacturer. BL26B000 1 1 BACKUP ALARM RESET Backup alarm to automatically reset to on if :_larm was manually canceled using the control panel alarm cut-off switch (FL25) during previous use. BL32A000 1 1 OEM AM/FM/CD PLAYER SHALL BE PROVIDED BY THE OEM MANUFACTURER OEM AM/FM/CD player shall be provided by the OEM manufacturer on all Horton supplied chassis. Note° This option applies only to chassis supplied by Horto%. Chas is supplied by either the customer or the dealer must be ordered with this feature from, Che chassis OEM. .... . ......... I C CONVERSIONS . ...... . .. . .. . .......... .. . . . . . . . .. . ......................................... ..................... ..... .. A CA630000 0 1 CONVERSION MODEL: 623 FREIGHTLINER MINIMUM BODY DIMENSIONS: (Exterior) -Height; 91" -Width: 96., -Length: 173" (Interior) -Height: 720 -Aisle 20" -Width: 20"(from edge of cot in wall position to squad bench riser) -Length: 1691, OVERALL DIMENSIONS (Including Chassis, Module and Step): -Height: 110" (to top of vent) -Width: 100, -Length: 295" Note: Requires option #C-463BOD6 if chassis has a vertical exhaust. CA630001 1 1 623 STREETSIDE FORWARD: Clear Door Opening: 18,7" wide x 80.6" high Actua, Compartment 21.4' wide x 83.6" high x 21.9" This area shall be accessed through a single outside hinged d or. The compartment shall house the vehicle's primary 02 cylinder. The compartment shall be vented to the outside Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:48:01 PM Rev I Page 4 of 26 out:blank Page 400 111RIO Page 5 of I FSA16-VEF12.0 Selected Feature List 11911 — -Hofton Year. 2017 SPEC#03, FREIGHTLINER M2 00 NEME WWYVEHICL Chassis: Freightliner 108" Model. 623 RAr / r►r _00477970=11110" 0 1 SHELF FOR LED LIGHTED VERTICAL COMPARTMENT dr081000 A diamond plate adjustable sheall be installed in the following location. Locate: BETWEEN DIVIDER AND LEFT HAND WALL DIVIDER FIXED, VERTICAL COMPARTMENT drl 1 aOOO Install a 16" deep fixed vertical divider shall be installed in the location listed below- (Divider material is to match the compartment material) Locate: CENTERED IN COMPARTMENT OPENING CA630002 1 1 623 STREETSIDE INTERMEDIATE: Clear Door Opening: 51.7" wide x 39.8" high Actuai Dimensions: 55.4" wide x 43.0" high x 21.9" This area shall be accessed through double, outside hinged doors. Both doors shall have exterior door handles and latching devices. 0 1 SHELF FOR LED LIGHTED DOUBLE DOOR COMPARTMENT &09WO A diamond plate adjustable shelf shall be installed in th, r= listed below. CA630004 1 1 623 STREETSIDE REAR: Clear Door Opening: 32.0" wide x 39.8" high Actual Dimensions! 37.4" wide x 43.01' high x 21.91, This area shall be accessed through double, outside hinged doors. Both doors shall have exterior door handles and latching devices: 0 1 SHELF FOR LED LIGHTED VERTICAL COMPARTMENT dr081000 A diamond plate adjustable shelf shall be installed in the following location. CA630005 1 1 623 CURBSIDE REAR: Clear Door Opening: 25.0" wide x 80.6" high Actual Dimensions: 29.6" wide x 83.6" high x 21 9" This area shall be accessed through a 5irigle outside hinged door 0 3 SHELF FOR LED LIGHTED VERTICAL COMPARTMENT dr081000 A diamond plate adjustable shelf shall be installed in the following location. Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:48:09 I'M Rev I Page 5 of 26 OUtNank Page 401 51P110 Page 6 of I FSA 16-VEFT2.0 Selected Feature List 11915 -FAorton Year. 2017 SPEC#03, FREIGHTLINER M2 40 vmVVaFcuB Chassis: Frc.,-,ghtliner 108" Model: 623 OP—tion Std Q H &dAdV=CM9QBM= 0 1 DIVIDER FIXED, VERTICAL COMPARTMENT drl I a000 install a 16" deep fixed vertical divider shall be installed in the Location listed below. (Divider material is to match the compartment material! Lccate: CEN1_­:,L': IN COMPARTMENT OPENING CA630006 1 1 623 CURBSIDE FORWARD WITH BATTERY COMPARTMENT: Clear Door Opening: upper 22.1" wide x 68" high lower 22.1" wide x 12.61' high Actual Dimension: upper 27.2" wide x 68l' high x 28.5" deep lower 27.211 wide x 12.611 high x 21.911 deep This area shall be accessed through two outside hinged doors and from an opening located on the curb side forward wall.. The upper area shall be primarily used for storage of customer furnished jump kits, the lower area for the storage for two batteries on a roll out tray. CAB93AFO 0 1 KKK -A -1822F CERTIFICATION LABEL The vehicle shall have weight/payload, electrical load and KKK -A -- 1822F certification stickers installed in the 02 compartment. BODY MODIFICATIONS/OPTIONS _J C806SX00 0 1 DOUBLE STEP CURBSIDE ENTRY 6" DROP SKIRT The curbside skirt, forward of the rear wheel well shall be dropped 6 inches. Two integral ALD steps within the side patient door step well shall be available upon opening the side door for easier and lower access to the patient compartment. CB09SA00 1 1 PATIENT AREA SOUND PROOFING/ACOUSTIC ENHANCEMENT PACKAGE Install standard sound control package. .................................. . . . . . . ..................................... — Q MODULE BODY HARDWARE Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:48:09 I'M Rev I Page 6 of 26 Page 402 f outblank �/Rlo Page 7 of I FSA 16- VEF12. 0 Selected Feature List 11915 Year: 2017 =Fjorton SPEC#03, FREIGHTLINER M2 Chassis: Freightliner 108' Model: 623 0 gtion Std QA H ga&L&SCEigagaffiata DG05C100 0 2 PRIVACY WINDOWS, REAR MODULE BODY ENTRY DOORS The rear module entry doors shall have solid windows. The windows shall have dark privacy glass. The windows shall meet FMVSS glazing standards. No films are to be used. DG06AI00 0 1 PRIVACY WINDOW, CURBSIDE OF BODY ABOVE SQUAD BENCH A fixed window shall be installed an the curbside of the body above the squad bench. The window shall have dark privacy glass. The window shall meet FMVSS glazing standards. No films are to be used. DG06C200 0 1 PRIVACY WINDOW, SLIDING FOR SIDE ENTRY DOOR The side entry door shall have a sliding window. The window shall have dark privacy glass. The window shall meet FMVSS glazi,, standards. No films are to be used, DG080000 1 1 EMERGENCY DOOR RELEASE MECHANISM, REAR DOORS Install standard emergency release knobs on top and bottom of rear modu-e entrance doors. DG06A000 1 1 DOOR HANDLES Install Tri -Mark free floating style door handles with pre -stretched stainless steel cables. Include three piece interior door panels on all access doors. 131-1000000 1 1 VI -Tech body mounts Install standard jai -Tech body mounts. DH03B000 1 1 MIRROR STAINLESS STEEL SPLASH SHIELDS Install #8 mirror stainless splash shields on the lower front face of the body just behind the cab access doors. These splash shields are to be the same height as the diamond plate front corner guards. (NOT AVAILABLE ON FORD -E` SERIES CHASSIS IN CONJUNCTION WITH EXTENDED CORNER GUARDS) DHO40000 I I MODULE BODY FENDERS: stainless steel Rear wheel housings shall have stainless steel flare skirts to protect the wheel house opening and side body finish. Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:48.-09 I'M Rer I Page 7 of 26 out:blank Page 403 51RIO Page 8 of I FSA 16- VEF12. 0 Selected Feature List 11915 -m- 2017 -F-iorton Year., SPEC#03, FREIGHTLINER M2 um 11P1ejW&fbkkiehk Chassis: Freightliner 108" Model: 623 0 ption Std OA DH04RP00 1 1 POLISHED STAINLESS LOWER BODY RUB RAILS Polished stainless lower body rub rails, with #8 mirror finish, are to be along the bottom of the body on each sid,.. DH330000 1 1 REAR DOOR HOLD OPENS, GRABBER Install chrome Cast Products "Grabber" style rear door hold opens. (NOTE: HOLD OPENS MUST BE RELOCATED IF TELESCOPIC LIGHTS ARE ORDERED) DL480000 0 1 ELECTRIC DOOR LOCKS: compartment Install power activated door locks on all exterior compartment doors. Locks to be activated by a switch at each patient area access door. Locks may be overridden by a door key. A separate lock switch will be located in the front radio console if option DL48DOOO (wired to OEM locks) is not selected. OL48AD00 1 1 ELECTRIC DOOR LOCKS: access doors Install power activated door locks on all patient area access doors. Locks to ie activated by a switch at each patient area door, and controlled with the access door locks. Locks may be overridden by a manual slide lever or by the door key. A separate lock switch will be located in the front radio console if option DL48DO00 (wired to OEM locks) is not selected. DL48D000 0 1 ELECTRIC DOOR LOCKS WIRED TO OEM SWITCHES The module door locks and compartment locks {if ordered) are to be wired to the chassis door lock switches. DM100000 1 1 REFLECTORS: All patient compartment entry doors shall have red reflectors in the lower corner. DR22A000 0 1 MATEFLEX IN EXTERIOR COMPARTMENTS Mateflex will be installed an the floor and shelves of all exterior compartments. Color: BLACK DR23A000 1 1 RUBBER COVERED WALLS IN BACKBOARD COMPARTMENT The interior of the backboard compartment is to be covered with rubber matting to protect equipment stored in this area. Color: BLACK Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3.48,09 PM Rev I Page 8 of 26 Page 404 f ouil:b1ank 50io Page 9 of I FSA16-VEF12.0 Selected Feature is 11915 -Horton Year. 201 7 SPEC#03, FREIGHT -LINER M2 W WEMR� VVWCUS Chassis: Freightliner 108" Modek 623 Ogtion std 9a &U&dPfionlData aCtir) PAINT AND STRIPING ED010000 1 1 CHASSIS PAINT: standard white Chassis color to be standard white. ED040000 1 1 MODULE PAINT: standard white Paint module standard white Sikkens #FLNA4002 INTERIOR CABINET DOORS, HANDLESA HARDWARE FE010000 1 1 FULL HEIGHT PULL HANDLES ON SLIDING PLEXIGLAS DOORS All sliding cabinet doors to have full length pull handles. FE01FTOO 1 1 LATCH, HINGED DOOR: Southco flush stainless steel pull style Install stainless flush mount Southco pull latches on the hinged interior cabinet doors FE02AOOD 1 1 PLEXIGLAS COLOR: light tint All Plexiglas doors to be light tint. FE060000 I I STAINLESS STEEL COUNTER TOPS (STANDARD) Stainless steel pan formed counter tops shall brn installed in the patient area. FE08STOO 1 1 INHALATION PANEL (STANDARD): The inhalation panel is to be fabricaLed from composite material and covered with Formica to match to co.or se-ect,,d Hall -Mark Fire friday, March 04, 2016 Print Features Michael Day 3:48:101' Rey I Page 9 of 26 o,utNank Page 405 qlRio Page 10 of I FSA16-VEF12.0 Selected Feature List 11915 Year. 2017 "o -Horton SPEC#03, FREIGHTLINER M2 00 86-MiaYiTHWUS Chassis: Freightliner 108" Model. 623 O&tion HeUdVMQCdUt1gaZDAta INTERIOR COLORS UPHOLSTERY AND SEATING GF01 NAOO 0 1 INTERIOR COLOR SCHEME: BLACK IRONS Floor: LONCOIN BLACK ONYX Risers: WILSONART BLACK (option) STAINLESS Walls: WILSONART FASHION GRAY (option) SILVER METALLIC CG TECH Cabinets; FASHION GRAY PAINT Upholstery: GREYSTONE Countertop: STAINLESS STEEL (option) LG - MERAPI Accent Stripe: WILSONART FASHION GREY GF02M000 1 1 INSIDE CABINET FINISH: paint The interior of all aluminum cabinets shall have a durable paint finish. The painted surface shall be washable and non-absorbent. See the appropriate Interior Color Scheme option for paint color information. GF02PO00 1 1 RISERS: The interior of this vehicle is to contain no wood or wood products. �he risers are to be made of reinforced structural composite board covered with Formica per the color description. Formica will not installed on the risers if stainless steel riser options are selected. Note: Riser thickness to be modified if option #PL27CP00 is ordered. GK12A300 0 1 HIGH BACK ATTENDANT SEAT WITH CHILD SAFETY, 4PT Delete the boxed in attendant seat cushions. Install a USSC high back bucket seat with integral Opt seatbelt and child safety seat. The seat to be adjustable trout to rear. Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:48:10 PM Rep I Page 10 of 26 m ma:blank age a P406q1 R� 0 Page 11 of I FSA 16-VEF12.0 Selected Feature List 11915 Year: 2017 -Horton SPEC#03, FREIGHTLINER M2 v k g Chassis. Freightliner 108" Model; 623 0 Rtion Sd QA Hkjzd&d&icdy_&u"ta GK150000 5 4 SEAT BELTS: Install standard Opt seatbelts per quantity and locations selected, Locate: Read of bench Middle of bench Foot of bench CPR seat Note: Head of bench requires Option #IG070000 (Squad bench end restraint for use with HOPS) H INTERIOR CABINETRY, STREET SIDE HKOOOOOO 1 1 LINEN CLOSET Install a vertical storage cabinet behind the attendant seat, The kipper storage area shall house the primary electrical distribution area. he lower section shall be used for miscellaneous storage. Each area shai. be accessed through hinged doors. The electrical distribution area shall include a Southco key lock/latching device. The entire cabinet shall be fabricated from aluminum and shall then be painted, unless otherwise specified. HKOOIOOO 1 1 HOPS SYSTEM: The unit is to be equipped with the HOPS system. Note; Deletion of the system along with the selection of option #HK61A000 requires that the credit provided under HKOIBOOO be deleted. HKO01 BOO 1 1 RADIUS STYLE CABINET TRIM Install smooth 1.5" radiused trim on all applicable interior cabinets. HKOlA000 1 1 STREETSIDE WALL WITHOUT CPR SEAT Street side cabinet wall to be per drawing. All cabinets over 14"H will include (1) standard adjustable shelf. Note: This option deletes the tubular air bag for the CPR seat. Hall -Mark Fire Friday, March 04, 2016 11risd Features Michael Day 3:48:10 PM Rey I Page Il of 26 olit:blank Page 407 qlRo Page 12 of I FSA 16- VEF12. 0 Selected Feature List 11915 Year. 2017 ANN -Horton SPEG#03, FREIGHTLINER M2mrkChassis: Freightliner 108" Model: 623 0 gdon Ut HK0113000 1 1 STREETSIDE WALL WITH CPR SEAT Street side wall to have CPR configuration. All cabinets over 1411%. will include (1) standard adjustable shelf. SEE DRAWINGS Configure: street • cabinets to be 18" deep. HKOIROOO 0 2 LIFT UP CABINET FRAMES. street -side Fasten the Plexiglas door frame extrusion to a piano hinge secured to the cabinet wall. The complete frame and doors shall hinge open upward providing total access to the cabinet behind. The frame shall be held open with gas charged cylinders and secured in the down Position with a sliding dead bolt. Locate: (2) UPPER CABINETS HK02LU00 0 1 STORAGE BENEATH THE CPR SEAT A trimmed storage area shall be accessed by raising the hinged side attendant seat base cushion. HK02LUI0 0 1 RECESSED PADDLE LATCH FOR ACCESS BELOW THE CPR SEAT CUSHION A recessed paddle latch will be installed in the cabinet riser to provide access to the CPR seat storage area. HK17C00.0 1 1 SHARPESIWASTE DISPOSAL: install sharpes and waste disposal in a metal container recessed into the inhalation counter top. Access to the waste receptacle shall be through a spring loaded door, The neck of the sharps container shall protrude through the top surface of the receptacle. Disposal of both containers shall be accessible by raising a hinged aluminum lid. INTERIOR CABINETS AND SQUAD BENCH, CURB SIDE IA200000 1 1 SQUAD BENCH STORAGE: Storage shall be provided under the bench cushions. The area shall run where possible under the bench. The storage pan shall be fabricated from aluminum and shall b d by raising the split cushions. Hall -Mark Fire Friday, March 04,2016 Print Features Michael Day 3:48:10 I'M Rev I Page 12 of 26 outblank Page 408 q1R0 FSA16-VEF12.0 Selected Feature List 11915 Year: 2017 -F-iorton SPEC#03, FREIGHTLINER M2 GIN 11CMETidL*6'i&1CLU Chassis: Freightliner 108" Model: 623 Option W OA HrWacriV ,Data 99kinl2 IG0701 10 1 1 SQUAD BENCH END RESTRAINT FOR USE WITH HOPS install a restraint that is 16" above the seating surface at the head end of the bench. Standard for use in conjunction with HOPPS 3 - point seat belts ,,,wG #105078 lGlOA000 1 1 BENCH HOLD OPENS: gas Tnstall gas spring hold opens on squad bench lid. IG100000 I I BENCH HOLD-DOWN: paddle latches (Pair) Install recessed paddle latches into the squad bench riser to retain the squad bench lids in the closed position. The latches shall be both passive and positive. IG15AOOO 1 1 BENCH CUSHION EDGE TRIM: Trim bench cushion edge with protective aluminum trim, to protect horizontal edge of squad bench cushion "'rorn ts­r . IG1 6B000 1 1 BENCH BACK CUSHION: full size Delete individual squad bench back cushions. Install full size cushion. IK17EOOD 0 1 SHARPSIWASTE STORAGE IN A PULL OUT DRAWER IN SQUAD BENCH s� rsvwe r Js-, t1ne ce cs. t C1-" r, r, hES E, C I t 11 'beIc:W 1' 1"""' t� no""' E� -' W n 'c"__ was"'(' IK18AAOO 1 1 CURBSIDE OVERHEAD CABINET: hinged doors E, LL ""e' - e --0 . . . . . ... nue," N I m I s' Fre s' IJ INTERIOR CABINETS, FRONT Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:48:10 PM Rep I Page 13 of 26 Page 409 f nnut:blank 5R50 Page 14 of I FSA16-VEF12.0 Selecte? Feature List 11915 Year. 2017 ft1_Urton SPEG#03, FREIGHTLINER M2 Chassis: Freightliner 108" Model: 623 =1t 7 11277M M JAK03000 1 1 FRONT WALL CABINET: The front wall cabinet shall be arranged per drawing. Additional configuration information may follow. Cabinet wall finish: paint JE040000 4 4 FRONT WALL DOORS. Plexiglas Front cabinet wall to have hinged Plexiglas doors, and latch type as designated - Type: Plexiglas Latch Style; Southco JK13C000 1 1 CAB TO MODULE WALKTHROUGH DOOR, HINGED Install a recessed hinged front cabin closeout door on the right front compartment wall. This door cannot be de-eted for credit in a non walkthrough vehicle. K MODULE INTERIOR ACCESSORIES AND TRIM KG02A000 0 4 I.V. HOOKS: Perko Install Perko I.V. hook where indicated. Locate: SHIP LOOSE KG02B000 2 2 IV HANGER, CAST PRODUCTS WITH RUBBER ARM Cast products recessed IV hangers with rubber arms for attaching solution bags shall be installed in the designated locations. Locate: Per prints KG09B000 1 1 CEILING GRAB RAIL: standard (2) 2ft rails or (1) 6ft rail anti -microbial Cabinet wall "A" will have (1) 6' rail over cot as standard. Cabinet wall "B" will have (2) 21 rails, 1 -forward and 1 -to rear of CPR seat. KG0913000 0 1 GRAB RAIL: additional 6ft with anti -microbial coating Additional (6)ft long ceiling mounted stainless steel grab rail with anti -microbial coatin,. Locate: Hall -Mark Fire Friday, March 04, 2014 Print Features Michael Day 3:48:10 PM Rev I Page 14 of 26 R2A out.blank Page 410 q1rM20 Page 15 of I FSA 16- VEF12. 0 Selected Feature List 11915 Year. 2017 80�- 0#03, FREIGHTLINER M2 An 'i0EkMQEWVi049!i5 Chassis: Freightliner 108" Model. 623 Option 51d QA KG09K000 1 1 PATIENT DOOR GRAB RAILS: angled with anti -microbial coating All patient access doors to have heavy duty angled stainless steel grab rails with smooth radius corners and flange mounting and anti- microbial coating KG I 10000 1 1 FLOOR TRIM Trim floor with cove molding at non rolled areas of f cor KG120000 1 1 CABINET TRIM Trim all vertical and horizontal edges. KG16B000 1 1 CEILING MATERIAL, PLATINUM WHITE ALUMINUM COMPOSITE The standard module ceiling material shall be platinum white aluminum composite. KG17A000 2 2 FIRE EXTINGUISHERS: 51b ABC Supply five pound fire ABC ext ingui slier (s) . Ship loose, or identify mounting location(s). Locate., SHIP LOOSE — — — -- - - ------------------- — ------- COT MOUNTS AND ACCESSORIES .. ........ LG03G000 1 1 STAT TRAC: The Ferno, Washington Stat Trac system shall be installed. : te. his option complies with GSA change notice 8. Cat Model. Locate. .Y._................................. .. Im LIGHTBARS FRONT AND REAR Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:48:10 PM Rev I Page 15 of 26 ni.it:blank Page 411 q1% Page 16 of I FSA16-VEF12.0 Selected Feature List 11915 Year: 2017 -F-Iorton SPEC#03, FREIGHTLINER M2 E YChassis. Freighfljner 108' Model. 623 Qgtion St4 QA HeaderlDe dauMata 717771 FREE= 0 1 LIGHT BAR: custom front maml5y00 Install special front light bar. Model. WHELEN 55" FREEDOM BAR Configure: RRWRWWRWRR 0 1 LIGHT BAR MOUNT: cab roof mam2000 Mount light bar on cab roof. Model: selected above MM ELECTRICAL EMERGENCY VISUAL WARNING SYSTEMS MM01A000 0 1 TUG V!AG HEAUMAYS: Install wig wag headlight flasher. MM030000 I I WHELEN M SERIES LIGHTING OPTIONS: 0 2 M6 SERIES LED, RED mm06r000 Whelen M6 series L.E-D. lights shall be installed in the designated locations. Location: ABOVE EACH REAR WHEEL WELL Lens color: CLEAR 0 2 M7 SERIES LED, RED rnmCrOOO Whelen M7 series L.E.D.lights shall be installed in the designated locations. Locacjon: (1) EACH CHASSIS FENDER AS INTERSECTION Lens co. oz': CLEAR 0 1 M9 SERIES LED, AMBER mm09000 Whelen M9 series L-E.D. lights shall be installed in the designated locations Location: CENTERED ABOVE REAR ENI` DOORS Lens co,or: CLEAR Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:48:181'M Rev I Page 16 of 26 Page 412 out:blank '-121 Page 17 of I FSA16-VEF12.0 Selected Feature List 11915 -Horton Year. 2017 SPEC,#03, FREIGHTLINER M2 Chassis: Freightfiner 108' Model. 623 Option U, QIE' 0 10 M9 SERIES LED, RED MM09r000 Whelen M9 series L.E.D. lights shall be installed in the designated locations. Location; (2) STREETSIDE (2) CURBSIDE (2) FRONT FACE OF BODY (2) REAR FACE OF BODY, WINDOI17 LEVEL (2) REAR FACE OF BODY, UPPER OUTBOARD CORNERS Lens coor. CLEAR 0 1 M9 SERIES LED, WHITE WITH CLEAR LENS MM09W000 Whelen M9 series L.E.D. lights shall be installed in the designated locations. Location. CENTFRED FRONT FACE OF BODY MM7A0000 0 1 M Series control wire The selected M Series lighting is to feature pattern programmability from the contra : pane;. includpattern and sync wir S in the harness Lights: MN AUDIBLE EMERGENCY WARNING SYSTEMS MN09N000 I I AIR HORN: medium duty chassis The chassis shall have air horns installed from the chassis manufacturer. The air horns shall use the chassis air system. The air horns can only be activated when the vehicle is in gear. Trumpet Locate: Activation: MN100000 0 1 FOOT SWITCH AIR HORN ACTIVATION nstall a foot switch for air horn activation as noted below: Locatiori ,- MN35CAOO 0 1 SIREN, WHELEN #295SLSAI A Whelen *295SLSAI siren shall be installed. MN40A000 1 1 SIREN INSTALL: The siren listed above shall be supplied and mounted as d,fin,,d. Hall -Mark Fire Friday, March 04, 2416 Print Features Michael Day 3.48:2.1 I'M Rep I Page 17 of 26 - I-ut:blank Page 413 Page 18 of I FSA 16- VEF12. 0 Selected Feature List 11915 Year. 2017 Mo 01—pm= SPEC#03, FREIGHTLINER M2 M' INEUERCgXi VMICUS Chassis: Freightliner 108" Model. 623 0 fition Std 0 It H kadf dDUSIkdfia"ta MN45FL00 1 1 SPEAKERS., C.P. Freightliner Cast Products speakers SA3805 to be mounted in front bumper. MN50A000 I I SPEAKER INSTALL: bumper Speaker Seections (Bumper Installed) 0 LIGHTS OL09MOOO 0 1 KKK SIDE BODY MARKER LIGHTS, M6 SERIES L.E.D, (PAIR) Install red Whelen L.E.D. M6 series turn/marker lights on each rear side of the module body. Lights provide module body night time side lighting visibility and turning signal indicati:rt. OL34L000 1 1 LED EXTERIOR COMPARTMENT LIGHTING All exterior compartments will be lighted with LED strip lighting. A vertical strip will be installed inside both sides of each compartment. The lights shall be directed toward the back of the compartment. OL350000 0 1 ICC MARKER LIGHTS LED ICC marker lights shall be installed. OM25CWO 0 6 M9 SERIES LED SCENE LIGHT Install Whelen M9 series L-t side scene lights. Locate: (2) PER SIDE FOR SCENE LIGHTS (2) OVER REAR DOORS FOR LOAD LIGHTS OM30D000 0 1 TAIL LIGHTS, M6 SERIES Whelen M6 series brake/tail, amber arrow turn and backup lights to be installed in the selected location. Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:48.21 PM Rev I Page 18 of 26 ni.nNank Page 414 q1R110 Page 19 of I FSA16-VEF12.0 Selected Feature List 11915 Year. 2017 -Horton SPEC#03, FREIGH 14 JP -O€ M,2 ON WENMWNGVY ICL S Chassis: Freightliner 108" Model. 623 0 ration Std 0 -ft HfadedD= LUlawl- i P ELECTRICAL POWER GROUP PAL00006 1 1 INTELLIPLEXi4G: Install the intelliplex _J4G electrical system. System is to include a USE port installed under the dash for ease of programming. PALOOAOO 0 1 MODULE DISCONNECT DEFAULT The module disconnect circuit shall default to the "on" position when the battery switch is activated. PAL01B00 1 1 BATTERY SWITCH: std. operation The "Master" battery switch shall switch battery power "on" and "off, to the ambulance body and conversion added electrical l,ircuits only. All OEM chassis electric's, {headlights, ignition, keep alive) shall remain wired "hot" and have no ability to be switched "off", and provide circuit function as provided by the chassis manufacturer. PAL02200 1 1 INVERTER INSTALL OPTIONS: INVERTER:20-1 050CUL wicharger, interface pa*200 A Vanner #20-1050CUL combination inverter /charger shall be installed in the vehicle's designated electrical equipment location. Included will be a Vanner Interface Module, Inverter Status Panel, and Charger Status Panel. A switch will be installed in the inhalation panel for inverter activation. The charger will be wired to the shoreline circuit. PAL30AOO 2 2 110V INTERIOR OUTLET Two 110V interior outlets are provided as standard on all models. The standard locations are in the inhalation area and the wall over the squad bench. List the standard outlet locations and any deviation from the standard, plus any additional out,.et locations below: Locate: inhalation area Locate: Wall over squad bench Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:48:22 PM Rev I Page 19 of 26 ou"L:blank Page 415 q/p& Page 20 of I FSA16-VEF12.0 Selected Feature List 11915 -Horton Year. 2017 SPEC#03, FREIGHTUIVER M2 1pm�my�k= Chassis: Freightliner 108" Model: 623 PAL31 COO 3 3 INTERIOR 12VDC OUTLETS: cigarette lighter type 12 volt outlets to use cigarette lighter style connectors. Locate: Inhalation area (2} Locate: Front wall cabinet Configure, PAL38E00 0 1 SHORELINE, KUSSMAUL SUPER AUTO EJECT, 20 AMP NON ARCING Install a 20 amp Kussmaul non -arcing auto ejection shoreline receptacle. Locate: Street side of module body PAL40000 1 1 EXTRA 12VDC CIRCUIT BREAKER: An extra circuit breaker shall be installed. PLIOAOOO 1 1 SWITCH PANEL MOUNT: switch panel to be flush mounted in upper face of console. PL1 1 AOOO 0 1 LIGHT PROGRAMMING: side rear scene The side rear scene lights shall be wired to transmission reverse, plus standard mode of operation. PL1 18000 0 1 LIGHT PROGRAMMING: right side scene The right side scene lights shall come "on" when the side patient door is opened. PL11C000 0 1 LIGHT PROGRAMMING: load light The rear load lights shall be wired to transmission reverse, plus the standard mode of operation. PL11F000 1 1 PROGRAMMING: AUDIBLE LOW VOLTAGE ALARM Program an audible alarm to activate if the voltage drops be,ow 11.8 'volts for 120 seconds., Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:48:22 I'M Rev I Page.20 of 26 m:blank Page 416 cif/0 Page 21 of I FSA16-VEF12.0 Selected Feature List 11915 Year. 2017 lwll�Aofton SPEC#03, FREIGHTLINER M2 MEMM�CVYMICUS Chassis. Freightliner 108" Model. 623 Option 59 PL11G000 1 1 LIGHT PROGRAMMING: park brake A warning shall display on the front console readout, advising to set the Parking Brake, should the modular disconnect switch be "ON" and the transmission placed in 'PARK" or "NEUTRAL". It will also advise to Disengage the Parking Brake shou,d the vehicle be placed into gear. Configure: wire alarm to activate with red flasher circuit PL19AOOO 1 1 REPORT LIGHT Install a 12" Tecniq LED bar style report light. PL22C000 1 1 STEP WELL LIGHT: Install a 10.5" LED Vista light strip in the standard location on the bench side of the step well. Light to activate with door open. PL24BOOO 0 3 FLUORESCENT LIGHTS: Install 24 inch 12 volt fluorescent ceiling light fixtures. Wire to charger/conditioner in addition to standard mode of operation. Locate: PER DRAWINGS PL24T000 0 1 LAMP TIMER: programmable Install an electronic momentary touch timer switch where specified. The switch will enable time limited operation of the below listed lights, with the battery switch in the off position. Locate, BENCA nALL Light(s) Controlled: LED DOMES SET ELAPSED TTMF, FOR 15 mivun;A PL27CAOO 0 8 PATIENT CEILING DOME LIGHTS: WHELEN LED Install Whelen 8000EHCR LED dome lights in the patient area ceiling per the locations listed below. The lights will have a high/low :eature with the switch in the rear control panel. Locate: DRAW VNG PM110000 0 1 LIGHT PROGRAMMING: brake light Lower red flashing lights to operate as brake lights when not in the warning mode, Configure: flashers to override brake light feature Note., feature to activate regardless of module disconnect status Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:48!22 PM Rev I Page 21 of 26 . 1 6 r1_1z --a:blank Page 417 cy/ryio Page 22 of 1 FSA16-VEF12.0 Selected Feature List 11915 Year: 2017 som -Horton SPEC#03, FREIGHTLINER M2 I= wmik� v Se WLEs Chassis: Freightliner 108" Model. 623 Option Std Qjj Ike er/Desc ;ratio/Data „ ... ....... 10 HEATING, AIR CONDITIONING AND INTERIOR ENVIRONMENT QH291_400 1 1 HEAT/AC FREIGHTLINER, DUAL COMPRESSOR, BOTTOM MOUNT AUX CONDENSOR Install a ProAir 12V heat/AC system below the attendant seat. Unit is to include a replaceable filter at the air intake point. A dual compressor system shall be installed with an auxiliary AC condenser mounted between the chassis frame rails. Note: Compressor to be ordered with the chassis. OH29MX00 0 1 MAX COOL 11 DUAL A/C UNIT Install a dual 12V air conditioning system as noted below. The second A/C unit shall be a ProAir 938. This system shall include a second evaporator and a 3 -fan condenser and shall be run off of the auxiliary A/C compressor. his system shall include a separate 'High/Low' function at the second unit. This second unit shall operate as ,/C only. — accumulator is required for this installation. Locate: Above front wall cabinet QH310000 0 1 3 -PLY PANEL INTAKE FILTER Install a 3 -Ply Panel air intake filter ILOS. (1) 16.75" x 8.7511 #10008973 for attendant seat base or above right front cabinet. (2) 13" x 18" #10009296 over #1 compartment or in bottom of linen cabinet. Filters will be behind stainless steel intake grills. OL43N000 1 1 NFPA COMPLIANT VENTING -CAST VENTS Install an NFPA style venting system to include a 400cfm exhaust vent along with a static vent. Install 9.5" square polished covers on both vents per drawings. CAB CONSOLE AND COMMUNICATIONS RJOIAOOO 1 1 ANTENNA COAX 1: An RG 58U coax shall be installed so that the ambulance conversion need not be disassembled. WW *W__M A wff*A�qr 0 Im W MR 1194 M 0 Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 148.22 PM Rev I Page 22 of 26 outblank Page 418 q1% Page 23 of I FSA16-VEF12.0 Selected Feature List 11915 Year. 2017 rton SPEC#03, FREIGHTLINER M2 M *RN RWNCV V6 IcL s Chassis: Freightliner 108" Model: 623 0Hadg&(&jCdV&UMUta ration Std 01y e _ RJ01B000 0 1 ANTENNA COAX 2: Install additional antenna coax and accesses Exterior Termination: TO BE DETERMINED Interior Termination: TO BE DETERMINED RJOICODD 0 1 ANTENNA COAX 3: Install additional antenna coax and accesses. Exterior Termination. TO BE DETERMINED Interior Termination: TO BE DETERMINED RJ040000 1 1 RADIO CABLE PULL WIRE A standard pull wire for radio installation shall be installed from behind the driver's seat to behind the inhalation panel. RJ05B000 1 1 FRONT CONSOLE: A console shall be fabricated to coordinate with the interior cab color. Room shall be provided on the face of the console for installation of radio and siren controls. RJO5C000 0 1 CONSOLE MENSION: A box for mounting radia heads and storage maps, books, or binders will be attached to the standard engine cover console. Standard box includes (3) 2.5 storage sections, and 8.5 faceplate for radio mounting. RJ05CP00 0 1 CUP HOLDERS Install two (2) cup holders recessed into the console per drawing RJ08A000 0 3 RADIO POWER/GROUND: Install three 6 gauge cables to positive and gr und ,tuds fo; radio power. wire one constant hot, one ignition hot and one ground, Locate: ACTION AREA, LOWER LINEN, CAB CONSOLE Configure. battery switched, battery hot and ground T OXYGEN AND SUCTION Hall -Mark Fire friday, March 04, 2016 Print Features Michael Day 3:48:22 PM Rev I Page 23 of 26 c-.,,ut:b1ank Page 419 q/% Page 24 of I FSA16-VEF12.0 Selected Feature List 11915 Year. 2017 SPEC#03, FREIGHTLINER M2 NEMEfiWWVVE Ws Chassis: Freightliner 108" Model. 623 0R tion H QA MM&LDC TNO02000 1 1 OXYGEN BOTTLE MOUNT, VERTICAL TRACK FOR ORM-V Vertical track for mounting o4 a QRM-V 02 bottle mount shall be welded on the back wall of the compartment in the right hand corner. The 02 bottle mount is adjustable for "M" or "B" size tanks. TN01MW00 1 1 OXYGEN BOTTLE, CYLINDER BRACKET: Zlco Zico QRM-V oxygen bracket shall be installed. Locate: standard location Tank Size; nMn TN020000 0 1 OXYGEN ACCESS: A clear Plexiglas door shall be provided in the patient area wall or ac -,,, to the oxygen cylinder valve. The door shall be hinged so that it swings into the oxygen cylinder storage compartment. The opening shall be trimmed with anodized aluminum edging. O.D. dimension of the access is -7" wide x 11" high. TNO30000 2 2 OXYGEN OUTLETS, STANDARD 'wo oxygen outlets to be provided as standard and located in the inhalation panel unless relocated per option TN03RLO0 TN03AOOO 0 1 OXYGEN OUTLET: additional Install additional oxygen outlet(s) Locate: WALL AT HEAD OF BENCH TN04AOOO i I ADAPTER TYPE: Ohio Diamond 11 Oxygen outlets to be Ohio Diamond !I. TNO50000 1 1 FLOWMETER: Supply dial type flowmeter. TN060000 1 1 OXYGEN WRENCH: Install oxygen wrench in oxygen compartment, Mount secure so not left hanging mount with length of chain or cable so not removab,e. Hall -Mark Fire Michael Day Friday, March 04, 2016 3:48:22 PM Print Features Rev I Page 24 of 26 outblank Page 420 01/1§/Zo Page 25 of t FSA16-VEF12.0 Selected Feature List 11915 Year: 2047 MEW opl--orton 5PEC#03, FREIGHTLINER M2 M NIENE WmevvE lcus Chassis: Freightliner 108" Model: 623 0t gtion 4 QIE ffsoAd&mri2daaMata TN100000 1 1 VACUUM OUTLET: inhalation wall A single vacuum panel shall be installed in the inhalation area. The outlet shall be of the same style as the oxygen system and hooked to the onboard vacuum pump. TN1 I B000 1 1 ASPIRATOR: SSCOR Install an SSCOR aspirator. The system shall include a 422000 wall mounted regulator, and a #23002 canister holder. Plumb to the pump selected. TN12D000 1 1 VACUUM PUMP: Install a CAPL #D34 SE {T282) 12vdc electric suction pump. IU LETTERING ,-MINNINNEWMI UP010000 0 1 LETTERING: Lettering to be included. COPY EXISTING FLEET UP180000 1 1 DOOR REFLECTORS Install 2" x 12l' strips of red Scotchlite at the top of each entry door placed horizontally. zoo 0 1 FACTORY INSPECTION TRIP Z02 0 1 Factory Pickup and Transportation Allowance for vehicle pickup, transportation and drivers fee. F.O.B. CU5TOMER LOCATION Z03 0 1 Dealer Prep- and Dealer Delivery Allowance for vehicle prep,;ation and delivery Hall -Mark Fire F;iday, March 04, 2016 Print Features Michael Day 3:48:22 PM Rev I Page 25 of 26 i,-)-Ll1:b1ank Page 421 0/R/io Page 26 of I FSA16-VEF12.0 Selected Feature is 11915 Year. 2017 WWAW -Hor%on SPE 3, FREIGHrUIVER M2 Un Chassis: Freightliner 108" Model. 623 0 ation Z04 0 1 Fuel, Tags, Etc. Allowance for fuel, tags and administrative. Z06 0 1 STATE CONTRACT: This vehicle is subject to state contract pricing. FLORIDA SHERIFFS ASSOCIATION 3/4t FEE Authorized Department Signature(s): Hall -Mark Fire Friday, March 04, 2016 Print Features Michael Day 3:48:22 I'M Res, I Page 26 of 26 �':,ut:blank Page 422 q/YM0 Page 27 of I AMBULANCE SPECIFICATIONS FSA 16- VEF12-0 CHASSIS, 2017 FREIGHTLINER M-2,174" WHEELBASE: The vehicle converter shall supply a 2017 17411 wheelbase Freightliner M-2 chassis for the ambulance conv- .- -. dered with OEM air rides will include a Horton installed air tank drain line, running from the tank(s) to the bottom side of the rub rail. ENGINE AND RELATED EQUIPMENT: -Cummins "B" 6.7L with 240 HP @ 2,300 RPM, 560 ft. lbs, torque @ 1,600 RPM. -Air cleaner restriction gauge installed in dash. -34 gallon fuel tank mounted under curbside cab step well, -Alliance fuel/water separator with heater. -Equiflo inboard fuel system, -750 watt engine block heater with receptacle. -Horton HT 650 frontal air on/off engine fan clutch -Single muffler and tail pipe mounted horizontally on right hand side with aftertreatment device and right hand mounted tail pipe. -Low pressure oil indicator and high water temperature warning with light and buzzer -Electronic cruise control -950 square inch radiator -6 gallon DEF tank -2010 EFS Emission Certification TRANSMISSION: -Allison 2200 EVS 5 -speed automatic transmission with park pawl. -Fire and Emergency pr,gramming. -Transmission oil cooler and temperature gauge. -Park switch on dash. -Column-mounted shifter. REAR AXLE: -Ratio: 4.30:1 Page I of 54 outblank Page 423 qfi�'V'20 Page 28 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 -GVW- 20,000 lbs. -Front Axle: 10,000 lbs. -Rear Axle: 15,000 lbs. -Front Springs: 10,000 lbs. Taper leaf -Rear Suspension: 12,000 lbs. -Air suspension with air reservoir, dump control, and 15.5 cfm gear -driven air compressor. -Manual dump control switches are to be installed at both the rear doors and in the cab. Automatic dumping will occur when the rear doors are opened, The air dump system will inflate when either the rear doors are closed, or, if the air dump override has been activated, when the vehicle is placed into gear and starting to move, -A dash -mounted air gauge shall be installed -Dual rear leveling valves shall be installed. -Shock Absorbers: Heavy duty front and rear. -Frame Rails: 50,000 psi high strength steel. -Air Compr-­,�., r, 15.2 cfm gear -driven air compressor to include Bendix AD -9 air dryer mounted beneath the cab. TIRES AND WHEELS: Quantity: Six (6) tires Tire Style: Michelin XZE with highway tread Tire Size: 245/70R19.5 Wheels: (4) 19.511 X 6.75" polished aluminum disk wheels (front and outside rear). Wheels: (2) 19.511 X 6.75" steel wheels (inside rear) Wheel Seals: Chicago Rawhide BRAKES: Brake system: Hydraulic disk with Wabco ABS brake system. Front: 1511 x 1.44" hydraulically activated disk. Rear- 15" x 1.44" hydraulically activated disk. Parking Brake: 10" x 3" DCM parking brake, air activated Brake Control: Push-pull park brake on dash. Page 2 of 54 i,,a,ut:blank Page 424 ql?io Page 29 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 INTERIOR APPOINTMENT STANDARDS: -M2 interior conveAence package -Air conditioning with integral heater and defroster -Power windows -Power door locks -Grab handles -Tinted glass -Driver and passenger seats to be Bostrom Talladega 910 high back air suspension seats with dual armrests. Seats to be vinyl with cloth inserts -Power steering -Tilt/telescoping steering -19" wrapped steering wheel -Courtesy lights -Dual padded sun visors -Door trim panels with storage pockets -Cigar style 12V power point -Cigar lighter and ashtray -Driver Convenience group -Molded fabric back panel -Molded cloth headliner -Molded instrument panel -'A' pillar cover -Cup holders -Black rubber floor covering -A Delco XTA-2300 AM/FM/WB stereo/CD play -:r with two (2) speakers installed in. cab -Low washer fluid warning light -Factory gauges for oil pressure, fuel capacity, water temperature, air pressure, hour meter, and tachometer with converter -added digital display for ammeter and voltmeter -Low air pressure warning light and buzzer -Air restriction warning light in dash -Dash-mounted regeneration switch ADDITIONAL APPOINTMENT STANDARDS: -Tilting fiberglass hood and fenders -Frame-mounted front tow hooks -Chrome plated front bumper -Dual Grover 25" Stutter Tone hood -mounted air horns -Dual electric horns --manual reset circuit breakers -Halogen headlamps -intermittent windshield wipers -Required ICC lights -Parking/Hazard/Turn Signal Lamps -Exterior grab handles near cab doors -Deluxe insulation packag- -Heated/motorized west coast stainless finished mirrors BATTERIES: The vehicle shall be equipped with three (3) 760 cca batteries located on a slide -out tray beneath the curb side forward compartment. The total cca rating for this vehicle shall be 2,280 cca. ALTERNATOR: A 320 amp Leece-Neville alternator shall be installed on the chassis, Page 3 of 54 Page 425 qjQA-0 ,outblank rZ Page 30 of I AMBULANCE SPECIFICATIONS FSAI&VEF12.0 WARRANTY: The chassis manufacturer's standard vehicle warranty policies shall apply. REAR STEP/BUMPER REINFORCEMENT: The standard rear step shall be reinforced with 2" x 2" steel angle for added impact protection. REAR STEP/BUMPER ASSEMBLY: The rear of the vehicle shall be equipped with a step/biimper assembly to be fabricated from .125" polished aluminum diamond Treadplate. The assembly shall be spaced out from the rear kick plate a minimum of 1.511. The center section of the assembly shall pivot up and over center on two (2) .5" bolts to stay in the 'up' position. This section shall be a minimum of 9.5" deep and shall he constructed with grip -strut on the stepping surface to provide for better footing. The ends of the assembly shall be fixed diamond tread plate. The distance between the top of the step and the ground shall not be less than 16". The fold -up portion of the step shall be firmly held down with two (2) pin and socket holders to prevent rattling while the vehicle is in motion. MIRROR: OEM The mirror set shall be OEM supplied, and installed by the chassis manufacturer. DIAMOND PLATE STEP WELL COVERS: Diamond plate step well covers shall be installed on both the curb side and street side cab step wells. The covers shall be made of .125" thick polished diamond tread plate with a minimum 3003-H14 alloy. The street side cover shall include a Kwikee pull out tray for chassis batteries. SUSPENSION OVERRIDE SWITCH: A manual air dump override switch shall be installed as noted below. This switch shall override the dump activated by opening of the left rear patient compartment entry door. REVERSE ALARM: An audible alarm shall be installed to activate when the vehicle is placed into gear. There shall be, installed on the front consol� and wired through the vehicle electrical system, a momentary cutoff switch to disable the alarm. This switch shall automatically reset each time the vehicle is placed into reverse gear. AMIFMICD PLAYER: The OEM AM/FM/CD player shall be installed in the cab and wired to the OEM cab speakers. This unit shall also be capable of being wired to jpatient area speakers should they be required within this specification. Page 4 of 54 Page 426 off3§10 k,va:blank Page 31 of I AMBULANCE SPECIFICATIONS FSA 16-VEF12.0 CONVERSION: The following section describes the required body design, manufacturing process, and materials. Adherence to this section is of extreme importance to this purchaser due to space requirements and safety concerns. The bidder must meet this section as closely as possible without utilizing experimental or prototype designs in order to be lonsidered for bid award. MINIMUM BODY DIMENSIONS: The completed vehicle shall have the following minimum dimensions: 19��J -Height: 91" -Width: 96.25" -Length: 173" (Interior) -Height: 72" -Aisle 48" -Length: 16911 OVERALL DIMENSIONS (Including Chassis, Module and Step): -Height: 110" (to top of vent) -Width! 1001, -Length: 295" MODULAR BODY STRUCTURAL DESIGN REQUIREMENTS: The module body shall be designed and fabricated with the following key elements in mind: 1. The greatest possible load carrying capacity is desired. 2. The safety of all vehicle occupants is of paramount concern. 3. The body design, including construction materials and fabrication techniques shall be proven to be durable. 4. The body shall be easily retrofitted to a new chassis should that need ever arise. with these concerns in mind the following requirements have been established for the purposes of this specification: The vehicle converter shall design and construct its own module bodies, and maintain an engineering staff at its manufacturing facility to hand4-t, any custom body changes that may be necessitated by this design. it is the intent of this purchaser to receive a finished product of the highest standards of quality available. Vehicle manufacturers who design and build their own bodies and who have the expertise of an engineering staff will possess a greater capacity as far as handling a custom project of this type than manufacturers who pi-irchase their bodies from an outside vendor. Accountability and quality of the design and construction of the body are enhanced when the vehicle converter manufactures the it Page 5 of 54 Page 1, itblank 427 -—2/R/io Page 32 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 The construction process described within this specification will ensure that the body shall remain structurally intact. However, to achieve this level of quality and durability, the module body, including all doors, must be constructed correctly initially. This specification requires that the module body, including all doors, he built within a tolerance of one five-MusanWhs of one inch. To achieve this the vehicle nonufacLurer must use, as nitandard practice, precision cougmMerized equipmcnt such as found in Strippet machines and micr i+3:':7-,5or controlled milling machines and chop saws. Use of precision equipment will ensure that all door openings, door handles and latches, body windows, and warning light assembly installation locations are of the correct size and square to the body. Cutting dune by hand, such as with a jignaw, is noL desired unle5s it involves the chassis, or unless a warning light assembly must be ICCaLed in such a way Lha?.. A depends , n L.he, layout of Onefinislle-dd vehicle. (E.g. when a light must be centered within a paint stripe since the exact stripe location will not be determined until the module is built and mounted.) In addition, utiliza"I'Lion O.0 computu'lize'd cqp,lipr"-tent will simplify the production of replacement body panels in the event of an acciAnt since the <-,oinputer can duplicatc a given part exactly. This includes documentation of all body light locations, PAYLOAD REQUIREMENTS: The vehicle payload shall meet or exceed that called for in the current KKK -A-1822 specification or NFPA 1917 standard. The vchicle manufacturer shall, upon notice by this purchaser, provide a written statement fyom an independen engineer that the model being of"fered has, rwo- this set of critexia. Before delivery of the completed unit the manufacturer shall weigh the vchicle. A written statement of those wcights shall bc affixe(,'i to the inside of the street side frmnz, C', cornp�~,artment. d,00r.. This poxchaser reserves che right to have the finished vehicle weighed independently upon delivery. if it is found that the written statement of weight provided by the manufacturer is inaccurate beyond what may be reasonably explained as a slight difference in the calitar aticn of the, scales, then the vehicle will be rejected. It should be noted Lhat thin purchaser, while interested in attaining the greatest possible payload, is unwilling to compromise on the structural requirements of a strong, durable, and safe body. All bidders must understand these factors supercede concern over payload, and that the lightest body (greatest payload) will not necessarily be deemed sufficient to meet the stringent quality and safety requirements set forth herein. Page 6 of 54 Page 428 "V110 outWahnk 1-21 Page 33 of I AMBULANCE SPECIFICATIONS FSAI&VEF12.0 MODULE BODY CONSTRUCTION AND WARRANTY: The module body shall be constructed per the following detailed specifications. Generally speaking the body shall be of all -aluminum construction. Aluminum is shown to reduce weight over several other imaterials. It also possesses anti -corrosion properties that are essential for a vehicle of this type. The exact aluminum material requirements are explained in further detail below. The choice of materials and the design shall allow the manufacturer to warrant the materials and workmanship of the module body for a period of thirty (30) years as set forth in the warranty section of this specification, The manufacturers structural warranty shall specifically cover: -The continued and correct alignment of both compartment and access doors. -Seam or joint separation in door construction. -Aluminum interior cabinetry. The warranty shall be fully transferable to a new owner should the vehicle ever be sold. In addition, should the manufacturer bidding this proposal re -chassis the vehicle within the period of the initial structural warranty, then an additional 5 years shall be added to the remaining amount of warranty coverage left at the time of re -chassis,, This warranty shall be revalidated in five-year increments each time tht bodv is mounted to a new chassis provided that the warranty has not expired, that this purchaser authorizes any necessary repairs, and provided -that the original manufacturer performs the re -chassis. CORNER POST SUPPORTS: The body structure must be able to support the loaded weight of the vehicle in the unlikely event of a rollover. A structure is required that will enhance the safety of both patients and attendants in the event of an accidental collision. The foundation of a solidly built module body is the utilization of strong corner posts in both the sidewalls and the roof. A one-piece 90 -degree radius post is required. The posts shall include a full length W shaped extrusion that forms a fully encased web inside the post for strength. This reinforcing member shall angle inward just before it joins the radius to form a small slot where the edges of the aluminum skin will be inserted prior to the final welding. Because the structural integrity of a body is derived from the corner posts, subfloor, and framework, corner posts that are a part of the exterior body skin (e.g. rolled corner posts) will not be considered, nor will corner posts which do not have an integral center reinforcement as 'Part of the extrusion. CORNER POST STRENGTH: The corner post extrusions shall possess a minimum ultimate tensile strength of 27,006 psi (6063-T5). ROOF EXTRUSIONS: The horizontal roof extrusions shall conform to the same construction description as the vertical wall extrusions. They will, however, include an extruded drip rail as a part of the one-piece posts. Because the drip rail is a part of the post itself there will be no seams between the rail and the body above the rail. In addition there shall be drip rails installed above all body doors that are not full height. These rails shall attach via a durable adhesive,, Page 7 of 54 Page 429 utit:blank FSA16-VEF120 The exteri,,,:)r wall ano, roof skins shall ba suppcorted on the by 2" sq,llar,e, tobinci with v 12f,%1I wall. These structural supports 1)e eolo-cateo, alt-, th,,,,": r bea:tAng p�,::)Jnts f the m,,-,,,dule body. Tha roof structural beanis shall, bes.en �inininnnin-4 12" centers foi adequate load suppoit. 'Wall ,-if . 1 251, thickness or les will not be accept. able . HORIZONTAL WALL SUPPORT: In addition to the verti--,ai wall. q.)pcortc lkll�ere shi111 be a l.nil lari-Co-ntzal be,asi-�, located in the beltline areae to prc,,vide additional-, (; `^iotcction. in che event of a side body collisfon. GUSSET ENHANCEMENT: Gusset supports, inade from, 2" s1heli be- insta]-led hy o -,--, g) t IA -ie vehicl,� for added streric-fth. Each gusset sha]-1, be a of 5", R""r"g at it5 101tqest, points A of t,wenty-fo,,,-,ir ('24) -,f t'hese - 't I , - s qn,.,issets sr�kal' be welded into Thr vehicle j gart structure. 7,re-ais of tallation shall J,nc1-,ugJe but not be limited to. i^kll doc-,r openings, al.1 o-or-eIrs, and above all wrleell we]'Is. De's"a'ns ":ha.t ulkilize il. il'c, .auSe'tz";, <-,)r g,Jssets of lesser material size aL strenqt1i, aae n L, acceptabll. e, The st:�lccted fcr tl--,e body skin have been choser. bec,;use th-'s vehicles expected -heavy-dufty cycle and �..he goo, wear ch,,,,ractein..Stics thiz,,,t 1, -lie m A I hl"I's ntater-,al has shown 1'n the fieldL T, a erial slhal, ' be a J052-1134 allov with an i,--iltimaie tensile stieniat'li of 38, 000 psl" � 7-hJ n. Aet'iaj,- ha"s."eeln, (-,hosen becai.-ise is less prorie -t.o fail due to stLess than (.,,ther weaker a s 5 C) 5 2 -, 13 2 a, I I o y , EXTERIOR BODY PANELS (PART 2).- TInc, roq,,Ar-Cd for e.xterior body paneis ''SieJe, front., am.,J rear vo.,ills. .125" -cCil-Jing and floor panels,. .0901, Nmi e. The roof shall be with a-, single s."D et of 5052 H134 09010, i ncari. T I �, is ,:,i ' C -P s t -ri,;, c 7- i on i s pre f er-red ov er a mu], t pil�,,c�e Ci.{ c C-4 The 1,00f shal." e Ita 6� sic,-,ned to allow Wat,1.'!r tc dr-ain. Page 8 of 54 out -blank Page 430 olfi"o �(/z Page 35 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 FLOOR CONSTRUCTION: Floors that are uneven or are incapable of adequately supporting the load being carried on the vehicle are unacceptable. For that reason thin floor panels and/or a lack of floor supports are not desirable. To prevent buckling, sagging, oil canning or any other structural breakdown of the flooring system a detailed description of the required construction process is provided. The body subfloor shall be constructed of .090" 5052-H34 aluminum. The floor, from the front to the rear and from curbside to street side shall be supported by a minimum 2" x 3" tubular beams, with a .25" wall. The floor just behind the axle shall be supported by a minimum 1.511 x 3" tubular beam with a .25" wall. All beams shall be strategically located at the load bearing points of the floor and welded into place. The interior of this vehicle shall contain no wood or wood products of any kind. The subfloor, above the aluminum sheet shall be specially constructed to provide both acoustic and thermal protection for the patient interior. It shall consist of the .090" aluminum with tubular understructure as noted above. The underside of this area is to be sprayed with a sound reduction coating. In addition, a .115" damping pad, sound barrier sheet, and a .625" aluminum composite floor panel shall be installed prior to installation of the vinyl floor covering. Th_, purchaser reserves the right to inspect the process proposed by the bidder and to make determinations regarding the acceptability of that process. The resultant subfloor shall have no orod, or wood products and shall be guaranteed against rotting or wE;ter absorption for a minimum of fifteen years. It shall not support or attract mold or fungus. SKIN TO SUPPORT ATTACHMENT: All exterior aluminum body panels shall be att�ched to the underlying structural supports via high performance polytirethane two sided tape. The tape shall have a polyurethane foam core for environmental resistance an* an acrylic adhesive for a durable bond. The tape will be used as an insulating agent to hold the panels tightly against the structural supports, thus eliminating vibration and oil -canning. In addition to the tape attachment system, all panels shall be welded to structural members at the perimeters only. Welding in the center of the panels is not desired as the process will cause heat distortion of the body panels and lessen the overall quality of the finished appearance. Use of the tape, as described here, will eliminate heat distortion without damaging the structural integrity of the module body. SKIN TO SUPPORT ATTACHMENT (PART 2): Each body panel shall be welded to all horizontal frame members, including the roof extrusions. In addition, the panels shall be welded to the vertical corner posts. In the case of the roof, the perimeter of the on"," -piece roof sheet shall be stitch welded. This method of attachment shall provide a total. welding application to the entire perimeter of the body skin and a taped/insulating application to the interior surfaces of all walls. Methods of panel attachment that utilize rivets will not be acceptable. Page 9 of 54 outblank Page 431 qlRlio Page 36 of t AMBULANCE SPECIFICATIONS FSA16-VEF12.0 STRUCTURAL INTEGRITY VERIFICATION: S'tri..ictuial, in*1..ecjr1-`J1,-,y, as stated elsewhere iri his icat-Jon, of to purchi,.,t�.se-r As im is rer.juiredl 14 hat the mair.tai.n a pro.gr,,.m of cras]- Les[s. The -m,ani3fisc,.t,:,rers Illygee s.,,. ...1. testing progranni ninnust: Joe currfmnt and have been cm,, ,ja.,,ontinvicus baasis for a period cf 14me not less than ten ye, rs� In addition, the sle- testing Shall 'havc st.,,bj(:.,ctc,,d a b, aJly, 1,c t -N- a17),,.,)ve-wr'attfsm toa n,,tininium, of --`0 G's 1"In both sidle and frontalilmp,..ct cond, it ions. 111,,ieither photographs of irehicies that have been involved. in nor st,1'.e,,'ients o-,,.: (-,bFservati..ns relev.-,.-.mt to -ar lie it from a customor a ninanufacturels represent at I've, , shall sufl,Hce as 7, suCbstit--,ite for th,:is req,,..,,ireinent. The s] -ed te.stir,,q n,�,,ust ,,1:8ke place in a, controlled envaro nnient zneanlngEul cngi,,nt,-<-2ringd,ata can be qat.1-,ered and the strt,,,ct- ral desian of C.he mod,)de bo,:.-Iy. A,='demts that take place o..mside of -hls ein.;,i.r.-c-,amont do not yield any -n,,ie2sn1J1.naf--IIJ1, Therefore, real w7i1d acci,,Jients co.-I'sidered an("",cc"i0tal and C• 1nn",7- 1:ealistlilc,,:lly 1,,e by r - - -he r;,,fety of a desIgn. I -,tion, girt a,,,,c,,Jn.,u1a ,,ticn at seam%s, paint pant,,.1 sepsr�, n.-Lisalicinmeint, am even malfunclItions ,,,,,hereupon the door canmot be DperaLed be�,c.• ok.,,ser-ed in knany styles of door construction". '.'Fhese alurv-1 with11,texpectedi rugged uLe of the velhicle doors, shall be w -'C,.,, -,h a overall dieslg N [" I I ,n a,.-�d '-' �; " , , these tboughts In niind t1he inodular dozirs shall be constructed as, follcws: OUTER DOOR SKIN: max,. h �,,, 1 c r f z�,, c, i I z � cp z-, � �, (' �e d q -e- s a h �, I -I 'b -- f .,.r -flat.. d .n_....'::,%3 a s -J. r, (, , 3 11 e s � I e e t ., ,, f a n i � i . T 1, 1 e, a I 't, �,,n j � � i,,, in � i s, f,� d ", " �"", r t r t (�,� d, o n r, s s " �., I I ,,, � o 1, � b �-, I a s s !, h a � , 5 01 ,2- - I ! 3 4 11 oy WJ, t. I � a n �,j i u,.a t- te� �o J I e s Lr(-,-�T)q, LI -3 ,,)f -1118, 010 0 p s i . The m ate I :ial sha a, --I be .12511 U-Iicka Idl m,odule doors shall be flush fit to the body sidie. 77"je Pamw. 1s -must be welde,.,J -rZ, the cotmers, INNER DOOR REINFORCEMENT: incDvle a -n inL� rnai extrusio-- f -or added xeinforcemlent, (-,Xtr -uls ions extend arocind tInse dcmr. sIn-all be Chrough Ulhe -enter o[ Llhe cao.z an"d each w�,�iidow where applicable, In addition to the extrusions reinforciing each o -,ter doci-r pan, t,he extrusions Ithemselves shall ne -reinforced f 3rough a dual method. Firs", eacl` mitered wherc t1he f il w,, -,rners ' Win, shall-, be with d one-way ":o -id aiu.,uninUM insertable key. This key shall pevendt the cc�rner lftcm p-u-linq al. sort, cind shall ac,., as sc:,�Iid int erna-1 gk..,SS4-,t. Secc,ndly, each corn<.,r where fraumf-,, joi,.nm shz,.]A be w,,--,,i<-3,ed x. Pr fl,;Ither p-, I event any separation, The end result will kbe a riqid door that Twdill' nct bend or flex and t -hat will (:A-hcr cnannn-,.only sec -n str2,.ictk.,,.al defects described abcve. Page 10 of 54 ou-,,:blank Page 432 Cy/ Ri 0 Page 37 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 INNER DOOR PAN: An inner door pan shall fit flush with the inner edges of the door. Inner door pans that do not fit flush will have sharp or ragged edges exposed and will not be acceptable. The panels must be attached to the door structure with machine screws and 'IT" style Nutserts to prevent spinning stripping, Sheet metal screws or rivets will not be accepted. Lastly, a closed cell cross-linked polyolefin foam tape shall be used beneath the inner door panels to isolate the panels from the door frames. This process will prevent door rattling. DOOR SEAL: All module doors shall incorporate an extruded rubber seal located around the perimeter of the door. The seal shall insert into a groove in the inner door extrusion. Seals that are installed around compartment openings will be easily torn by the movement of equipment across them. In addition, glue will not be permitted except in the case of a double door compartment. The requested design does not include a groove on the underlying door edge of a double door compartment. That edge alone will require an adhesive. Glue for all seals is not desirable because of increased replacement time and Insufficient durability. DOORJAMB: All doorjamt)s must be separate from the body skin and must be welded to the 2" x 21' tubular body frame members so as to ensure continued door alignment and proper latching. The compartment frame shall be designed in such a manner as to provide extra protection around the compartment openings. The reinforcement tube shall be at least l" wide. For added strength, the frame shall be at least .186" thick where screws are attached. Prior to door installation the doors shall be true fit to the doorjambs. The fitting, prior to installation, shall provide added assurance that the door aligns properly with the doorjamb. HINGING: All doors shall have full-length stainless steel hinges. The hinges shall be .010" thick and shall incorporate a .251 diameter pin, All hinges shall have un -slotted mounting holes for an exact and permanent installation. Hinges that utilize slotted mounting holes are unacceptable because of the continued adjustments that they require. There shall be an anti corrosive -material. installed along the length of the hinge where the hinge meets the door frame to separate the stainless hinge from the aluminum body. This material shall be transparent so as not to be visible at any point while the door is being used. HOLD -OPEN DEVICES: The following door hold -open devices shall be installed: -Compartment doors: Gas filled, 100 -degree extension actuator -Side access door: Gas filled, 110 -degree extension actuator -Rear doors: Cast Products grabber style devices Spring-loaded devices are not desired because of their weaker holding capabilities and a lack of smooth door operation. Page 11 of 54 o... tblank Page 433 q/Rio u FSA 1&VEF12.0 DOOR HANDLES AND LATCHING SYSTEM: A door latching system is required that provides safety to all on-boarcJ personnel and security to all stored equipment. The patient area must capable of being quickly secured. The following minimum features are t be designed into the module door latching system: I -All door handles shall be rugged automotive style handles thatare near flush with the outer door panel. Each handle shall actuate a Nader rotary safety latch. -The handle and latching system shall be designed,by their manufacturer to accommodate electromagnetic activation. Paddle style or D ring style handles that must be retrofitted for this application are unacceptable. -The entire exterior handle assembly shall be Tri/Mark Series 2200 cast metal that is chrome plated and buffed to a high luster. -All doors shall have an exterior key lock. -All three patient area access doors shall include both interior and exterior latch activators. The rear doors shall have an activator installed on the outside of each door. The interior activators shall be located in a recessed pan on the door. A manual lock/unlock device shall be located within the pan. This pan shall be powder coated cast aluminum for extra durability and for ease of decontamination. No plastic products shall be used for this application. Exterior double door compartments shall include two exterior latching devices, one on each door. -The rear entry doors shall incorr,,r,11.te an emergency release lever located at each rotary latch. The emergency release handle shall allow emergency exit if a latch failure would occur. The latching system shall be a proven system that has been subjected to the simulated sled tests as described elsewhere in this specification. Latching systems that have not been subjected to these tests will not have reliable data available as to installation and retention characteristics. Again, only controlled testing fulfills this requirement. Neither pictures of accidents, nor common observations gathered from damage surveys will suffice. PATIENT AREA DOOR OPENINGS: Two (2) doors shall be provided at the rear of the module body. The overall opening of the access to be a minimum of 54.3" in height x 46.7511 in width. Both inside and outside door handles shall be installed on each rear door. Left rear doors that can only be activated from the de are not acceptable. These doors are to incorporate emergency release levers as described above. One (1) side door shall be provided on the curb side of the module body. The opening shall have minimum overall dimensi,.ns of 71.111 in height x 30" in width. Page 12 of 54 p-ca:b1ank Page 434 q/Rio Page 39 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 INSULATION The patient area, including the doors, shall be insulated with 2" Technican polyfiber for both thermal and acoustic insulation. The headliner area of the vehicle shall also include a barrier insulation of Reflectix material for increased protection. STREETSIDE FRONT COMPARTMENT (#1): The compartment described above shall feature the following minimum dimensions: Clear Door Opening: Actual Dimension: 18.7" wide x 8�.6" high 21.4" wide x 83.6" high x 21.9" deep This compartment shall be accessed through a single hinged door meeting the standards for door construction, hinging, and latching outlined within this specification. The compartment shall house the vehicle's primary 02 cylinder and shall be vented to the outside in such a way as to prevent moisture from entering the compartment. Under no circumstances shall vents be installed within the comp,irtment door. The compartment itself shall be constructed as an individual box and welded into the body structural framing. The material used shall be .125" polished aluminum diamond plate that is continuously welded at all seams. The compartment shall include two strips of LED lights, one to either side of the compartment door, to provide lighting inside the compartment. STREETSIDE INTERMEDIATE COMPARTMENT (#2): The compartment described above shall feature the following minimum dimensions: Clear Door Opening Actoal Dimension: 51.71' wide x 39.8" high 55.4" wide x 43.0" high x 21.9" deep This compartment shall be accessed through double hinged doors meeting the standards for door construction, hinging, and latching outlined within this specification. A portion of this compartment shall house the vehicle's required onboard electrical components as specified for use on this vehicle. The remainder of the compartment shall be utilized for storage of miscellaneous items as required by this purchaser. This compartment shall be vented to the outside in such a way as to prevent moisture from entering the compartment. Under no circumstances shall vents be installed within the compartment door unless they are required for airflow to equipment installed within this compartment. The compartment itself shall be constructed as an individual box and welded into the body structural framing. The material used shall be 12511 polished aluminum diamond plate that is continuously welded at all seams. The compartment shall include two strips of LED lights, one to either side of the compartment door, to provide lighting inside the compartment. Page 13 of 54 nitt:blank Page 435 oij%io 1X2 FSA16-VEFI2O The compartment described above shall feature the following minimum dimensions: Clear Door Opening., 32" wide x 39.8" high ACtual Dimension: 37.4" wide x 43" high x 22" deep This compartment shall be accessed through double hinged doors meeting the standards for door construction, hinging, and latching outlined within this specification. This compartment shall be utilized for storage of miscellaneous items as required by this purchaser. This compartment shall be vented to the outside in such a way as to prevent -moisture from entering the compartment. Under no circumstances shall vents be installed within the compartment door, The compartment itself shall be constructed as an individual box and welded into the body structural framing. The material used shall be .125" polished aluminum diamond plate that is continuously welded at all seams, The compartment shall include two strips of LED lights, one to either side of the compartment door, to provide lighting inside the compartment. CURBSIDE REAR COMPARTMENT (#5): The compartment described above shall feature the following minimum dimension,: Clear Door Opening; 25" wide x 80.6" high Actual Dimension: 29.6" wide x 83.611 high x 22" deep This compartment shall be accessed through a single hinged door meeting the standards for door construction, hinging, and latching outlined within this specification. This compartment shall be utilized for storage of miscellaneous items as required by this purchaser. This compartment shall be vented to the outside in such a way as to prevent moisture from entering the compartment. Under no circumstances shall vents be installed within the compartment door. The compartment itself shall be constructed as an individual box and welded into the body structural framing. The material used shall be .1251 aluminum that is continuously welded at all seams. The compartment shall include two strips of LED lights, one to either side of the compartment door, to provide lighting inside the compartment. Page 14 of 54 =.-,-ut:blank Page 436 q/Rio Page 41 of I AMB UL SPECIFICATIONS FS.416-VEF12.0 CURBSIDE FRONT COMPARTMENT (#6): The compartment described above shall feature the following minimum dimensions; Clear Door Opening: 22.1" wide x 68" high Actual Dimension: 27.21' wide x 68" high x 28.51 deep This compartment shall be accessed through a single hinged doo�, meetiNg the standards for door construction, hinging, and latching outlined within this specification. This compartment shall also be accessible from the vehicle interior front wall area. This compartment shall be utilized for storage of purchaser -supplied jump kits and other miscellaneous items as required by this purchaser. The compartment itself shall be constructed as an individual box and welded into the body structural framing. The material used shall he .100" aluminum that is continuously welded at all seams. The compartment shall include two strips of LED lights, one to either side of the compartment door, to provide lighting inside the compartment. The compartment described above shall feature the following minimum dimensions; Clear Door Opening: 22.1" wide x 12.6" high Actual Dimension: 27.2" wide x 12.6" high x 21.9" deep This compartment shall be accessed through a single hinged door meeting the standards for door construction, hingi,­g, and latching outiined within this specification. Thi�7ompartment shall be utilized for storage of two vehicle batteries on a roll-out tray. This compartment shall be vented to the outside in such a way as to prevent moisture from entering the compartment. Under no circumstances shall vents be installed within the compartment door. This compartment shall be completely isolated from the vehicle interior. The compartment itself shall be constructed as an individual box and welded into the body structural framing. The material used shall be .125" polished aluminum diamond plate that is continuously welded at all seams. KKK -A-1822 CERTIFICATION LABEL: The vehicle shall have weight/payload, electrical load, and the current KKK -A-1822 certification stickers installed in the 02 compartment, Failure to provide these certification labels will be cause for rejection of the completed vehicle. Labels that are found to be falsified will also be cause for rejection of the completed vehicle. The pi�rchase the right to request documentation showing that all required testing has been completed at the time of the bid opening. Failure to provide this documentation, if requested, will result in the bid being rejected without further consideration. SPECIAL BODY REQUIREMENTS: The requirements set forth in the following section of this specification represent items and features that may not be offered as standard by the bidder. If the bidder is unable to furnish any items listed in this section, then that inab-ilitv must be listed and explained in the bidder's list of exceptions. Failure to do so will result in rejection of the bidder's proposal as being non-responsive, Page 15 of 54 Ou Ucblank Page 437 4IR110 Page 42 of I AMBULANCE SPECIFICATIONS FSA 16- VEF12.0 T h e cur 1`sidq ski r fcrward. of` _'.`.£e r we.] sha,'I r we rrp..,-ed x Jimches, Twc-> I'M d ' �, w hn e a 5 0 S L EDE 1"Ifflf 1,0vt""""i ti the s'die s d r lep ,,,ell -': patient'. co-.aipartment. 13nder n<:., sha-,]-l th-'s be bolting an add_ticnmii st-ep ,,e st,.ep The des-L,'an ts,,,,,k,,.-,h It'hat al', sieps are '11"h'C', typ f astener is prol".1117,dited SOUNDPROOFING: To insua-e qlood workirg condit].royIS' s"d '-0 -,stabie pat.'Lrent en,vironm.e,i'lt, tinc, vehicle S -hall be inannifaicturee.". witt, part.licvilar ;-=itte--.tic,,n pain. tc, sound contrl'Dl I The followincr proce-,,,,�,,s be ing ol"' tble veM 1� Undtarbody sls,al' cc,,mplotoiy spravcd witlh splrciy-,ir'-Lef late.- sa-und -ontrol 2, Body lnterioi -vvaiis, roofs interior compa-artmen-it walls shall be -m—flar"r '.""', -,ib -,ex sound contro"', c,..,-,,ating aved with & le .11a" 3. Tl,ie interiars all, a.,- ,edoors shall be spra,yed withspraynon, f !a --,ex c,,,,,)at11-H-11 The backs af all in,(,eriaL cabine--s shell be wrapped in antiphon material Door interiors ar"� to be i-inei with polvdamip �,,-,,xtensional dar"J"'in", -.,>MI ody he T.-stejwc,11 arca� Er..c �o Dauq.,,-,,-nq Pa',J 8. All a,"Is stgall be ir,5sulated ',".it'll,, 21' Te chir, icon i".-zSUlatJon, Headliners shal"' be ins,nlateall, -,,qith 2"' Tec-.,.1--,riccr,,, Polvfg, u;'r ar-�,,` zL,, ha, -r -'ter, 9. A .125 daizipisig padl, bairiel- s10- , 625' ,..,oTv,pD. 1,e f !(..-)or panel aridw ?c1l,edl betweer", 'un',ri 7.,"'£.-'_,» I �nstalled prior tc,of the vinvl f-oor I",. A chassis lt,,t,ned VI -Tech, izio,,,,-inti.,n!,g ,,hali a fix, ovJ."O'c' r. b-rat,'k,'m "eGL11,!-i0n an -d bor-ne noise aztenua,"L101), MODULE BODY HARDWARE: Th�,, follc)winq section l--'Lrs h4ardware thzft are tt,,.� be "O'll Page 16 of 54 -,--*:blank Page 438 qlp& Page 43 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 Tt rcay. mAule luras: ,,,,1y access., doors shall iniclude wiridows, The two rear doors shall feature fixed wilndows . Each c,,f 'these windrows I'i x 1 i - 11.-.1 - - 1 6 � 5 " h "' I w a,, -n d be, glze a-, ' and, tin, ed in accordaric4,-,,.� with F1,02SS. Vne windoms sl7all have dark rrJvacy glass. 7he wi.nelows, shall n-gcet E-MiVSS 5tandards, Nobe used, 'I'lle shall be enccased ill �XtlUCJC�-dl wiLamdnum framen. n,.o c a "'es wli st,y)e windlows ', -Aincows 1-'nat rely on rubbs:3r .La Pklt,tr,,, V"J'rkdows tbaol, �Jc,nc,,t, e-,at,j,--ided alumlm,,m,� �'rames, 1� windows tha,t do not ateet the above stiated mi`nimum dinmemsions be acceptab-le, WINDOW, CURBSIDE OF BODY ABOVE SQUAD BENCH: Ther�� I `tndow in t'ns, corbsiele or the body albove the squad ben,( -A- This wi-ndow shail ii-ifeasure 13.51111 x 34"w -,,nd 'hF 1 -1 1! 1. y-.,�iss . Th�-,.- winoJow sh"', ee- gl,,-;.Zing have, ciark privalcy L a! 1,31a,( -'d S � Nk) ri],m"le are to be us�-,�(J� 1"his s1nall be in an extrud,(.,-.,d alundnti.,m frame, Uorider .-n t'. circun,.stances will an RV style windola, a window that relies on a rubber -fir sket, a window that does not feature an da. La al-unmin"o'n-, framc,L', -Gr a ,,;-n,,Jow that dc,os not Lid cc,111:1, the above -tF ftecadinraen,sions be accf--'ptable. The side entry door shall have a sidiinq privacy window. The window shall ,m -711w and, shal], 1,,- ul,azQd and 'tinted ii,n iicc-ordance wit1h. ,sasuie 1E,,,5'1h x 1 FM'VSS. The window shall have dark priv,-�,�cy qj..,,,SS, Tlh�e window s1haii Bleet. F,.!.VSS gla:zinq, n t1-.an(,.1ards. No filln-,s ay., -e to 1)c� The-. wiiridcws shall be enc< sed in e-i<tr-,,.?,(J1.e-,,J frame1-Inder circumstano2es will RV style on riabber windows that d10 not feaLurs-- windows, w-,ndows the,.,, rely r, xxtruded. alumiromn frames, or.windows that do meet the ab-,,,,,)ve st.,ated be ;,-,.IcceptahA,-,,, DOOR HANDLES: The velrdcle. is tea incl ude Tr i-Marik,, f res-, "Elo. ting door handies , The hanc.iles shall ilnclt.ide a finish and alre to activate tile drnor lao'--ches lthrm.,,. glh t'r-se i,, -.,se of pre -streticlhted stain....10-.--.ss steel c,-,,a.Jcles, Latch',es ,,sing cables niade <,,,,f any other rr,,ater�al of that are not pi,,,-stre;tchro:1,, arc. not a.ceapt able,. The iriterJor door pane]s are zo b--1 th-ree P-ilece wi`th a removeable center allolwing access t10 the latc,,'i me,,hamisin f,,>r lubricativ�n ai,,d5 Vhe rr.anu f atct ur,,- r sh as 11 in st 11 eiter gency re lea se Is tch e sIn", t t io, hoticorr. of 1 -he intr '.eiccr. ol` rear . n ,: .-,- -y a door L.,,-,,tch fad-`Iure� The re'easc-,. knobs, are co FAC in the event of, t a t -e the rctary -it the top an,"I bottor,-i of ea<,,� cJk,- 'T'Ihi�,',,n,,)b.s, t,.,,) black -r--cund ball -type suLf�-:-ces for ease of grip, andl, non -intrusive q Page 17 of 54 Page 439 -?Ijo t�,�,--F/� Jt:blank u2 Page 44 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 Body mounts: This purchaser requires a mounting system that provides a stable and durable attachment of the module body to the chassis frame. To accomplish this requirement the following body attachment method shall be used: A minimum of (4) four Mounting platforms shall be attached along the outside'of each chassis frame rail for a total of (8) eight. Fach platform shall consist of (1) top plate of 375" thick steel and (2) sidQ reinforcement plates made of .25 steel. There shall be a .375" full backing plate where the mount attaches to the frame rail. The plates shall be welded along all seams with a heavy continuous weld. The body substructure shall include a 1" by 311 solid aluminum tie down bar welded to each sub structure cross member. To complete the body to chassis attachment, a tuned mounting system shall be used. The elastomer mount shall be custom -tuned to the specific chassis type for vibration reduction, structure borne noise attenuation and to provide low profile, low frequency isolation necessary for ideal patient compartment conditions. Standard chassis furnished mounting donuts will not meet thA requirements of this specification. The mount shall be attached to each platform by (2) .625 Grabolts with washers and locking nuts. The platform shall be attached to the chassis frame rail with a minumum of (3) .625" diameter Grade 8 bolts with washers and locking nuts. The fail safe elastamer isolation mount shall then attach to the aluminum body tie down bar with a .75" diameter Grade 8 bolt, a washer, and a locking nut. The mounting system must have been subjected to a documented flygee dynamic frontal impact test of at least 30 GIs to verify the integrity of the mounting system in the event of a serious accident. No exceptions to this requirement are permissible. SPLASH SHIELDS: Stainless steel splash shields are to be installed on the lower front face of the module body just aft of the cab access doors. These shields are to have a #8 mirror finish and shall match the height of the diamond plate corners guards that are to wrap around the lower corner posts on the side of the body. STAINLESS STEEL FENDERS: Polished stainless steel fender flares shall be installed above each wheel well opening. The mounting of these flares shall provide for no contact between the stainless steel fender, fasteners, and the aluminum body skin. This is done to eliminate any contact between dissimilar metals and the electrolysis that may result. RUB RAILS: Polishedstainless lower body rub rails shall be i ' nstalled on ead ch si of the module body. Each rail shall be securely installed yet simple t remove and replace in the event of damage. Each rail is to be a three piece assembly to include a channel style rub rail and two removable e caps. These rails are to have a #8 mirror finish. Rubber rub rails are not acceptable to this purchaser. I Page 18 of 54 out:blank Page 440 q/R& Page 45 of I AMBUL4NCE SPECIFICATIONS FSA16-VEF12.0 Cast Products "Grabber" style rear door hold -open devices shall be installed to maintain the rear access doors in the 'open' position, One loop shail be installed on each door, and the appropriate socket shall be installed on the body. These devices are to be chrome finish in lieu of Cast Products' standard finish. ELECTRIC LOCKS, COMPARTMENT DOORS: Power activated door locks shall be installed on all exterior compartment doors. Locks shall be activated by switches located at each patient area access door and in the front radio console. Each lock may be individually overridden by the use of a key. A separate lock switch will be located in the front radio console if option DL48DOOO (wired to OEM locks) is not selected. ELECTRIC LOCKS, ACCESS DOORS: Power activated door locks shall be installed on patient area access toors. Locks shall be activated by switcheed at each patient area Rccess door. Locks may be overridden by a manual slide lever -r by the toor key. A separate lock switch will be located in the front radio console if option DL48DOOO (wired to OEM locks) is not selected. 0 Eo] � figul The power door locks specified above are to be wired to the O.E.M. chassis door lock switches. REFLECTORS ON ENTRY DOORS: Red reflectors shall be installed �n the inside o,,, the patient area doors. DOOR REFLECTION: Red Scotchlite strips, 2" x 12", shall be installed horizontally across the top of each entry door. This material is in addition to the reflectors listed above. MATEFLEX IN EXTERIOR COMPARTMENTS: Mateflex material shall be cut to size and installed on the bottoms of all exterior compartments and shelves. RUBBER -COVERED WALLS IN BACKBOARD COMPARTMENT: The walls of the backboard compartment shall be covered with -.1f adhesive textured rubber matting to protect the walls and the equipment stored in this area from any damage. Color: Gray .Page 19 of 54 tblank Page 441 1,., FSAI6-VEF12.0 4-11 H, k0-11 M 0611 d.11 I a ILl lei A paint process is required that provides the highest possible glos�� S well as superior color and luster retention characteristics. In addition, the paovide a hiR - t ected life of the vehicle and its heavy-duty cycle, must resist chipping. The final paint application shall be free of material application imperfections such as orange peel, streaking, or a dull finish. Once painted, the vehicle shall be inspected under a black light to bring any small imperfections, not seen with the naked eye, to attention. Any such imperfections shall be repaired prior to the conclusion of the paint inspection process. The final application shall provide a high gloss on all body surfaces including the roof and excluding the underside,, [Uzi 4XVA 061 J1 To produce an acceptable paint finish, the following paint process must be used: All body doors and hardware must be removed prior to any wash, prime, or final paint application. All material impurities and oils must be removed from the bare aluminum body. The entire module body, excluding the underside, will have all visible welds ground down and all material imperfections filled, The entire body, including the compartment doors, must be finished with a DA. It is also required that all door jamb areas be sanded to insure that no areas are missed with the DA process mentioned above. All holes (e.g. for hinge mounting, eto.) shall be plugged at this stage to prevent any cleaning agents from entering the module body framework. The body shall be prepared for paint by spraying with a high strength detergent followed by a water rinse. Next the body and compartment doors are to be sprayed with a phosphoric acid -based cleaner to remove dirt and oil and to etch the body for superior paint adhesion. The application of the acid -based cleaner shall be followed with a water rinse- Next, a conversion coating shall be applied to the body to enhance paint adhesion and to prevent corrosion. The body shall be rinsed with de -ionized water to prevent salts from accumulating on the surface. The body will, then, be baked dry prior to the application of Sikkens sealer/primer. Again, all module doors, though handled separately from the body, shall undergo the same process as described above. PAINT: immediatelv after application of the sealer/primer the manufacturer shall apply a finish color coat of Sikkens BTLV 650 paint. The color coat is to be immediately followed by a clear coat. Once all coats are applied the unit is to be baked dry. This base coat/clear coat 'wet on wet' process is required over any other 1�roposed process. Processes not meeting these specific requirements must be explained thoroughly within the bid. POST -PAINT PROCESS: Following the drying of all paint coats the unit is to be thoroughly inspected as noted above. The unit is to be polished and any blemishes repaired. All paint lines must be sanded and cleaned. Page 20 of 54 -blank Page 442 ly/ R 0 n &= Page 47 of I 111BULANCESPECIFICATIONS FSA16-VEF12.0 PAINT MANUFACTURER'S INSPECTIONS: The manufacturer shall maintain an outside paint audit system. As part of that audit the paint manufacturer shall regularly receive and test sample pF int panels that are painted alongwith module bodies. The paint manufacturer shall also provide regular onsite inspections of the vehicle manufacturers paint proc"s4s to assure a consistent level of quality. Audit reports from these inspections shall be provided to managementi, ADDITIONAL CORROSION PREVENTION MEASURES: All locations where fasteners penetrate the outer skin of the module body shall be coated with ECK anti -corrosion agent. In addition, all fasteners that penetrate the outer skin of the module bodv shall be treated with an anti -corrosion agent to assure the maximiam protection against vehicle corrosion and electrolysis. NON-METALLIC HOLE INSERTS: All locations where light heads and fenders attach to the aluminum body shall utilize threaded Nylon inserts to isolate the fasteners from the aluminum module body skin and structure. This practice, along with the other measures described above, shall act to minimize the threat of e ectrolysis. PAINT WARRANTY: The paint warranty provided by the converter must meet all warranty standards as set forth elsewhere within this specification. Bidder must submit a manufacturer's paint warranty certificate with the bid, Failure to do so will result in automatic rejection of the bidder's propl­11. CHASSIS PAINT COLOR: The OEM chassis manufacturer's bright white paint shall be ordered on the chassis, BODY PAINT COLOR: The final paint application to the vehicle body shall be made with Sikkens Autocrvl acrylic urethane paint. Color: White Vumber: F1XDA0A CABINET DOORS, PLEXIGLAS, HANDLES AND HARDWARE: Information relative to interior door materials, handl7.,,., and hardware is provided below: HANDLES FOR PLEXIGLAS DOORS: All interior sliding Plexglas doors ad pul_ . - Page 21 of 54 outblank Page 443 q/Rlio Page 48 of I AMBULANCE SPECIFICATIONS FSA1&VEF12.0 The hinged doors within the patient compartment are to utilize Southco Stainless Steel flush -style latches as noted below. These latches shall feature recessed pull ring style handles. The latches shall be both positive (mechanical latching) and passive (latches automatically). I a 11= PLEXIGLAS COLOR: werzz"* 13%M4 STAINLESS STEEL COUNTERTOP: The patient area comntertop(s) shall be constructed of stainless steel. The countertaps shall be pan -formed and shall incorporate a I" retention lip around the perimeter of the material. Areas where the stainless steel material meets the vehicle walls shall be sealed to eliminate sedms. The front lip on the countertop shall be protected with grip -lock material. INHALATION PANEL: To prevent contamination of the inhalation panel the panel shall be fabricated using no wood or wood based products. The material used shall be an aluminum composite material. This material shall not absorb liquids and shall not attract bacteria, molds or fungi. The material is to be covered with Formica material in a color matching that required within this document. INTERIOR COLORS, UPHOLSTERY AND SEATING: The patient area interior design is specified below: INTERIOR COLOR SCHEME: The following materials/colors shall be installed in the vehicle interior: Floor: LONCOIN BLACK ONYX Risers: WILSONART BLACK (option) STAINLESS Walls: WILSONART FASHION GRAY (option) SILVER METALLIC CG TECH Cabinets: FASHION GRAY PAINT Upholstery: GREYSTONE Countertop: STAINLESS STEEL (option) LG - NE PI Accent Stripe: WILSONART FASHION GREY INTERIOR STORAGE AREAS: All interior storage cabinets, including the interior of the squad bench, shall be painted for ease of cleaning. Under no circumstances shall carpet be used within these storage cabinets as it is impossible to decontaminate- The paint color is listed within the "Interior Color" section of this specification. The paint shall be treated with an antimicrobial agent. Page 22 of 54 mutblank Page 444 ?!/R& Page 49 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 19&1A;1_1 The interior of this vehicle shall be constructed without the use of wood or wood -based products. The risers shall be constructed of a reinforced tructural composite consisting of a high density polypropylene core laminated between two layers of .024" aluminum skin. The composite shall then be covered by a Formica laminate to match the interior of the vehicle. The finished riser panels shall be impervious to water or other forms of moisture and must be guaranteed against rotting or decomposition. Formica laminate will not be installed on the risers if stainless steel riser options are selected. ATTENDANT SEAT: An attendant's seat base shall be fabricated from aluminum and shall be installed in a position at the head of the cot. The base shall house the vehicle's heat/AC unit as descri.- •. . epeifiation. The material shall be perforated to promote airflow to the unit. A USSC bucket type seat shall be installed on the seat base in the rear -facing position. The seat shall be upholstered to match the vehicle interior, and shall be capable of adjustment from front to rear and is to include an integral child safety seat. Under NO circumstances shall this installed in any manner that allows it to swivel due to the lack illf stability and weaker structural characteristics inherent in such designs. The seat shall include an integral 4pt seatbelt as described under the "seatbelt" section of these specifications. Each seating position shall include a 4pt seat belt. Each belt shall include a 4 retractor system to allow all four belts to be fully retractable. Each belt shall also include quick one click design to ease their use. The belt at each position is to be outfitted with a removeable vest designed to guide the belt into the proper position, prevent the 6uckle from moving up or down and side to side, and offer better support -- and comfort to the seat occupant. ALUMINUM INTERIOR CABINETS, STREET SIDE: This specification requires an all aluminum modular cabinet design. Aluminum, a minimum of .063" thickness, is required over wooden cabinetry due to its lighter weight, greater durability, and the ease with which it can be decontaminated. The main cabinet wall shall be of modular construction. All individual cabinets shall be of welded construction. To insure the safety of patients and attendants in the rear of the vehicle, the main cabinet wall installation shall have been tested to a minimum frontal impact of 30 G's per the requirements of the Safety Certification section of this specification. The main cabinet wall may nt be constructed of any wood or wood product. Wooden cabinctry can warp, expand, contract, splinter, separate, or crack. Wood will also harbor bloodborne pathogens whereas aluminum can be easily cleaned. Aluminum will remain stable and securely mounted (no fibers to compress) over many years and miles of continuous service. For these reasons, wooden cabinets, even when laminated with another material, will not be acceptable. Bids received that utilize any material other than that which is specified above will be considered non-responsive and will be rejected wi W 0 1 It—f u -r -t• Page 23 of 54 outblank Page 445 qly?,60 Page 50 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 CABINET TRIM: The interior of the ambulance module shall have radius corner extrusions. The radius shall be a minimum of one and a half inches. The radius trim shall also include a removable cap that can be field replaced if damage occurs, (No Exception) INTERIOR CABINETRY, STREET SIDE All of the aluminum cabinetry within the vehicle shall be of welded construction. Methods of cabinet construction that utilize rivets or adhesives of any type will not be considered, ALUMINUM CABINET WARRANTY: The all aluminum cabinet construction, as described within this section, shall be warranted against any structural defects for a period of time not less than 30 years. This warranty shall be stated within the manufacturer's structural warranty document, and shall not be subject to any mileage limitations. CABINET BEHIND ATTENDANT SEAT: A vertical storage cabinet shall be located behind the ttl�d,�t s at The upper storage area shall house the primary electrical distribution area. The lower section shall be used for miscellaneous storage. The left and right cabinet walls shall be fitted with Unistrut shelf track for an aluminum adjustable shelf. Each area shall be accessed through hinged doors. The electrical distribution area shall include a Southco key lock/latching device. The entire cabinet shall be fabricated from aluminum. The interior of the cabinet shall be painted and trimmed as described in the cabinet construction section of the specification. Number of Doors: Number of Shelves (Adjustable) Number of Shelves (Fixed): INTERIOR OCCUPANT PROTECTION: 2 (including Electrical Cabinet) 2 1 For the safety of the attendants working in the patient area, the vehicle shall be equipped with an interior occupant protection system incorporating an emergency inflatable airbag system at both the attendant and the CPR seat locations. In the event of a side impact rollover collision, the bags shall be triggered by an electronic sensor to inflate and protect the occupants against severe head strikes typical of such collisions. F2101:3019 1 . fi-;hT9)[tZVW@] The attendant seat location shall be protected by an inflatable head cushion technology as well as a unique inflatable tubular system to prevent the attendant from impinging into the danger zones of the inhalation area. CPR SEAT PROTECTION: The CPR seat location shall be protected by a combination of an inflatable tubular system at the forward side to protect against entry into the inhalation area as well as a system of progressive resistance head protection cushions. Page 24 of 54 out:blank Page 446 q/R& Page 51 of I AMBULANCE SPECIFICATIONS FSAI&VEF12.0 All airbag seating locations shall have been tested with a variety of occupant sizes. Those tests shall include Bybrid III fully instrumented test mannequins including 5% child (115 lbs.), 50% female (163 lbs.), and 95t male (195 lbs.). Testing shall have included at least fourteen (14) fully instrumented destructive dynamic roll crashes and an additional six (6) side impact destructive crashes. Roll crash testing shall be performed at 17-19G's while side impacts shall be approximately 27G's. CERTIFICATIONS: The vehicle must have been certified as compliant to standards ECE R2 SAE J2420, and SAE J2422. The bidder must show evidence that their service facility is trained and certified to service or to replace tb airbags should the need arise. Such certification shall be attached t the proposal (NO EXCEPTIONS). I STREET SIDE CABINET WALL: The street side main cabinet wall shall be construll,tg�d from aluminum as described above. Each cabinet within thc1binet wall shall be designed and constructed as an individual welded aluminum box. Each box shall be insulated and soundproofed. The boxes shall then be bolted together to form the main cabinet wall. This design will allow for future modifications to the cabinetry should equipment storage requirements be updated. The cabinet wall assembly shall be further insulated against noise and temperature extremes. The entire assembly shall be bolted to the module body structure. Cabinets that are welded or otherwise permanently affixed to the module body structure will be unacceptable. Such permanent installation methods limit the ability to make design updates at a later time. They also increase the time and cost involved with regard to remounting the body onto a new chassis should that occasion ever arise. Likewise, cabinets mounted with the use of either rivets or adhesives of any kind will not be considered without exception. STREET SIDE CABINET WALL: The street side main cabinet wall shall be constructed from aluminum as described above. Each cabinet within the cabinet wall shall be designed and constructed as an individual welded aluminum box. Each box shall be insulated and soundproofed. The boxes shall then be bolted together to form the -main cabinet wall. This design will allow for future modifications to the cabinetry should equipment storage requirements be updated. The cabinet wall assembly shall be further insulated against noise and temperature extremes. The entir-.' ;'�sembly shall be bolted to the module body structure. Cabinets that are welded or otherwise 1,yermanently aftixed to the module body structure will be unacceptable. Such permanent installation methods limit the ability to make design updates at a later time. They also increase the time and cost involved with regard to remounting the body onto a new chassis should that ,#ccasion ever arise. Likewise, cabinets mounted with the use of either rivets or adhesives of any kind will not be considered without exception, -abinet wall design: See Drawings Page 25 of 54 ,n,un:blank Page 447 ly/ Ro Page 52 of I A MB ULANCE SPECIFICATIONS FSA16-VEF1ZO CABINET SHELVING: All interior cabinet shelves shall be fabyicated from aluminum. The shelves shall utilize wini Unistrutadjustable shelf track. Quanticy., Locate; TESTING AND STRUCTURAL INTEGRITY: The cabiner wall design and construction methods described within thiB specificaLion shall have been subjected to Hygee sled LesLing as described within the "Safety Certification" section of this document. This testing shall have been performed to a minimum of 3C GIs. This testing is in addition to all other testing, whether mandated or MunLary, that has been performed. The cabinet wall shall not be, in any way, responsible Eor any portion of the module body's structural integriLy. Howevey, the cabinet wall, as well as the nu,Lhads and materials used to attach the wall to the vehicle, must be structurally sound in the unlikely event that this vehicle is involved in an accident This tcsting is requized as an added nosumaInce that the vehicle interior is crash -stable and safe fox all vehicle occupants. Proposals that include cabinet wall designs that have not bean subjected tc this testing will be rejected on the basis of being non-responsive. TESTING AND STRUCTURAL INTEGRITY: The cabinet wall csiqn and construction methods described within rhO specification shall have been subjected tu Hygee sled testing as described within the "Safety Ceitification" section of WE document, This testing shall have been perforand to a minimum of 30 G's. This testing is in addition to all other testing, whether mandated oil' voluntary, that has been performed. The cabinet wall shall not be, in any way, respunoible for any portion of the module body's structural integrity. However, the cabinet wall, as well as the methods and materials used to attach the wall to the vehicle, must be structurally sound in the unlikely event that Me vehicle is involved in an accident. This tesLing is requiyed as an added assurance that the vehicle interior is crash -stable and safe for all vehicle occupants. Proposals that include cabinet wall designs that have not been subjected to this testing will be rejected on the basis of being non-yesponsive. CPR SEAT HEAD PROTECTION: The progressive resistance head protection cushions shaiincorporate layers of foam of increasing deksities. Should a head strike occur, then the increasing density of the cushion as the impact progresses shall lessen the likelihood that the head will reach the aluminum cabinet, material behind the cushions. It should he noted that standard sing! ­ density foam cushions will not meet the requirements of this section. The bidder must have perforned both actual inpact tests as a,,s:!! an computer simulations in order to test the efficacy of this material in reducing head strike in, tcnsities Lu a survivable rate, Page 26 of 54 oi-mblank Page 448f 5PROO Page 53 of I AMBULANCE SPECIFICATIONS FSAI$-VEF12.0 The street side cabinet(s) listed below shall feature sliding Plexiglas doors that hinge upward for cleaning and restocking of the cabinet in addition to the normal sliding mode of operation. The extruded door fram�_- shall be installed at the top with a full length piano hinge. This will allow the entire frame to flip upwards providing complete access to the cabinet. The door and frame shall be held in the "up" position with two gas -charged cylinders, and in the down position with two sliding dead bolt type latches. The remainder of the door construction shall adhere to the appropriate section of this specification. CPR SEAT STORAGE: The CPR seat cushion shall be hinged upward to allow for access to the area beneath it. This area shall provide miscellaneous storage. The storage area shall be fabricated with aluminum diamond plate and shall be as 1�rge as is possible given the location of the exterior compartmentation and wheel house. RECESSED PADDLE LATCH FOR LIFT UP CPR CUSHION A recessed paddle latch will be installed in the cabin��t riser to provide access to the CPR seat storage area. SHARPESIWASTE DISPOSAL: A sharps/waste disposal area shall be installed in a recessed area, fabricated from aluminum, in the inhalation counter top. The lid for this area shall include a spring-loaded hinged -down door through which access will be made to the waste container. The neck of the sharps container will protrude through the top surface of the lid for sharps disposal access. The hinged aluminum lid will provide access to both containers for removal and replacement. INTERIOR CABINETS, CURB SIDE: All of the cabinets located within this section shall meet the same standards for construction, design, materials, and testing as designated in the previous section. Failure of the bidder to provide cabinets meeting these criteria shall be grounds for rejection of the bid as being non-responsive. SQUAD BENCH STORAGE: A storage area, fabricated from .125" 5052-H32 aluminum, shall be installed beneath the squad bench cushions. This storage area shall be painted and trimmed per the cabinet construction section of this specification. Access to this area shall be gained by raising the bench cushion. This area shall be as large _s possible given the presence of the wheelhouse directly beneath this area. Note that storage areas made of wood, whether or not they are laminated or otherwise covered with another material, will not be acceptable. Page 27 of 54 v :blank Page 449f 9YR50 Page 54 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 There shall be a barrier constructed at thehead of the squad bench that will provide a 19" high restraint which, when working in conjunction with the above three point belt system will assist in securing the occupant the event of a rollover collisiox,, BENCH HOLD OPEN: 241b. Gas piston style hold -open devices shall be installed on the flip up squad bench cushion. These devices will provide for smooth and simple operation. For that reason substitute hold -open devices, such as ratchet style devices, will not be acceptable. BENCH HOLD DOWN: Paddle style latches shall be installed on each flip -up bench cushion to hold the cushions in the 'closed' position. The operation of these latches shall be passive and shall required intentional unlatching in order to raise the squad bench cushion. Each latch is to be flush mounted in the face of the squad bench riser. E*J111U 011• An aluminum angled trim piece shall be irl ' stalled along the bottom edge of each bench cushion. Each piece shall be bent to follow the contour of each cushion on the horizontal plane. These trim pieces shall provide added protection for the upholstery against extensive wear. BENCH BACKREST: A full backrest cushion shall be installed on the wall over the squad bench. The cushion is to extend the full width of the squad bench and shall be trimmed to match the interior of the vehicle. The upholstery shall be as described in the upholstery section of this document. SHARPES/WASTE DISPOSAL: An aluminum drawer shall be installed in the face of the squad bench p the instructions listed below. This drawer will house a sharps/waste disposal location. Both the sharps and the waste containers shall be easily removable from the drawer. The drawer will include a Southco latching device to hold it in the 'closed' position. I "0431M BENCH CEILING CABINET: A cabinet shall be installed at ceiling level ok­r the full length of the squad bench. This cabinet is to be fabricated from .063" 5052-B32 welded aluminum. The interior of the cabinet shall be painted per the cabinet construction description listed elsewhere within this specification, The cabinet is to be accessed through hinged Plexiglas doors that are held in the 'open' position by gas piston hold -open devices. This cabinet is to loe a maximum of 9" H to allow enough clearance between the bottom of th6mm cabinet and the top of the seat below to meet KKK -F requirements. Page 28 of 94 otmblank Page 4505 f R10 Page 55 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 ALUMINUM INTERIOR CABINETS, FORWARD WALL: Like all other cabinets in the patient area that are to be fabricated and installed by the manufacturer, the cabinets on the forward wall are to be fabricated from aluminum as dictated in the appropriate section above. Again, failure of the bidder to meet the criteria established within this specification with regard to cabinet design, construction, materials, and testing will be cause for rejection of the bid as being non-responsive, FRONT WALL CABINET: A cabinet shall be provided on the front wall of the patient area just inside the side access door. This cabinet shall run from floor to ceiling and shall be fabricated from .12511 welded aluminum. The cabinet shall be anchored at both the top and bottom for stability. This stability must have been tested through a Hygee sled test of at least 3Dg's. Under no circumstances shall this cabinet be welded to any module body structural member. This storage area shall be used to house purchaser supplied bagged equipment and supplies. Finish Material: texture painted surface Color: per interior color scheme section Shelf Quantity: 3 (.125" thick material) Shelf Type: I fixed, 2 adjustable Shelf Liner: lubber matting FRONT WALL CABINET HINGED DOORS: Access to the front wall cabinet, as described above, shall be provided per the description below. Door Typ.,.: Hinged Plexiglas Quantity- 4 (Equal size) Locate: Front wall cabinet Latch Style: Southco Note: The hinges on the front wall cabinet shall be polished stainless steel stamped from Grade 304 stainless steel to prevent corrosion. WALKTHROUGH PARTITION DOOR: A hinged partition door shall be provided between the cab and the patient area. The door shall be constructed of high density urethane internally reinforced with layers or continuous strand and woven roving fiberglass. The door shall be impervious to moisture and shall be trimmed on both sides with a Formica laminate and shall be protected on all edges with aluminum trim that is screwed into place. The door shall fit into a recessed pocket when in the stored position. The recess shall be installed an the left side outer surface of the front wall cabinet facing the walkthrough. This recess will allow the door to be stored without any of the corners or edges protruding out into the walkway. The door shall include a fixed window that measures 11.511 in height by 13" in width. The door shall latch securely in bod positions. The design of this door shall not include the use of rivets without exception. Page 29 of 54 c....,itblank Page 451 5A��o The following section addresses interior accessories and trim features, All installation locations, as noted below, shall be strictly adhered to by the bidder. The items in this section will direculy influeime the quality of care given to the patient, as well as the safety of the attendants. For these reasons the installation locations listed below rmst be met without exception, IV HOOKS: Perko IV hangers shall be installed per the instiuctioLs listed tQlow. Quawity� Tncate� IV HOOKS: Cast Pru&wts recessed swing -down 1V hangers shall be installed per tht-, inaLructions listed below. These hangers, are to be near flush mounted into the patient area ceiling cc reduce their interference with the walkway when not in use. The arms nf each hanger shall be rubberized so as to reduce the possibility of injury that may occur if contact is made with them. This style W hanger shall be sufficient to mect Federal KH.; 1822-0 Quantitv' Locate- Mid body over squad beach, Locate, Mid body w -r cut Locate: ANTI -MICROBIAL COATED COT CEILING GRAB RAIL: A grab tail shall be installed in the ceiling as noced below. This raiL in to be constructed of stainless Ueel. integral stanchions shdll be welded into place at fixed points alonq the length of the rail for attachment to the ceiling. 7he rail snail attach Lhrcuqh aluminumt mounting plates that are welded to the module roof structure for strength and durability. Because contami9ation occurs most often as a result of contact, this Ecature MUSL be treated with an anti -microbial agent consisting of an inorganic ceramic coating embedded with silver ions, This cuating shall be uff'ecUve against a broad range uf micycbes including bacteria, maids, algae and fungi. Split Rails For Cut: Two 2' sections Locate: Each side W CPR seat oveK cot 01.1,11 Single Rail For Cot: A single 61 rail Locare: Over Page 30 of 54 R� o okwblank Page 452 QYJ Page 57 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 ANTI -MICROBIAL COATED BENCH CEILING GRAB RAIL: A grab rail shall be installed in the ceiling as noted below. This rail is to be constructed of stainless steel. Integral stanchions shall be welded into place at fixed points along the length of the rail for attachment to the ceiling. The rail shall attach through aluminum mounting plates that are welded to the module roof structure for strength and durability. Because contamination occurs most often as a result of contact, this feature must be treated with an anti -microbial agent consisting of an inorganic ceramic coating embedded with silver ions. This coating shall be effective against a broad range of microbes including bacteria, molds, algae and fungi. Size: 6 Locate: PATIENT AREA DOOR GRAB RAILS: Angled door handles shall be installed on the interior door panels of each access door. The handles shall be one-piece and shall be constructed of stainless steel. The handles shall feat%pr_ smooth radius corners and flange mounts at each attachment point. Because contamination occurs most often as a result of contact, this feature must be treated with an anti -microbial agent consisting of an inorganic ceramic coating embedded with -silver ions. This coating shall be effective against a broad range of microbes including bacteria, molds, algae and fungi. COVE MOLDING: A radius cove molding shall be installed at all areas of the floor that ­,:-�y have seams. PROTECTIVE EDGE TRIM: The 90 degree edges of the squad bench, the attendant seat riser, and the front wall cabinet shall be protected by a chamfered trim angle, 10L*q U14 The patient area ceiling shall be constructed of a bright white Alcopla aluminum composite material consisting of a polyethylene core laminated between two sheets of coated aluminum. The headliner shall be smooth, impervious to moisture, easy to clean and durable. It shall have the same rate of expansion and contraction as the aluminum body. Headliner that is padded or upholstered in any way will not be considered, nor will any headliner made of wood or wood products due to the lower degree of durability and the risk of contamination inherent in such materials. Plastic, fiberglass or ABS headliner material is not acceptable due to the cracking commonly causing by the differing rates of expansion. Lastly, the headliner material shall be treated with an antimicrobial agent. The bidder, at the request of the purchaser, may be required to submit proof of the application along with a detailed description of the agent used and the types of organisms that it effects. Page 31 of 54 ourblank Page 453 5/0�0 Page 58 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 FIRE EXTINGUISHER: Two (2) 5# ABC fire extinguishers, with mounting brackets, shall be supplied on the completed vehicle per the notations below. Quantity: Note: Ship Loose Locate: Locate: COT MOUNTS AND ACCESSORIES: The following cot mounting hardware shall be installed per the instructions listed below. The installation shall meet the hardware manufacturer's installation guidelines. In addition, the installation pprocess shall have been subjected to Hygee sled testi.Tiq as outlined — elsewhere within this document. Does your installation meet the sled testing requirements? COT MOUNT: One (1) Ferno Washington Stat Trac cot mount system shall be install"d per the instructions and recommendations of the hardware manufacturer. The cot mount installation must meet all requirements for cot retention as set forth in the current federal specification. LIGHTBARS: Lightbar information, as may be required, is noted below: FRONT LIGHTBAR FOR 96" BODY: The lightbar specified below shall be installed per the lightbar mounting instructions that follow. This lightbar shall be a maximum of 86" wide for installation with a 9611 wide body. FRONT LIGHT BAR: The light bar, as described below, shall be provided per the information listed below. Installation of this light bar on the vehicle shall follow the instructions given under the "Light Bar Mounting" section of this specification. Model-, WHELEN 55" FREEDOM BAR Configure: RRWRWWRWRR ELECTRICAL EMERGENCY VISUAL WARNING SYSTEMS: Warning lights are to be installed per the following instructions: M Series control wire The unit shall include a control wire designed to allow for changing the flash patterns on the specified M Series lighting, Page 32 of 54 Page 454o/Rf R -A lo FSA1&VEF12.0 ! ffl:r-11 Big M 01 MOF&U01' The vehicle headlights shall alternately flash through the ac t!77 t!#:v:h hs the appropriate switch on the cab control console. This featvr accomplished through a solid state flashing device that is a part of t primary electrical control board. I A programmable phase control shall be built into the system board to allow alteration of the light flashing sequence. The flash pattern must be capable of being switched from an alternating pattern to a pulsating pattern. The phase of "on" time can be programmed to flash when desired for an effective light pattern. For instance: If the left grill light Is flashing "on", the right flashing headlight is desired to be "on". Different flash patterns may be achieved through programming. L.E.D. LIGHTING: Whelen M7 Series red L.E.D. lighting shall be installed per the quantity and location requirements listed below. All lighting is to include tht. optional chrome flange. Location: (1) EACH CHASSIS FENDER AS INTERSECTION Lens color: CLEAR Whelen M9 Series amber L.E.D. lighting shall be installed per the quantity and location requirements listed below. All lighting is to include the optional chrome flange. Location: CENTERED ABOVE REAR ENTRY DOORS Lens color; CLEAR L.E.D. LIGHTING: Whelen M9 Series red L.E.D. lighting shall be installed per the quantity and location requirements listed below. All lighting is to include the optional chrome flange. Location: (2) STREETSIDE (2) CURBSIDE (2) FRONT FACE OF BODY (2) REAR FACE OF BODY, (2) REAR FACE OF BO? =Y, Lens color: CLEAR L.E.D. LIGHTING: Whelen M6 Series red L.E.D. lighting shall. be in,-,t:ill-d per the quantity and location requirements listed belw. All lighting is to include the optional chrome fl,nge. Location: ABOVE EACH REAR WHEEL WELL Lens color: CLTDIR Page 33 of 54 Page 455 out:blank SRO FSA16-VEF120 L.E.D. LIGHTING: Whelen M9 Series white L.E.D. lighting shall be installed per the quantity and location requirements listed below. All lighting is to include the optional chrome flange. AUDIBLE EMERGENCY WARNING SYSTEMS: The following audible emergency warning features shall be installed on the vehicle: AIR HORNS: One pair of 2511 Grover Stuttertone air horns shall be installed and activated per the information provided below by the chassis O.E.M- Trumpet Location: One on each side of the hood Switch Location: Steering wheel and passenger's side of dash FOOT SWITCH AIR HORN ACTIVATION: A foot switch shall be installed as noted to below t, activate the airhorspe-ified above. Rrolw.� SIREN: The vehicle manufacturer shall supply and install a Whelen 295SLSAI siren as noted below. Siren Location: Cab Radio Console Quantity: 1 SIREN INSTALLATION: The electronic siren specified above shall be installed in the designated location and wired for operation through the speakers noted below. SIREN SPEAKERS: Cast Products #SA3805 speakers shall be installed on the chassis per the instructions listed below. The speakers shall be wired for operation through the siren listed above. Quantity: 2 Locate: Bumper mounted SIREN SPEAKER INSTALLATION: The siren speakers specified above shall be bump,.r mounted and wired for operation. LIGHTING: Page 34 0f 54 cy-utblank Page 456 0j/ R/i 0 Page 61 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 One Whelen M6 Series L.E.D. light with a red lens and a chrome flange shall be installed on each side of the vehicle towards the rear of the body. These lights shall function as both running lights and turn signals. EXTERIOR COMPARTMENT LIGHTING: The compartment lighting for the exterior consist of LED lighting strips. Strips of on each side of the compartment opening o and shall direct the light back into the shall fit securely into clips installed i shall be semi rigid. Please note that rop alternative to this requirement. ICC MARKER LIGHTS: =compartments noted above shall LED lights shall be installed n the de of the door jamb compartment. These light strips * this location. These strips * lighting is not an acceptable The required ICC marker lights for this vehicle are to be LED- Bidder should note that some lightbars have ICC lights already installed. in that case those lights shall be installed in lieu of the lights described here unless denoted within this document. M9 SERIES LED SCENE LIGHT: Whelen M9 Series LED Scene Lights shall be installed in the quantity and locations noted below. Each light shall include the optional chrome flange. These lights shall be activated by right and left side switches located within the front electrical control console. Additional means of activation, if -,y, are listed in the electrical section of these specifications. Quantity: Locate: TAIL LIGHTS: Whelen M6 Series L.E.D. tail/brake, back-up, and turn signal lights shall be installed on the rear of the module body per the instructions listed below. All six of these lighting assemblies shall include the optional chrome flange. The tail/brake and turn signals shall be L.E.D. style lights. The back-up light shall be halogen. RMPAW The vehicle electrical system i.� �xtremely important to this purchaser. The requirements for the onboard electrical system are noted in detail below. The bidder's electrical system, should it deviate in any way from that which is specified, shall be explained in great detail. This explanation shall present facts relative to the bidder's system only. The bidder shall not draw any comparisons between the electrical system being offered, and the system being specified. Any comparisons or decisions regarding one system ver3us another will be made solely bv the purchaser and shall be based entirely on the written description as provided by the bidder at the time the proposal is submitted. All decisions made by the purchaser as to the merits of one system over another will be final and will not be subject to discussion, either verbal or written, at any point. Page 35 of 54 oputblank Page 457 1/ R/I 0 Page 62 of I AMBULANCE SPECIFICATIONS FSAI&VEF12.0 The electrical control system must meet all current ambulance design standards to include, KKK 1822, NFPA 1917 and AMD. A system is desired that is easy -to use, simple in design and allows electrical problem diagnosis and repair time to be minimized, The electrical syste, - . meration. Finally, the system must be designed so that the probabilit of experiencing dead batteries, shorted electrical components and engaging in lengthy troubleshooting procedures will be reduced. In som cases the electrical output provided by the chassis charging system car be marginal and under certain circumstances the electrical load can exceed the alternator output. In addition, some electrical systems hav not provided proper circu-it protection and at times have not provided adequate wiring for the load. To address the above objectives, the following minimum electrical system design is required: I CONVERTER ADDED CHASSIS CHARGING ENHANCEMENT: The basic design for the chassis electrical output system must include equipment that provides adequate electrical needs to operate the vehicle's electrical components. In addition, a system is desired that continually monitors the chassis voltage and amperage outputs. The end result of the desired electrical output system is longer battery life, less down time associated with charging system repairs, and the fulfillment of each and every emergency response. BATTERY SELECTOR SWITCH: A two -position power selector, turning the battery power to the ambulance systems either On or Off shall be furnished. The switch shall be located on or near the driver's seat base. Unless otherwise specified, the battery switch shall not disconnect power to the OEM chassis systems. Note: certain chassis are permitted from disconnecting chassis power with this switch. Automatic Throttle Advance: In order to reduce the number of component parts and unnecessary throttle linkages, the factory electronic throttle control shall be utilized to activate the throttle advance system. The controls shall require that the chassis be placed in Park or Neutral with the Module Disconnect switch in the On position and the Park Brake engaged before activation of the throttle advance. A digital display warning on the driver console, accompanied by an audible tone, must instruct the driver to Set Park r,rake or Release Park Brake to engage or disengage the automatic throttli� control. No Exceptions Page 36 of 54 nutblank Page 458 qly?& Page 63 of I AMBULANCE SPECIFICATIONS FSA 16-VEF12.0 In order to insure that onboard personnel attention is focused on victim care rather than being occupied with monitoring vehicle systems, an automatic load -management system is required. The bidder must provide a system that continually monitors the vehicles charging system while it is sitting on scene. The system design shall have the ability to automatically shut down not less than ten pre-programmed electrical circuits to prevent a deficit charging condition while the vehicle is sitting at idle. The system shall be programmed to constantly scan the electrical system. If a deficit charging condition continues for more than one minute, a pre- programmed circuit shall shut down, correspondingly reducing the electrical draw. If the deficit condition continues, a second circuit shall automatically shut down. This process shall continue to repeat at one -minute intervals until at least ten circuits are shut down with corresponding load reductions. In the event any circuits are being controlled (disabled) by the load management system, the driver must be informed in two ways. First, a digital display warning shall appear on the driver information panel. indicating Load Management Active. At the time, the L.E.D. switch indicator light shall begin to flash for ..-h specific circuit that is being disabled. Systems that cannot indicate specific circuits being affected by the Lead Management System are not acceptable. Load management systems must be programmed through a microprocessor based logic and memory system rather than a series of mechanical relays. Systems that require manual activation of Load Management will not be acceptable. Once the deficit condition ceases to exist, the system must be capable of restarting any disabled circuit without any action required by the driver. The bidder is required to furnish a system that permits the end user, if he so desires, to determine prior to production the order of priority for shedding loads. Although the entire system must function automatically, it must also be designed so that it can be set by the end user to a mode for restocking, training, or maintenance convenience. The System Off setting shall not be merely a switch which would permit the operator to easily turn off Load Management. The intent is to keep the system active at all times when the vehicle is in operation. LOW AMPERAGE SWITCHING: Electrical devices that are not activated automatically shall be controlled from either the cab or patient area control panels through the use of manual switches. A low amperage switch that sends only an on/off signal to the central electrical distribution area is required. The switches provided shall have documented durability ratings at a minimum f fifty million (50,000,000) cycles. The switch design shall include magnetic technology to attain the required durability ratings. Switches that are rocker style will not be acceptable due to their tendency to degrade and fail in continued field use. To eliminate loose or poor contacts, it is unacceptable to have soldered or terminal type connections for the switches. The switches must be an inherent part of the panels, Page 37 of 54 Page 459 W:tA cnut:blank 01/1,5770 FSA16-VEF12.0 E -VA � fel w Kolk, im P I I] [of -A ish IRM: h Al- switcl-es(uun.Less otherwisie „cted',,.) om tlhe panel—,z, desciih,.ed be!,. -,w incD,,,de a r('�u L � E . D,, indicatc,.,,: . i g I it lt,'hn,�,: w; '� 1 i nd " ca, e "'jhen Is beinq w -plied a cl-'rcuit., Desi-unris tftat have indicatui act,J]"vate to indli.1cate sw,Jitchl positicn only ere raot acce­�.,,tabls,, 1 �n a d,..,, ,,J. o. n e i t 0 r 1 i, g s a h ap� 11 b, e i n d e p 1 y p r o q r a im nria jo I e to I lash or st­,xady burr, as neq-.Jred, no "'Ieer end, nsei,spc.:,cificatioi­t,, Bo -h the fJriver cmc.;1 thc, pat.ic..,_ area sw­tch, nnuist t..;e (Jesi(g,,ned t)-tey Can N easily designs k- <.iccontai,nli-&-.,ati.,..'.t.I w,115m-i an at.,A..,,en.5dan-_ -use a con, tamin�� at ed glove to opeiate the Iq w i C, P J. 'w h J 1. e t. r ,.I, r, t i e�nt , "'I"' , se becc,-, e t.,reeding r *,:� h �� s - ea C, e T1, a..= e S W be buill"t, ounUs for gr in s -,,,ch a manner that ttiere are no op,,en.,,.ngs o,, the peo,­,,el' a c e s swit-(..'h" "i»"'.._.. .,, hbe se,""Ied wi,'.h a overlay. s.n.aterial, There sholl. be no pri.nt`mg ,,,,,mg on the f.,.%ce 3 this ,m, t - _L I - 1 1 C ey' al, 1-1-1,oles in ItArie panel t1hroup,111 switcIv"'s, "'ack Ic-, he pamis iriust be cleanabl, 1he �,,u i a CC E! ��D t 'E"OV, 1 11 legaend,s are inserted 1wd.11 any co-i,mri`ercia,,Iiy a-vailable sp-,ray type cleaner t,,r dlisir—fect-ant- C,C)MU Qllly 1,13ed by EMIS systems ""'iti. hl 110 e3lla.-'Rage ciueatec by fluid�-,,, thr. ugh opr_.nJJ..nqs on -1,11c the circui't boa,_. ds or z-i,,v_Jtch con t ��, s . Tllh,ta pziniel st-�rt- m,,.ust be with f iii- ", a 1 d durab-Llitv, Both front n I i a e d so, 1 v e n r (e, s Ji_ s t a x i C s r e 1 _,, q- a n, rear swi:!,,,�,ch.,)aum',,_,is sh,.'u'l h,.-ive been tested -10 at Least a 241, 42 -1,15 Patt 2 fc,,�,: tne fo,-,1,1owin,,g co,,nraonly clftendcais: "'iydrogen peroxide <25%, b]'..each <,2D%, q'Iycol, 010nzi­,na�.,.,, phospharIcscid <30%, <2%, hodr<,:,�chloxic acid <10%, sif_JLd <50%, sulp,Llric <10%, fue,]IL, siiiconc,.; oiil, linseed c i 1 , V1 i dex, Fcron;,c,,uLa 409, F.antastic, Wisk, 'D�,ommey, piowders, fabric Ajaxf and giycer,31;rA, The bi,,,Jd�-r shall be re<q.-udred, I'll to provJ<,Je t1he aaa, 4i�pr-,,,.ate ation, that the abovc _.,_8 r"raiJuced nc, dama-,vfa-,- at,1ea,,,,,az, a 2" cxpossu,,�r,,.�. Bia-ders shoulzn be cauti, ned '_I -ti t cu.m'-.un,,!.y used pt.,Iyci rbonate or v-,myl membrane fascia and nameplatte s,, -ib for electrica-31, paned,,_�, will noc. m,eet this reequirer,,�ent., The 'canels sl -m -,ill I '.e seill resistant 1,-.0 shed accideital fnora':. spil,'],ed soft ar.JLnks cr c<-)ffee ps, in _additi'on, tile s-urtaces on. Llhe p I "' � I �', "', Q ' e a<,.. .z. shall be _iherent in t,he s-i;rface material it,,,elf a ,�hall -�ot need to be d r(,.,�ap.- Acid,, at arcv Point in, fui_ure, Pis�h..�i-_11-.s ottereh that in;cluae r -e, at' of L`...,e p1;.1"11.n(-..,_ surfac.2s �wi,L_ not be c, isidex, d.. SWITCH PANEL BACKLIGHTING: All switcn perimieters shzill iight-..ed and raise,z', for ,',)f swi'l—ch, Jr n�,... ,r she!- , i,,-�c].,ude a r&dll ,:,� 1,.'da. J -on e0_ In ...he The, r. -witch par_iel. shall i-riCludie, on each panel, ;�,n ind-1viduz.1 ia­ftensity leve n r c I , sw�t(-""h pam"c''I that op.,_.rz.ites at s-ime l as the ca.,-, instru,;.,,'ent pane ,1 thaw. bz,,t.h the frmnt amVdl r,�.,,ar �-_,,anels at the sFuni,,e in, e,S,",ty -wi 1 1 ne hJ.,,ide, ,­,ust 1'7s.t..'fo eact, Page 38 ©f 54 outblank Page 460 CM3& 11 1111A 1 FSA 16- VEF12.0 The cab control center shall include 8 critical buttons installed in protective enclosure with proper ventilation to maintain temperature. The foil -owing minimum circuits shall be provided on the switch panel: -Module Disconnect -Emergency Master -Emergency -Interior Lights -Exterior Lights -Home -Apps -Options -Voltage (to the nearest 0.10 volt) -Amperage (to the nearest amp) -Outside Temperature -Inside Patient Area Temperature Access or Compartment Door Open Warning Message and Display -Electrical System Diagnostics -24 Hour Clock _HVAC -Emergency Brake Warning -Accent Lighting and Backlighting Controls -Patient Warning Page 39 ®f 54 ---»ut:blank Page 461 1/R110 a - 1 0 F_9PrJY1Y".'Z1� "NUffl— FSAI&VEF120 The patient area control center shall include 8 mission critical buttons installed in a backlight aluminum control panel. The following circuits shall be provided on the Home screen of the switch panel: -Rear Heat/AC Activation and Separate Temperature Control -Rear Heat/AC Fan Speed Control -Power Vent -Interior Lights -Oxygen and Suction -Patient Status -Stop Clock -Oxygen Line Pressure -Oxygen Cylinder Pressure -Exterior Lights The following digital displays shall appear on the faceplate of the patient area control console when selected: -Patient Area Temperatu -Thermostat Setting .- ,- O. f '.. egeOxygen Warning I MODULE COMPARTMENT AND ACCESS DOOR SWITCHES: Exterior circuits such as loading lights, side scene lights and compartment lights shall be activated by low amperage, non-mechanical switches. The type of switch desired is a magnetic sensitive switch that activates the circuit when the magnetic plane is broken. Plunger type switches are not acceptable because of their short useful life and higher amperage requirements, DOOR OPEN INDICATOR: A vehicle graphic door open warning indicator, with accompanying audible chime shall be installed in both the cab and patient area. A digital display shall both consoles indicating which specific door has been left ajar. Under no circumstances will red flashing lights or systems that do not specifically pinpoint a specific open door be acceptable. Page 40 of 54 Page 462 f out:blank SPP/10 Page 67 of I AMBULANCE SPECIFICATIONS The electrical system smart modules shall be independent and include their own logic, They must include RAM memory to execute commands without having to rely on a central CPU. The system must not be certered around the use of a logic -controlled built into a single circuit board. This logic control system is required to maximize reliability of the electrical system and to minimize downtime. It must be provided in order to match the type of control system used in the chassis and to prevent communication problems caused when dissimilar systems are employed. The design of the system must totally separate chassis operation from converter feature installations. In the unlikely event of converter component failure, the chassis must still remain operable. The computer based electrical system must utilize components similar in design to the computerized chassis functions such as the OEM cruise control system, fuel feed system, transmission control system and braking system. MULTIPLEXED ELECTRICAL COMMUNICATIONS SYSTEM: Because most chassis manufacturers have chosen multiplex electrical communication technology to operate the chassis system, this purch�isr requires the same technology for th�.�.: c",�Jiv��rter-addedsystems. A standardized electrical control and wiring system is required. The vehicle manufacturer must own and control all rights to the electrical system. Standard systems controlled by outside vendors and modified for a specific vehicle or manufacturer will not be acceptable due to the unpredictability for future parts or service. Switch panels or modules that are not standard in design and are not interchangeable from one unit to another will not be considered. Since solid state loqic-controlled technology is commonly available and not proprietary to any one manufacturer and has been proven to be more reliable with greater benefits, a blanket exception or clarification regarding the electrical specification is not acceptable and will be cause for automatic rejection of the bid. In addition, the system will consist of a series of input / output control modules to manage and feed information and to control the various circuits required by this specification. Each smart module must have 32 outputs and 10 inputs. The smart modules shall have a chassis gateway interface with a 120 amp max output. Mate -Lock connectors shall be used for all load connections. Molex connectors shall be used for data transmission lines. Under no circumstances will systems be acceptable that utilize scr��w type terminals or card connectors due to their susceptibility to working loose due to vibration normally encountered on a vehicle. Under no circumstances may the operation of the central processing unit or the input or output modules be based upon the operation of mechanical relays. Relay based systems require higher amperage operating current and rely on mechanical contact points designed to degrade with use, creating short duty cycles for the vehicle electrical system. Relay based systems, due to those limited short duty cycles, will not be acceptable for the requirements of this specification. Page 41 of 54 out:blank Page 463 01/ 110 Page 68 of I AMBULANCE SPECIFICATIONS FSAICP-VEF12.0 The electrical control system shall be fully programmable and shall control a number of functions. The minimum functions to be controlled are as follows: -No Load Starting Circuit (as defined in subsequent sections of this specification) -Load Management -Sequenced Start Circuit Activation -Electrical System Diagnostics -Climate Control Heat/AC operation -Intensity Controls for Patient Dome Lights -Oxygen Warning System (high and low pressure) -All Warning Light Flashers and Flash Patterns -Patient Status System -Electrical Diagnostics UNIT FUNCTION OPTIONS: The electrical control system shall be capable of adding the following options; -Up to four cameras -Emergency GPS -Pulse width Modulation USB port for field upgradability -Seat belt monitor. display -Remote system activation from a mobile device -Record ambulance PM schedule The electrical control system shall include the ability to manage user defined maintenance issues. It shall also allow for the notification of critical care issues such as oil changes and tire rotations. CIRCUIT PROTECTION: Each converter added electrical circuit must have circuit protection for both over current limit and over temperature condition. The circuit protection shall be provided by solid-state circuit breaker/switching devices (MOSFETS) for both the input and output wire feeds for each ircuit. The circuit protection shall require no user intervention such as that required for circuit breakers or fuses, The system shall be able to indicate an output fault warning. Page 42 of 54 ou-L:b1ank Page 464 q1 M 0 FSA16-VEF12.0 FIELD PROVEN AND TIME TESTED ELECTRICAL SYSTEM: The converter -added electrical system represents the most important system in the design of this ambulance. Reliability and proven performance is essential. Therefore, the bidder must be able to demonstrate that they have at least ten years experience with solid state logic -controlled electrical systems installed in emergency vehicles. Further, the bidder must be capable of all programming required by the system without turning to outside vendors. This includes custom- j!rogrammed items as may be delineated in this specification, The bidder may be required to demonstrate an in production or in service vehicle in order to guarantee compliance with this requirement. Prototype or first of a kind electrical systems are not acceptable. The purchaser may require the bidder to furnish specific references to further document compliance. WIRING: The following minimum wiring standards are required: Identification By color, by itemized number, and by actual circuit name, stamped every 4- 691 Size-. Size will vary and will be dependent upon each wire being able to carry a minimum of 1250 of the actual circuit load. Protection of Wiring: All wiring must be run in breakaway wire loom for p'otection against abrasion or chafing. ELECTRICAL SYSTEM DIAGNOSTIC CHECK: The electrical system must have built-in capability to self check each converter -added circuit and identify a short or open circuit by means oj a single diagnostic switch. . The diagnostic system shall be operable from the driver's seat without exiting the vehicle. Diagnostic systems that are incorporated into exterior compartments, patient area interior cabinets, or remote locations will not be acceptable. The relevant information shall be displayed on the digital display on the cab switch panel. When the operator activates the Run Diagnostic switch, the unit will initiate the systems check. The digital display shall flash the message Running Diagnostics while the check is in progress. The system must go through all outputs for the vehicle to check for malfunctions. If a malfunction is found, the display shall stop flashing and steady burn to indicate the message Module #, Output #, Fail. This message will direct the service staff to the correct output module and the correct wire number in order to troubleshoot and repair the system. Once a failure is identified, the operator may continue to run the remainder of the diagnostic by pressing the Warning Reset switch, The bidder shall furnish with the vehicle a detailed diagram indicating each input and output module number and identng each circuit controlled by the module, Page 43 of 54 mui-L:b1ank Page 465 SM 0 Page 70 of I AMBULANCE SPECIFICATIONS FSAI&VEF12.0 Being able to service the electrical system should the need arise is of the utmost importance, To reduce the down time associated with servicilr�g, the following information shall be provided at the time of delivery: 1, Electrical system operating instructions 2. Patient area heating/AC schematic and parts list 3. Oxygen and vacuum system schematic, parts list and leak check instructions 4. Battery and alternator schematic and system description 5. Radio communications installation instructions 6. Wire description list for converter added wiring 7. individual schematics for all converter added electrical circuits MODULE DISCONNECT DEFAULT: The 'Module Disconnect' circuit shall default to the "on" position when the battery switch is activated. Manual activation of the switch is not acceptable. BATTERY SWITCH: A two position 'On -Off' "Master" battery switch shall be installed on the vehicle within easy reach of the driver. This switch shall control power to the converter -added electrical circuits. Items specified to be wired "Battery Hot" shall not be affected by the Master battery switch. Under no circumstances shall this switch control th- : i gnitioheadlights, etc.) shall remain as designed by the chassis builder, PREWIRE FOR INVERTER: The vehicle converter shall furnish and install the n-,-Icessary wiring for the installation, at a later time the following inverter. Wiring Location: Street side intermediate #2 compartment 110V INTERIOR OUTLETS: Duplex 110V interior electrical outlets shall be installed. Quantity and location information is noted below. Each outlet shall be GFI protected and shall illuminate when powered. 12V OUTLETS: 2 Inhalation Area Wall Over Bench 12 volt electrical. outlets shall be installed within the vehicle, Quantity, location, and adapter type are provided below. All 12 volt cutlets shall be protected by a Schottky medical isolator. In addition, the 12 volt outlets shall be wired through a 20 amp manual reset circu' breaker. All outlets, unless noted otherwise below, shall be battery switched. All 12 volt outlets shall be labeled. I Adapter Type: Cigarette Lighter Style Quantity- 3 Locate: Inhalation Area (2) Locate: Front Wall Cabinet Page 44 of 54 o-utblank Page 466 SR/I0 Page 71 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 The vehicle shall be equipped with a Kussmaul Super Auto Eject non -arcing shoreline. The male shoreline inlet shall be installed as noted below. This inlet shall be a straight three -prong type and shall include th' w female adapter plug. The shoreline shall be designed so that the plug will automatically eject from the inlet in the event that the vehicle is started while still plugged in. The shoreline shall include a hinged cover to protect it from the elements. The shoreline system shall be designed to handle a 20 amp load, and shall also include a 20 amp inline GF1 breaker. Locate: Street Side of Module Body as Far Forward as Possible EXTRA CIRCUIT BREAKER: A Spare 15 amp manual resetting circuit breaker shall be installed as a provision for the possible installation, at a later time, of additional equipment. This feature is in addition to any prewire that may be included elsewhere within this vehicle specification. The total number of spare breakers is listed below: Quantity: CAB SWITCH PANEL INSTALLATION: The cab control panel for the converter -added electrical circu its shall be flush mounted in the upper face of the cab console. The mounti ��,3 shall be angled downward so that the LCD screen and switches a visible to both the driver and passenger positions. I REVERSE ACTIVATED REAR SIDE SCENE LIGHTS: The rear scene lights on either side of the vehicle shall be programme to be activated when the vehicle is placed into reverse gear. This is addition to the other modes of operation as described elsewhere within this document. This feature shall be attained through the programming the onboard electrical system. Systems that require additional wiring order to provide this feature are not acceptable. SIDE DOOR ACTIVATED CURB SIDE SCENES: The curb side scene lighting shall be programmed to be activated when the patient compartment side access door is opened. This is in addition to the other modes of operation as described elsewhere within this document., This feature shall be attained through the programming of the onboard electrical system. SVstems that require additional wiring in order to provide this feature are not acceptable. REVERSE ACTIVATED LOADING LIGHTS: The load lighting -on the rear of the vehicle shall be programmed to be activated when the vehlole is placed into reverse gear. This is in addition -to the other modes of operation as described elsewhere within this document. This feature shall be attained through the programming of the onboard electrical system. Systems that require additional wiring in order to provide this feature are not acceptabl�. Page 45 of 54 outblank Page 467 qfi3io Page 72 of I AMBULANCE SPECIFICATIONS FSA I&VEF12.0 AUDIBLE LOW VOLTAGE ALARM:: An audible alarm shall be programmed to warn the operator should the vehicle's voltage drop below 11.8 volts for 120 seconds. EMERGENCY BRAKE WARNING: When the vehicle is placed into 'Park' or 'Neutral' with the "Module Disconnect" switch 'On' and the "Red Flashing Light" switch 'on', then an audible alarm, accompanied by a visual readout on the cab console digital display, shall warn the vehicle operator to engage the emergency brake. Likewise, when the vehicle is placed into gear, then the same alarm will sound with a visual display warning the operator to disengage the emergency brake. REPORT LIGHT: Report lighting, as described below, shall be installed within the patient area. The fixture shall be LED. The fixture shall be controlled via a switch on the attendant control panel. This design will allow for simple "one touch" operation while still providing for flexibility in terms of lighting needs. Quantity: (1) STEP WELL LIGHT: A 10.511 LED Vista light strip will be install -d the bench side of the step well. Light to activate with door open through a magnetic door switch. FLUORESCENT LIGHT: Fluorescent lighting shall be installed per the quantity and location information noted below. Each light shall be a 24" Thinlite and shall be operable from the rear switch panel, Other modes of operation, as applicable, shall be noted elsewhere within this document, Quantity: Locate: Spaced Evenly from Front to Rear PROGRAMMABLE LIGHT TIMER: A momentary switch shall be installed as noted below to operate the specified lighting with the battery swit,�h in the 'Off' position and the shoreline plugged in. The switch shall activate a programmable timer that will automatically shut the lights off after the specified period of time. This timer shall be field -programmable to allow the time to be adjusted after the vehicle has been delivered. The initial time setting shall be as follows: Locate: Light(s) Controlled: Initial Time Setting: Page 46 of 54 out:blank Page 468 q/y?& Page 73 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 Whelen LED dome lights shall be installed in the patient area ceiling. Quantity and location information is listed below. The lights shall be recessed into the headliner and shall not protrude from the ceiling more than 1". All dome lighting shall be adjustable and shall be controlled via solid state switching at the patient area electrical control console, Over Cot: Over Squad Bench: Walkthrough: AUXILIARY BRAKE LIGHTING: The rear red flashing lights, as specified elsewhere within this document, shall be wired so that they illuminate when the brake pedal is depressed. This lighting is in addition to the specified brake/tail lights. EZ��ighting is to override this featu4E HEATING AND AIR CONDITIONING: A temperature control system is desired that provides quick and simple operation while maintaining a uniform temperature throughout the patient compartment. The unit itself must be located so that it is easy to access for service. This location must also be near the O.E.M. heat/AC connection points when provided so as to increase the overall efficiency of the unit. The following minimum design standards must be adhered to in order to best meet the needs of this purchaser. SYSTEM CONTROLS: The climate control functions shall be controlled through a primary location in the inhalation panel, and through a secondary location in the cab electrical control console. The switches used for the operation of this system shall be identical to the switches described in the "Electrical" section of this specification. Switches shall be present in the front console to select either 'Heat', 'A/C', or 'Off' functions and to select the desired temperature. Switches shall be present in the rear control panel to select either 'Heat', 'A/C', or 'Off' functions, 'Automatic' or 'Manual' mode of operation, and to select the desired temperature. ff.WF4-; 7515TTU The temperature level shall be adjustable from both the front and rear electrical control panels for the 12V system. Two switches at each location shall be used to scroll through desired temperature settings on one degree intervals. Once the desired tentperature is set, then the system shall retain that setting regardless of the position of the batterV switch. The temperature sensor for the system shall be located at the inhalation panel so as to attain Re patient compartment temperature. The temperature setting and the actual temperature reading shall be viewable froat both the front or rear digital displays. This system is to be controlled through the converter -added electrical system. Under no circumstances shall household type thermostats be acceptable, Page 47 of 54 o-Lblank Page 469 L.� q1 R/i 0 Page 74 of I A MBULANCE SPECIFICATIONS FSAI&VEF12.0 The system shall allow for both automatic and manual operation. When set to the manual mode the fan speed shall be infinitely adjustable from the rear control panel for extra ventilation. When set to the automatic modQ the fan speed shall be controlled by the thermostat setting. The temperature that is selected shall becontinuously maintained. When the selected temperature has been reached, then the system shall automatically cycle the fan speed down to reduce unnecessary electrical load. HEATER WATER CONTROL: The flow of hot water from the chassis to the converter -added heat/AC system shall be controlled by an electrically operated valve located under the hood. Water flow to the rear heater shall be activated when either the front or rear heater switch is turned to the 'On' position. It is a requirement of this specification that this type of valve be used unless the converter is supplying a self-contained heat -AC system. The term "self-contained" is defined as being a unit that does not require w�jlter flow from the chassis. Under no circumstances will manual vU lves be considered. Manual va-ves are inconvenient and tend to leak. UNIT LOCATION AND SERVICE: It is required that the heat/AC unit be installed inside a custom-made aluminum box beneath the attendant's seat. This box shall be perforated to provide air flow to the heat/AC unit mounted beneath the seat. This is required for efficiency, serviceability, and safety. Many O.E.M. chassis builders provide tap -in points for the converter - added heat/AC unit behind the driver's seat. Therefore, system efficiency is higher when the hot water from the chassis is pumped to the ar- +_. -- beneath the attendant's seat. Efficiency is not lost by pumping the water over an extended distance or up to ceiling level. Such a condition would naturally result in reduced patient area temperature levels as excessive flow resistance would be present. The attendant's seat shall be installed on a hinged top cover for the aluminum heat/AC system housing. This allows the seat to be hinged forward and out of the way for service work. The unit will be accessibl�-_ 4y removing three bolts located behind the seat and lifting the seat forward as opposed to dismantling cabinetry, etc. In the unlikely event of a system leak the specified installation location will allow the leakage to run out onto the ground. Systems that installed above cabinetry may leak into the cabinets, thus ruining Lhe cabinets (if they are wood) and th,­ cabinet contents, FILTRATION SYSTEM: A replaceable carbon filter shall be installed at the air intake area of the heat/AC system. Replacement of the filter shall be simple, and shall require very little time so as to assur- that the vehicle will not have to be taken out of service. Replacement filters shall be readily available and shall be capable of being cut to the proper size to fit the vehicle. Page 48 of 54 ailt.blank Page 470 01N/io Page 75 of I AMBULANCE SPECIFICATIONS FSA I& VEF12.0 The installation of the heat/AC system shall include an air duct system to direct the airflow in such a way as to provide uniform temperature levels throughout the patient compartment. Air intake shall be from the floor level. The air shall be channeled through a duct that is aft of thA heat/AC unit. The air shall exit through adjustable vents at the ceiling level above the attendant's seat. This design will allow for a circular flow of air throughout the patient compartment. The specified design will separate the intake and exhaust parts. Separation of the intake and exhaust will decrease air turbulence and improve overall efficiency of the system. Systems that combine intakes ,Pnd exhausts within the same grille work will not be acceptable. 12V HEAT/AC SYSTEM: The 12V heat/AC system shall be installed per the instructions listed above. This system shall be designed to be independent from the chassis O.E.M. A/C -systemAt no point shall the converter -added A/C system tap into the O.E.M. system. The system provided shall include an evaporator, compressor, and a bottom -mount condenser. The BTU and CFM ratings on this unit shall .- 0 _ A/C: 32,COOBTU CFM. 650 DUAL A/C SYSTEM: The manufacturer shall provide and instaem as noted below. This system shall include a second evaporator and a 3 -fan -andenser and shall be run off of the auxiliary A/C compressor. This second system shall include a separate 'High/Low' function. This second unit shall operate as A/C only and shall provide an additional 32,000 BTUs and 650 CFMs over and above the manufacturer's standard package. HEAT/AC INTAKE FILTER: A three-ply air filter shall be installed at the heat/AC air intake point. This filter shall not be made of paper products. The filter is include an internal wire frame and is to be constructed with a self- gasketing perimeter to pr nt leaks. This filter is to be used in lie L of any other filters that the manufacturer may typically provide. I VENTING SYSTEM: Install a 400cfm exhaust and a static intake vent. Each vent cover is to the 9.5" square and is to feature a polished finish. CAB CONSOLE AND COMMUNICATIONS: Page 49 of 54 e 471 PagW:M o.ut:blank 01/ FYI 2 0 Page 76 of I AMBULANCE SPECIFICATIONS PSA16-VEF12.0 F-11 I,, i 14 z I Z rxoloym�; An RG 58U coax shall be installed. A removable access plate in the patient area ceiling shall be provided for access to the exteri,,- termination point located on the module body roof. Under no circumstances shall the vehicle design necessitate disassembly of the interior finish work to access the coax termination point. The coax shall terminate at the following locations: F W IMVAAM ANTENNA COAX #2: A second RG 58U coax shall be installed. A removable access plate in the patient area ceiling shall be provided for access to the exterior termination point located on the module body roof. Under no circumstances shall the vehicle design necessitate disassembly of the interior finish work to access the coax termination point. The coax shall terminate at the following locations: ANTENNA COAX #3., A third RG 58U coax shall be installed. A removable access plate in the patient area ceiling shall be provided for access to the exterior termination point located on the module body roof. Under no circumstances shall the vehicle design necessitate disassembly of the interior finish work to access the coax termination point. The coax shall terminate at the following locations: M t9144129my IM 9� RADIO PULL WIRE: A pull wire shall be installed to aid radio cable installation and 0 prevent removal of interior panels once the vehicle has been complete(I Location: Terminate: A console shall be instalied in the cab. The console shall be installe at floor level eind shall allow space for siren and radio head installation. The console shall be color coordinated with the cab interior. The top of the console shall be on a slant and shall house t recessed emergency control panel and integral digital display. Under n circumstances shall the console interfere with the OEM vehicle control or gauges, nor shall the control panel be installed in such ma;�ner a� to interfere with either the OEM vehicle controls, gauges, or the driver's line of vision. I Page 50 of 54 o ( Autblank Page 472 � IN& Page 77 of I AMBULANCE SPECIFICATIONS FSAI&VEF12.0 An aluminum console extension shall be fabricated and installed in the vehicle cab. The extension shall attach to the front console and shall include a location to mount siren and/or radio heads, as well as three slots for storage of map books and binders. The console extension shall be covered in carpet to compliment the interior cab color. CUP HOLDERS: Two (2) large cupholders shall be installed in the front console with tasy access from both the driver's and the passenger's seats. RADIO POWER/GROUND: The vehicle manufacturer shall install three heavy gauge cables for radio power. One cable to be wired battery hot, one cable to be wired ignition hot and one cable to be wired as ground. Termination is to be to insulated studs. Locate: Behind Driver Seat OXYGEN AND SUCTION SYSTEMS: Reliability, safety, and ease of operation are essential characte,listi-s of the onboard oxygen and suction systems. System design must meet the following minimum guidelines. Bidders are asked to respond to each section appropriately per the bid requirements and to explain any variations to these requirements. SWITCHING FOR OXYGEN AND SUCTION: The rear switch panel shall contain two switches labeled "OXYGEN' and "VACUUM". Each of these switches shall electrically activate those respective systems. That activation shall be instantaneous. Systems that are not instantaneously responsive to their activation will not be considered. SYSTEM DESIGN: A single piece manifold assembly shall serve as the basis for the oxygen delivery system. The manifold assembly shall incorporate ports for installation of 02 lines to all specified outlets, an electrically activated oxygen delivery solenoid, and a manual bypass valve. The assembly shall be installed behind the inhalation panel and shall be easily accessibl,— ELECTRICAL OXYGEN ACTIVATION: The switch, located on the rear control pan -.-,l and labeled "OXYGEN", shall activate the solenoid. This design will allow for the instantaneous flow of oxygen while eliminating the need to manual..y turn a valve to initiate oxygen flow. MANUAL BYPASS: The xy-,,,olenoid shall be equipped with a manual bypass valve. Located behind the inhalation panel, the valve shall be easily accessible so that, in the unlikely event of an electrical failure, administration of oxygen may continue. Page 5I of 54 out:b1ank Page 473 Ql/ R/I 0 Page 78 of I AMBULANCE SPECIFICATIONS FSA16-VEF12O SYSTEM REGULATION: The patient area shall be free of high pressure oxygen lines, TC accomplish this the vehiclo converter shall install a KKK approved requiatui at the oxygen cylinder. The regulator shall include an integral.. dial type gauge ro monitor the cylinder contents. A single low pressure line shall be installed from the regulator to the 02 manifold assembly. This method shall insnre that all high prooture, is maintained in all exterior compartment away frcm the interior patient area. OXYGEN LINES: The 02 line connecting the regulator to the manifold assembly shall be rated at 200 psi working pressure and 1.250 psi burst pressure. The line shall be UL approved. There shall he NO connections installed in the line between the regulator and manifnid assembly as the!e croate a jpo--�Sibiilty for leakage. All connections shall be DIES style and shall be specific to the gas noing supplied, The 02 line shall be protected from crimpinq through the installation of a flexible spring guard on the portion of the line in the cylinder storage compartment. SYSTEM MONITORING: The condition of the oxygen system shall be continually monitored and reported to the vehicle operators through the vehicle's onboard electrical s -stem. Readouts containing che information listed below shall be available primarily at the patient area control console. The secondary location for availability of this information ,mall be the cab console. The information available shall include the following: Cylinder Pressure Line Pressure In addition, thissystem shall be designed to offer a warning, both audible anri visual, if the condition of tHe oxygen system falls outside of the following pre-programmad parameters: Low Cylinder Pressure 1500 psi or below) -Low Line Wessure (40 psi or bolow) -High Line Piessure (75 psi or above) Thesc oxygen oystem warnings shall immediately notify the personnel of a prablem, again, via a readout and audible alarm. The system shall require the personnel zo acknowledge receipt of the information. PRELIMINARY SYSTEM TESTING: The oxygen system shall 1" 's tested prior to instYlation in the vehicle, This test shall be performed by the vehicle manufacturer and Mail subject the system cc three times (3X) the working pyessuxe. This test shall be conducted for a minimum of four (4) h urs. Page 52 of 54 an:blank Page 474 IRS Page 79 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 The completed system shall be tested again once it is installed in the vehicle. This test shall be performed at working pressure for a minimum of four (4) hours. After the system has passed the inspection process it shall be capped and tagged per Federal KKK specifications. ADDITIONAL OXYGEN AND VACUUM SUPPLIES: The oxygen and suction systems shall be complete upon delivery with the exception of the 02 cylinder. The cylinder shall be supplied and installed by the purchaser after delivery of the vehicle has taken place. OXYGEN BOTTLE MOUNT, VERTICAL TRACK FOR QRM-V: Vertical track for mounting of a QRM-V 02 bottle mount shall be welded on the back wall of the compartment in the right hand corner. The 02 bottle mount is adjustable for "M" or "H" size tanks. ZICO ORM-V CYLINDER BRACKET: A Zico QRM-V oxygen cylinder bracket shall be install -d in the main 02 compartment iZIIIIIIII 10 - ACCESS TO CYLINDER VALVE FROM PATIENT AREA: A CJear Piexigias dkoor pirovid�,.nd in the pat-,I.ent area wal'! t-�e cxygen cy nde,-, valve, Tne dlloor shal' be tha' it, t ,swinc.;,,s, -.,,nt�o oxv�jerl Cylinder stlora%je cumpart'ment. The ope-nincl',, shall b"a trii'i',med with anod-ized eJoincs, OXYGEN OUTLETS: Two oxygen outler-s shali be ins'-ailled i,., rear inhalatin panel i.-.nless n,. -,ted below, ADDITIONAL OXYGEN OUTLETS: Additional oxygen outlets shall be installed as noted below. OHIO MEDICAL OXYGEN AND SUCTION OUTLETS: The oxygen and suction outlets installed in the vehicle shall be Ohio Medical Quick Connect style outlets. FLOWMETER: Dial type flowmeter(s), in the quantity listed below, shall be supplied with the completed vehicle. Each flowmeter shall be supplied with a mating quick connect adapter. The flowmeter shall provide a maximum flow of 25 LPM. Quantity: 1 Page 53 of 54 cai[:blank Page 475 1/Y?/10 Page 80 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 CYLINDER WRENCH: A cylinder wrench shall be installed inside the oxygen compartment. The wrench shall be installed in such a way as it will not move or rattle. The wrench shall be chained to the coopartment so that it cannot on removed, however, the chain nwst not interfere with the operation of the wrench. PRIMARY VACUUM OUTLET: A single vdcuum panel shall be installed in the inhalation area. TM, outlet shall be of the same style as those of the uxyien system nd shall, be connected to the onboard vacuum pump. SSCOR ASPIRATOR: The manufacturer shall furnish and install an SSCOR suction system. Tha system shall include a 122000 wall -mounted regulator, and a #23002 canister holder. The aspirator shall be accessible for use from the inhalation area per the attached prints and plumbed to the pump described below. VACUUM PUMP: The aspirator system shall be operated vacuum pump that is located inside an shall be activated by a switch on the panel, through a CAPL ID34 SIR (T02) 12V exterinr compartment. Tim pump inhalation area electrical control Lettering information in noted in detail below: LETTERING DESIGN: This specification calls for !PtLering to be supplied and installed by the successful bidder. The lettering layout is summarized within this section and broken down by location in the seccions below. information relative to lettering maLeriai, size, color, font, or any other special requirements is also listed in the following sectlons, The layout is to be as follow Dealer Prep. and Dealer Delivery A representative of Lhe selling distributor shall inspect the vehic3e prior to acceptance from Ve manufacturer and shall drive the completed unit back to the dealership for final prep and delivery to the end user - Page 54 of 54 o-ca:blank Page 476 VA10 72.000 Page 81 of t 623 WT CABINET WALL "A" FREIGHTLINER CHASSIS 37,75W x MI -1. IWO 48W x 2DH x $8'D 54W x 14'H x I ErD A/C CHUTE , EFT FRONT CABINET TTW x 67'H x 3.5,10 20V x 67'H x MID ------ ------------------------ - --- i .air h� A . ....... ------ ------ cELECTRONICS LOCKING PULL LATCH . ......... . ......... LP 71 G7.0u() 37.75-W x IOH x 15'D 48'W m I WiI x ISM ADTE: DNAWNGS ARE FOR MAPWCAL HEFFLE M 'SENTAToNLY 1EM510. AREArpnoximATE& mAyvARY DURING CONSTRUCTFM SHARPS If WASTE LLTEIT II 48-W x 14'H P 18"D PROPOSAL DRAWING �~' 515 NON-LOCKING PULL LATCH 1603-111 outblank Page 477 01/Wlio Page 82 of 1 623 WT CABINET WALL "B" FREIGHTLINER CHASSIS �zoa 1 w�.>� zg IIt ,e•1i I I WH 1550 15 56 L'. a --tO.OQ 2.00--1 1— 4' SCAB 37.759V x i e'H x 18"D ;. 2" SCh$ 2' SCA�a 4.''W x 14'41 x 18'D .75" SCF03 AC CHUTE LEFT FRONT CABINET LIFT -UP FRAME + LIFT -UP FRAME 19'4V x V'H x WD 2G'W x 57'H x 18'D PADDED DOORS s ; fi 28.:... _ i ; o "' o o - _ o IlI �i I 4 � S+5 Lt�Hl�i .—PULL LATCH �ELECTRONICS® 87 11 "7.75`W x 20"H x 18'D ° 2D'W x 14"H x I IrD .NOTE: DRAWINtiSAME FOR GRAPHICAL REPRESENTATKKaON�V (3�,.lENS10HS ARE APPRoxRAATF 6 MAY VARY DURING CONSTRUCTKKI PROPOSAL DRAWING SIS WON LDCKING PLLLLATCH 1603-111 n&j1:b1ank Page 478 q 110 - a� SHARPS _ ( ! 87 E6��" _WASTE €F70g�,T-A �� `( AIO (1 PLExt , � � � � 7 INSERT �' s � I�.z � � ��[— _ J� � Eco•; ( � ,�• � I E...e t, e ®® ----- 11 "7.75`W x 20"H x 18'D ° 2D'W x 14"H x I IrD .NOTE: DRAWINtiSAME FOR GRAPHICAL REPRESENTATKKaON�V (3�,.lENS10HS ARE APPRoxRAATF 6 MAY VARY DURING CONSTRUCTKKI PROPOSAL DRAWING SIS WON LDCKING PLLLLATCH 1603-111 n&j1:b1ank Page 478 q 110 E V/l I %J V E®E I r.—. %J 623 WT EXTERIOR FREIGHTLINER CHASSIS Page 83 of 1 fINSIDE CLEAR CLEAR IN91DE lN91DE 'M WIDTH HEIGHT DEPTH C1PENiNG. OPENM WFDTH HEIGHT . }' :GEAR 29.61 9362 21.96 25.09 '; 9c.66 7[ %"'INT le27.96 12.16 26.t9 _. 17,ROW s' 75.A7 9.99 2t.36 95.45 a 6.36 65.00 2°.25 _22-13 66.66 -. nnn i NG TE. 0) A517N(75 ARE MR GWRPPtl(,'LLFEPRn - w"Ri& 0N&AREAPPWXMATEAAPAVVARY i PROPOSAL DRAWING �. 1603-111 DURINC ca"Muc"m � auRlNc eoxsrWucnaN oria.blank Page 479 Z/R/20 I V r-% I V M L— I 1 L. V 623 WT EXTERIOR FREIGHTLINER CHASSIS R CD CD CD a R R f r YV £ i ; f _ ...................................................................... ..... ................. ..... VOTE' BRAR7RGS/.RE r P REPRESEMTA7MXRlY "«CERSfM5AREAPPROXAMA& A MArVARY PROPOSAL DRAVING oUMRG CGR5aRUCRIMf Page 84 of 1 o t:blank CPI SIREN SPEAKERS 1603-111 Page 480 q/y? Z0 i %ar-1 I w V L- I I L. %J - ---- . ....... 623 WT EXTERIOR FREIGHTLINER CHASSIS Page 85 of I I INSIDE INSIDE I.WC IFIED.AT"HI� l, I H'4EEME. WIDTH 'I'.,l=ll ..T 6.36 4147 NOTE: DRAWIM" ARFFOR GRA AL REPRESENTATION ONLY �:wEVSIOMARE APPROXIMATE a MAY VARY DURNM MNSTPUCTIOV ,(,',Ll't:blank DEF TANK FIU - USSMAUL 20 AMP PROPOSAL DRAWING STA LESS STEEL RUA RAILS 1603-111 Page 481 SM0 1 V1 % 1 `w ■ `1 1 H®04/ 623 WT EXTERIOR FREIGHTLINER CHASSIS CD CD CD CD CD CD m.: 5 CD (mi➢ - !➢ w QD w ' w R t i 1 c� G:3 !C7,J V' t„,, WOTE; DRAWVRGS ARE FOR GRAPHICAL REPR65ENTATKIM ONLY ii NENSOONR ARE APPROXIMATE A MAY VARY )URNG CDMSTRUCTM PROPOSAL DRAWING Page Sb of 1 1003-111 OUT:blank Page 482 q1R/I0 11414MATION PANEL 72 OD CHILD SAFETY SEAT 1111TI: DRAIVIN131ARE FOR GRAIIIIIAl IREPRESMATION ONLY u1mrMSIONS ARE APPROMMATE & MAY VARY DURING CONSTRUCTION Rm ............... 623 WT FRONT WALL FREIGHTLINER CHASSIS ,VC CHUTE _...30.1)0- , 1 18.1)0 - ..� .....36.75 .�... .EF EFT FRONT . ............... Tgy �q ki h. PLEXI PLEXI ItA Cl E, t-okg. i, PLEKI PLEXI lll� ........... - PROPOSAL DRAWING Page 87 of I MAX COOL AC UNIT 30.75'W x 61"H x 28ED PAINTED INTERIOR 1603-111 id-l-ItNank Page 483 qly?& um*M� 623 WT OVERHEAD "A" WITHOUT CPR SEAT FREIGHTLINER CHASSIS 88 of I .1KM DRAWINGSARE �cfq uom�w,:*L REPRESEWM>4 cWLY GI t Ns AN't A T-ROMMATE & MAY L'UHM CCN," TRI MTON c,--tjt.blank PROPOSAL DRAWING 1603-111 Page 484 I/R/10 MOW 962? I o f Y® v ■ i— ® F X.— ® V 623 WT OVERHEAD "B" WITH CPR SEAT FREIGHTLINER CHASSIS NOTE: DRAWNGS ARE FC)fildRAPHrAL 71EPRE8ENTAT 1aNLY '�itJ9NSbN9 ARE APPROXIMATE d MAY VARY WRING GONSTRUCTItYM cjut:blank PROPOSAL DRAINING Page 89 of 1 1643-111 Page 485 qRM0 Page 90 of I 623 WT REAR WALL FREIGHTLINER CHASSIS 110TE; 1111AW1406 ARE FOR 011A 111rAl REPRESSMATM CWLV� "SA E APPRMIMATE &MAY VARY Oup,19UGOGMTRUCTUN PROPOSAL DRAWING 1603-111 Page 486 uu.t:blank I/ 5120 623 WT SIDE WALL FREIGHTLINER CHASSIS REPRESENTATM ONLY _,.""ENMNS ARE APPROXIMATEA 'A" VARY OURINUUONSTRUCTIM PROPOSAL DRAWING 1 1603 .0 Page 91 of I oui:blank Page 487 qN110 Prepared for: Jason Cavallo Horton Emergency Vehicles 3800 McDowell Rd Grove City, OH 43923 Phone: 614 539 8181 Data Code Description Prepared by. Steve Tancos FYDA FREIGHTLINER COLUMBUS,INC 1250 WALCUTT ROAD COLUMBUS, OH 43228 Phone: 614 8510002 Weight Weight Front Hear Retail Price PRLe10M M2 PRL=10M (E F:02191115) NIC Data Version DRL=016 SPECPR021 DATA RELEASE VER 096 t 1C Interior Convenience/Driver Retention Package 055°002 INTERIOR CONVENIENCE PACKAGE 340=00 Vehicle Configuration 001-172 M2 106 CONVENTIONAL CHASSIS 5,759 3,503 $97,321.010 N 0304=217 2017 MODEL YEAR SPECIFIED STD 002-004 SET BACK AXLE m TRUCK STD 019-002 STRAIGHT TRUCK PROVISION STD 003001 LH PRIMARY STEERING LOCATION STD General Service 9-002 TRUCK CONFIGURATION STD 6001 DOMICILED, USA 50 STATES (INCLUDING NIC CALIFORNIA AND CARE OPT -IN STATES) A85-006 RESCUE AND EMERGENCY SERVICE /C A84--1 EV EMERGENCY VEHICLES BUSINESS SEGMENT N/C AA4=019 FIXED LOAD COMMODITY MIC 5-002 TERRAIN/DUTY: 100 (ALL) OF THE TIME, IN STD TRANSIT, IS SPENT ON PAVED ROADS ABI -008 MAXIMUM 8% PEC,TEDGRADE STD A135a001 SMOOTH CONCRETE OR ASPHALT PAVEMENT : STD MOST SEVERE IN=T NSrr (BETWEEN SITES) ROAD SURFACE 995.091 MEMUM TRUCK WARRANTY STD A66=99D EXPECTED FRONT AXLE(S) LOAD . 10000.0 lbs A6699D EXPECTED REAR DRIVE AXLE(S) LOAD : 15000.0 lbs Application Version 8.6.003 Data Version PRL=1M.016 Sherrif FR,�"1GHT�/NE�t 03/0312016 10:00 AM Page 1 of 15 Page 92 of 1 out:blank Page 488 SYR& Prepared for: Jason Cavallo Horton Emergency Vehicles 3800 McDowell Rd Grove City, OH 43123 Phone: 614 539 8181 Page 93 of I Prepared by: Steve Twos FYDA FREIGHTLINER COLUMBUSJNC 1250 WALCUTT ROAD COLUMBUS, OH 43228 Phone: 614 851 0002 798-001 Weight Weight 79U-007 Data Code Description Front Rear Retail Price A63 -99D EXPECTED GROSS VEHICLE WEIGHT CAPACITY 80J -002 REGEN INHIBIT SPEED THRESHOLD - 6 MPH 25000.0 Ibs BATTERY BOX FRAME MOUNTED Truck Service 2016 ONBOARD DIAGNOSTICS/2010 AA3-024 AMBULANCE BODY N/C AF7-99D EXPECTED BODYIPAYLOAD CG HEIGHT ABOVE REQUIRED FRAME "XX' INCHES: 32.0 in STANDARD OIL PAN Engine ENGINE MOUNTED OIL CHECK AND FILL 133-004 101-2GO CUM ISB 6.7-240 240 HP Ca) 2300 RPM, 2600 GOV, $1,954.00 560 LBIFT @ 1600 RPM Electronic Parameters 79A-075 75 MPH ROAD SPEED LIMIT N/C 7913-000 CRUISE CONTROL SPEED LIMIT SAME AS ROAD NIC SPEED LIMIT 79K-007 PTO MODE ENGINE RPM LIMIT - 1100 RPM N/C 7913-002 PTO RPM WITH CRUISE SET SWITCH - 700 RPM N/C 790-003 PTO RPM WITH CRUISE RESUME SWITCH - $00 NIC RPM 798-001 PTO MODE CANCEL VEHICLE SPEED - 5 MPH 79U-007 PTO GOVERNOR RAMP RATE - 250 RPM PER 292-058 SECOND 800-002 PTO MINIMUM RPM - 700 80J -002 REGEN INHIBIT SPEED THRESHOLD - 6 MPH Engine Equipment BATTERY BOX FRAME MOUNTED N 99C-016 2016 ONBOARD DIAGNOSTICS/2010 EPA/CARBIGHG14 99D-012 2008 CARB EMISSION CERTIFICATION - EXEMPTED VEHICLE; NO CLEAN IDLE LABEL REQUIRED 13E-001 STANDARD OIL PAN 105-001 ENGINE MOUNTED OIL CHECK AND FILL 133-004 ONE PIECE VALVE COVER 014-099 SIDE OF HOOD AIR INTAKE WITH FIREWALL MOUNTED DONALDSON AIR CLEANER 124-1 CE LN 12V 320 AMP 4962PA PAD MOUNT ALTERNATOR 292-058 (3) ALLIANCE MODEL 1031, GROUP 31,12 VOLT MAINTENANCE FREE 2280 CCA THREADED STUD BATTERIES 290-017 BATTERY BOX FRAME MOUNTED 281-001 STANDARD BATTERY JUMPERS Application Version 8.9.003 Data Version PRL -1®M.016 Sherrill out:blank fRFicwTIiNER 10 40 20 N/C NIC NIC NIC STD N/C STI) STD STD STD $1,022-00 $207.00 STD STD 03/03/2016 10:00 AM Page 2 of 15 Page 489 q/ R/i 0 Prepared for. Jason Gaysll Horton Emergency Vehicles 3800 McDowell Rd Grove City, ON 48123 Phone: 614 539 8181 Prepared by- Sieve Tancos FY DA FREIGHTLINER COLD SLIS,INC 1250 WALL UTT ROAD COLUMBUS, OH 43228 Phone: 614 851 OD02 Page 94 of 1 Application Version 8"9.443 Data Version PRL=iOld .1116 Sherrlf Oman fliCl�l7 Tull �sEr�1 `,' Weight Weight Date Code Description Fret Rear Retail Price 282-003 SINGLE BATTERY BOX FRAME MOUNTED LH N.1C SIDE SACK OF CAE 291-017 WIRE GROUND RETURN FOR BATTERY CABLES STD WITH ADDITIONAL FRAME GROUND RETURN 289-001 NON -POLISHED 13ATTERY BOX COVER STD 293-058 POSITIVE LOAD DISCONNECT WITH CAB 8 $240-00 MOUNTED CONTROL SWITCH MOUNTED OUTBOARD DRIVER SEAT 107=032 CUMMINS TURBOCHARGED 18.7 CFM AIR STD COMPRESSOR PRESSOR JITH JNTERNAL SAFETY VALVE 108..002 STANDARD MECHANICAL AlR COMPRESSOR STD GOVERNOR 131-013 AIR COMPRESSOR DISCHARGE LIME STI} 152=039 GVG, FIRE EMERGENCY NIC VEHICLES ENGINE WARNING 128-076 CUMMINS EXHAUST BRAKE INTEGRAL WITH 20 1 eL00 VARIABLE GEOMETRY TURBO WITH ONIOFF CASH SWITCH 018=i C2 RH OUTBOARD UNDER STEP MOUNTED 30 2 $852.00 HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RIS R -PILLAR MOUNTED VERTICAL TAILPIPE 28F-007 ENGINE AFTERTREATMENT DEVICE, NIC AUTO TIG OVER THE ROAD ACTIVE REGENERATION AND DASH MOUNTED SINGLE REGENERATION REOUEST11NHI IT SWITCH 239-038 11 FOOT 06 INSET (138 INCH+01=5-9 INCH) NIC EXHAUST SYSTEM HEIGHT 233-017 STANDARD CURVE BRIGHT UPPER STACK(S) $263.00 237=1 CR RH CURVED VERTICAL TAILPIPE B=PILLAR NIC MOUNTED ROUTED FROM STEP N 2311-001 6 GALLON DIESEL EXHAUST FLUID TANK STD 3ON-003 100 PERCENT DIESEL EXHAUST FLUID FILL STC 43X-002 LH MEDIUM DUTY STANDARD DIESEL EXHAUST STD FLU0 TANG{ LOCATION 23Y-001 STANDARD DIESEL EXHAUST FLUID PUMP STC MOUNTING 43Y -O01 STANDARD DIESEL EXHAUST FLUID TANK GAP STC 242=011 ALUMINUM AFTERTREATMENT NIC DEVICEIMUFFLE AILPIPE SHIELD(S) 273-035 HORTON HT650 FRONTAL AIR ON10FF ENGINE STC FAN CLINCH 276=002 AUTOMATIC FAN CONTROL WITH DASH $18.00 SWITCH AND INDICATOR LIGHT, NON ENGINE MOUNTED Application Version 8"9.443 Data Version PRL=iOld .1116 Sherrlf Oman fliCl�l7 Tull �sEr�1 `,' Prepamd for, Jason Cavalto 3800 McDowell Rd Grove City, OH 43123 Phone: 614 539 8181 Prepared by: Steve Tancos FYDA FREIGHTLINER COLUMBUSJNC 12501 WALCUTT ROAD COLUMBUS, OH 43223 Phone, 614 8510002 02 Page 95 of 1 Application Version 8,9.003 03f03/2016 10:00 AM �I IA♦� Sherrif Page 4 of 15 tD'Ut lay Page 491 9 /r5/20 Weight Weight Data Code Description Front Rear Retail Price 110-003 _ ._ ,- CUMMINS SPIN ON FUEL FILTER STD 118=001 FULL FLOW OIL FILTER STD 266-078 950 SQUARE INCH ALUMINUM RADIATOR STID 103036 ANTIFREEZE TO P34F, ETHYLENE GLYCOL PRE= NIC CHARGED SCA HEAVY € UTY COOLANT 171=0 7 GATES SLUE STRIPE COOLANT HOSES OR STD EQUIVALENT 172-001 CONSTANT TENSION HOSE CLAMPS FOR STC COOLANT HOSES 270-016 RADIATOR DRAIN VALVE STD 168=002 LOVER RADIATOR GUARD STO 138-010 PHILLIPS-TEI R 750 TT/115 VOLT BLOCK 4 $108,00 HEATER 140-022 CHROME ENGINE HEATER RECEPTACLE $14.011 MOUNTED UNDER LH DOOR 134=001 ALLitvE3h3UM FLYWHEEL HOUSING STD 132004 ELECTRIC GRID AIR INTAKE WARMER STD 155-0153 DELL O 12V 36MT FOCI STARTER WITH $30.000 INTEGRATED MAGNETIC SWITCH Transmission 342-1 MR ALLISON 2200 EVS AUTOMATIC TRANSMISSION 1, 20-00 WITH PARK PAWL WITH PTC? PROVISION Transmission Equipment 343-301 ALLISON VOCATIONAL PACKAGE 354 STD AVAILABLE ON 1000/2000 PRODUCT FAMILIES WITH VOCATIONAL MODELS RDS, EVS, HS, MFC, PTS AND SPS 84B-003 ALLISON VOCATIONAL RATING FOR FIRE NTE TRUCK/EMERGENCY VEHICLE APPLICATIONS AVALABLE WITH ALL PRODUCT FAMILIES 64E®0€17 PRIMARY MORE GEARS, 6 FORWARD GEARS N,` WITH MANUAL SELECTION N FOR 3,2 AND 1, AVAILABLE FOR 1000120000 PRODUCT FAMILIES ONLY 09Ne000 NEUTRAL AT STOP e DISABLED, FUELSENSE e STC? DISABLED 64U=000 DRIVER SWITCH INPUT e DEFAULT m ILIO STD SWITCHES 353022 VEHICLE INTERFACE WIRING CONNECTOR $43.00 ITHOUT BLUNT CUTS, AT RACK OF CAR 34C-0071 ELECTRONIC TRANSMISSION CUSTOMER $38-40 ACCESS CONNECTOR FIREWALL MOUNTED 362¢1 SLI CUSTOMER INSTALLED CHELSEA 23012311236 NJC SERIES PTCA Application Version 8,9.003 03f03/2016 10:00 AM �I IA♦� Sherrif Page 4 of 15 tD'Ut lay Page 491 9 /r5/20 Prepared for: Jason Cavallo 3800 McDowell Rd Grove City, ON 43123 Phone: 614 539 8181 Prepared btv Sieve Tare s FYDA FREIGHTLINER COLUMBUS,INC 1250 WALCUTT ROAD COLUMBUS, OR 43225 Phone, 614€151 0002 Page 96 of 1 out:blank Page 492 IN& Weight eight Data Code Description Front Rear Retail Prf 363-001 PTO MOUNTING, LH SIDE OF MAIN NIC TRANSMISSION 341-015 MAGNETIC PLUGS, ENGINE DRAIN, STD TRANSMISSION DRAIN, AXLE(S) FILL AND DRAIN 345=074 RASH MOUNTED T -HANDLE CABLE SHIFT N/C CONTROL WITH PARK POSITION FOR INTERNAL PARK PAIL 970-006 TRANSMISSION PROGNOSTICS - Lt1SABLEU STD (NIA) 2013, FOR USE IN 1000/2000 ONLY 370-015 WATER TO CIL TRANSMISSION COOLER, IN STC RADIATOR END TANK 346-O01 TRANSMISSION CIL CHECK AND FILL STD 35T-001 SYNTHETIC TRANSMISSION FLUID (TES -295 STD COMPLIANT) Front Axle and Equipment 400-1 A5 DETROITDA-F=1 0.0-3 10,000# FFt 71.5 KP 1/3.74 N/C DROP SINGLE FRONT AXLE 402=021 MERITOR 15X5 O+ CAST SPIDER CAM FRONT $140.00 BRAKES, DOUBLE ANCHOR, FABRICATED HOES 403=026 FIRE AND EMERGENCY SEVERE SERVICE, N/C NON -ASBESTOS FRONT LINING - 419 -023 CON MET CAST IRON FRONT BRAKE DRUMS STD 409-021 SKF SCOTSEAL PLUS XL FRONT IFIL SEALS .STB 405-001 VENTED FRONT HUB CAPS WITH WINDOW, STD CENTER AND SIDE PLUGS - OIL. 416-022 STANDARD SPINDLE NUTS FOR ALL AXLES STD 405=002 MERD-OR AUTOMATIC FRONT SLACK ST ADJUSTERS 536-050 TRW THP -60 POWER STEERING STI] 539-003 POWER STEERING PUMP STC} 534-015 2 QUART SEE. THROUGH POWER STEERING STD RESERVOIR 40T-001 ORGANIC SAE 30/90 FRONT AXLE LUBE STO Front Suspension 620-062 10,600# TAPERLEAF FRONT SUSPENSION $21.00 19-00.5 MAINTENANCE FREE RUBBER BUSHINGS - STD FRONT SUSPENSION 2H-996 NO FRONT SUSPENSION SPRING BRACKET STD OPTIONS 629-004 FRONT SWAYBAR 60 $495.00 410-001 FRONT SHOCK ABSORBERS ETC Application Version 3.9.003 "' °" 03/03/2016 10:00 AM Data Version PRL -10M.016 $ a ❑i: herrif Page 5 of 15 out:blank Page 492 IN& Prepared for: Jason Cavallo Horton Emergency Vehicles 3800 McDowell Rd Grove City, OH 43123 Phone: 614 539 8181 Prepared by: Steve Tancos FYDA FRLIGHTLINER COLUMBUSJNC 1250 WALCU1T ROAD COLUMBUS, OH 43228 Phone: 614 851 0002 Page 97 of 1 Application Version 8.9.003 Data Version PRL -1 OM.016 Sherrif oun:blank 03/03/2016 10:00 AM Page 6 of 15 Page 493 01/ R/I 0 Weight Weight Data Code Description Front Rear Retail Price Rear Axle and Equipment 420-1 CY DETROIT DA -RS -15.02 15,000# F -SERIES -185 $676.00 SINGLE REAR AXLE 421-456 4.56 REAR AXLE RATIO NIC 424-001 IRON REAR AXLE CARRIER WITH STANDARD STD AXLE HOUSING 386-079 MXL 16T MERITOR EXTENDED LUBE MAIN -20 -20 ($359k0) DRIVELINE WITH HALF ROUND YOKES 423-001 MERITOR 15X6 Q+ CAM REAR BRAKES, -30 NIC DOUBLE ANCHOR, FABRICATED SHOES 433-025 FIRE AND EMERGENCY SEVERE SERVICE NON- NIC ASBESTOS REAR BRAKE LINING 434-005 BRAKE CAMS AND CHAMBERS ON FORWARD STD SIDE OF DRIVE AXLE(S) WITH AUXILIARY SUPPORT BRACKETS 451-018 WEBB CAST IRON REAR BRAKE DRUMS so NIC 440-006 REAR OIL SEALS NIC 426-074 HALDEX GOLDSEAL LONGSTROKE i -DRIVE STD AXLE SPRING PARKING CHAMBERS 428-002 MERITOR AUTOMATIC REAR SLACK STD ADJUSTERS 41IT-001 ORGANIC SAE 80/90 REAR AXLE LUBE STD Rear Suspension N 622-1 CX AIRLINER 12,000# REAR SUSPENSION -40 $6-00 621-047 AIRLINER LOW POSITION RIDE HEIGHT NIC 431-001 STANDARD AXLE SEATS IN AXLE CLAMP STD GROUP 888-050 IGNITION CONTROLLED ELECTRIC DUMP $196-00 SWITCH FOR AIR SUSPENSION WITH GAUGE 8713-001 REAR AIR SUSPENSION DUMP VALVE AUTOFILL NIC WITH IGNITION OFF OR >5 MPH WITH INDICATOR LIGHT 910-004 DUAL AIR REAR SUSPENSION LEVELING $82.00 VALVES 623-002 TRANSVERSE CONTROL RODS STD 630-006 10,000/15,000# AIRLINER REAR SUSPENSION 50 $816.00 STABILIZER BAR 439-004 REAR SHOCK ABSORBERS - ONE AXLE (AIR STD RIDE SUSPENSION) Brake System 018-002 AIR BRAKE PACKAGE STD 490-100 WABCO 4S/4M ABS WITHOUT TRACTION STD CONTROL Application Version 8.9.003 Data Version PRL -1 OM.016 Sherrif oun:blank 03/03/2016 10:00 AM Page 6 of 15 Page 493 01/ R/I 0 Prepared for: Jason Cavallo Horton Emergency Vehicles 3800 McDowell Rd Grove City, OH 43123 Phone: 614 539 8181 Prepared by. Sieve Tan os IFYDA FREIGHTLINER COLUMBUSJNG 1250 WALCUTT ROAD COLUMBUS, OH 43228 Phone: 614 8510002 Page 98 of I AE8.99D Weight Weight Data Code Description Front Rear Retail Price 871-001 REINFORCED NYLON, FABRIC BRAID AND WIRE STD 108.45 in BRAID CHASSIS AIR LINES CALCULATED FRAME SPACE LH SIDE., 120.04 904-001 FIBER BRAID PARKING BRAKE HOSE STD 412-001 STANDARD BRAKE SYSTEM VALVES STD 46D-002 STANDARD AIR SYSTEM PRESSURE STD FRONT CLOSING CROSSMEMBER PROTECTION SYSTEM STANDARD WEIGHT ENGINE CROSSMEMBER 413-002 STD U.S. FRONT BRAKE VALVE STD 432-003 RELAY VALVE WITH 5-8 PSI CRACK PRESSURE, STD NO REAR PROPORTIONING VALVE 480-086 BW AD-9SI BRAKE LINE AIR DRYER WITH NIC HEATER 479-015 AIR DRYER FRAME MOUNTED STD 460-008 STEEL AIR BRAKE RESERVOIRS MOUNTED $4.00 INSIDE RAIL 477-008 BW DV -2 AUTO DRAIN VALVE WITH HEATER - $73.00 WET TANK Trailer Connections 335-004 UPGRADED CHASSIS MULTIPLEXING UNIT STD 32A-002 UPGRADED BULKHEAD MULTIPLEXING UNIT STD Wheelbase & Frame 545-442 4425MM (1174 INCH) WHEELBASE NIC 546-094 9/32X3-7116XI10-1/116 INCH STEEL FRAME -60 -10 STD (7.14MMX255.610-281XI0.06 INCH) 8OKSI 552-030 1600MM (63 INCH) REAR FRAME OVERHANG STD 55W-006 FRAME OVERHANG RANGE: 61 INCH TO 70 NIC INCH ACS -99D CALC'D BACK OF CAB TO REAR SU SP CIL (CA): 108.45 in AE8.99D CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION CIL (CA): 105-45 in AE4-99D CALC'D FRAME LENGTH - OVERALL: 266.39 AM6-99D CALC'D SPACE AVAILABLE FOR DECKPLATE: 108.45 in FSS-OLH CALCULATED FRAME SPACE LH SIDE., 120.04 in FSS-ORH CALCULATED FRAME SPACE RH SIDE -. 121.66 in 553-001 SQUARE END OF FRAME 550-001 FRONT CLOSING CROSSMEMBER 559-001 STANDARD WEIGHT ENGINE CROSSMEMBER 562-001 STANDARD MIDSHIP #1 CROSSMEMBER(S) 572-001 STANDARD REARMOST CROSSMEMBER Application Version 8.9.003 Data Version PRL -1 OM.01 6 Sherrif NIC NIC STD STD STD STD STD 03/0312016 10:00 AM Page 7 of 15 Page 494 A out:blank I/ YY/l 0 Page 99 of I Prepared for: Jason Cavallo Horton Emergency Vehicles 3800 McDowell Rd Grove City, OH 43123 Phone: 614 539 8181 Prepared by: Sieve Tancos FYDA FREIGHTLINER COLUMBUS,INC 1250 WALCUTT ROAD COLUMBUS, OH 43228 Phone: 614 851 0002 Page 495 f Rf� c)-L_-.t:b1ank �Wlo Weight Weight Data Code Description Front Rear Retail Price 565-001 STANDARD SUSPENSION CROSSMEMBER - - --------- STD Chassis Equipment 556-1 AR THREE-PIECE 14 INCH CHROMED STEEL 30 $347.00 BUMPER WITH COLLAPSIBLE ENDS 558-001 FRONT TOW HOOKS - FRAME MOUNTED 15 $96.00 574-001 BUMPER MOUNTING FOR SINGLE LICENSE STD PLATE 586-024 FENDER AND FRONT OF HOOD MOUNTED STD FRONT MUDIFLAPS 551-007 GRADE 8 THREADED HEX HEADED FRAME STD FASTENERS FuelTanks 204-217 34 GALLON/128 LITER SHORT RECTANGULAR $83.00 ALUMINUM FUEL TANK - LH 2118-005 RECTANGULAR FUEL TANK(S) STD 216-005 PLAIN ALUMINUM/PAINTED STEEL STD FU EUHYDRAU LI C TANKS) WITH PAINTED BANDS 212-007 FUEL TANK(S) FORWARD STD 664-001 PLAIN STEP FINISH STD 205-001 FUEL TANK CAP(S) STD 122-084 ALLIANCE FUEL FILTER/WATER SEPARATOR STD WITH PRIMER PUMP 216-020 EQUIFLO INBOARD FUEL SYSTEM STD 202-016 HIGH TEMPERATURE REINFORCED NYLON STD FUEL LINE Tires 093-OE5 MICHELIN XZE 245170819.5 16 PLY RADIAL -82 ($34840) FRONT TIRES 094-1 Fir MICHELIN XDS2 245170R19,5 16 PLY RADIAL -144 ($412.00) REAR TIRES Hubs 418-056 CONMET PRESET PLUS IRON FRONT HUBS STD 450-014 WEBB IRON REAR HUBS -20 NIC Wheels 502-1 E5 ALCOA 77362X 19.5X7.50 10 -HUB PILOT 5.23 -64 $366.00 INSET ALUMINUM DISC FRONT WHEELS 505-1 E5 ALCOA 77362X 19.5X7.50 10 -HUS PILOT -128 $732.00 ALUMINUM DISC REAR WHEELS 524-001 POLISHED FRONT WHEELS; OUTSIDE ONLY $46.00 Application Version 8.9.003 0310312016 10-00 AM Data Version PRL -1 OM -016 Sherril Page 8 of 15 Page 495 f Rf� c)-L_-.t:b1ank �Wlo Page 58 of I AMBULANCE SPECIFICATIONS FSAI&VEF12.0 FIRE EXTINGUISHER: Too (2) 5# ABC fire extinguishers, with mounting brackets, shall be supplied on the completed vebicle per .he notations below. Quantity: Not e : Ship Loose Locate, Locate, Tlke following cot mounting hardware shall be installed per the instructions 1-isted below. The installation s��all meet the hardware manufacturer's installat.ion guidelines. In additi-on, the installation process sha.1.1. have been subJected to Hygee sled testing as autlined elsewhere within this document. Does your installation meet the sled testing zequirements? COT MOUNT: One (1) Ferno Washington StAt Trak icot mount System shall be installed per the instructions and recommiendatioms of the hardware. rnanufacturer. The cot mount installation must meet all rpquirements for cot retention ,3s set forth in the cvirrent federal speciF41nation, LIGHTBARS: LighTbar informatiori, as may be required, is noted. below. FRONT LIGHTBAR FOR 96" BODY: The lightbar specified bellow shall be installed per, the lightrber mounting instructions that follow. This lightbar shall. bf.-L & maximum of 86" wid(--, for installation with a 96" wlcie body, FRONT LIGHT BAR: The light bay, as described below, shall be provided per the information listed. below. Tmstallati.on of -,Jds liaht bar ori the vehicle shalfollow the instructions given under the "Light Bar Mounting" section of this specif,i cat. ion Model: WNFLEN 55" FREEDOM BAR Corif igure:: RR-WRVTVjRWRR ELECTRICAL EMERGENCY VISUAL WARNING SYSTEMS: Warning lights are to be installed per thie rollowing instructions: M Series control wire The nun t. shall include a control wire designed to al1c)w for chance. -Ing the flash patterns on tlhe specif.l.ed M Series i.,qhtinq, Page 32 of 54 Page 496 of 634 r"Jit-hinnI, 2/15/20 Page 59 of I AMBULANCE SPECIFICATIONS FSAI&VEF12.0 The vehicle headlights shall alternately flash through the activation of the appropriate switch on the cab control console. This feature shall be accomplished through a solid state flashing device that is a part of the primary electrical control board. A programmable phase control shall be built into the system board to allow alteration of the light flashing sequence. The flash pattern must be capable of being switched from an alternating pattern to a pulsating pattern. The phase of "on" time can be programmed to flash when desired for an effective light pattern. For instance: If the left grill light is flashing "on", the right flashing headlight is desired to be "on". Different flash patterns may be achieved through programming. L.E.D. LIGHTING: Whelen M7 Series red L.E.D. lighting shall be in-talled per the quantity and location requirements listed below. All lighting is to include the optional chrome flange. Location: (1) EACH CHASSIS FENDER AS INTERSECTION Lens color: CLEAR Whelen M9 Series amber L.E.D. lighting shall be installed per the quantity and location requirements listed below. All lighting is to include the optional chrome flange. Location: CENTERED ABOVE REAR ENTRY DOORS Lens color; CLEAR L.E.D. LIGHTING: Whelen M9 Series red L.E.D. lighting shall be installed per the quantity and location requirements listed below. All lighting is to include the optional chrome flange. Location: (2) STREETSIDE (2) CURBSIDE (2) FRONT FACE OF BODY (2) REAR FACE OF BODY, (2) REAR FACE OF BODY, Lens color: CLEAR L.E.D. LIGHTING: WINDOW LEVEL UPPER OUTBOARD CORNERS Whelen M6 Series red L.E.D. lighting shall be installed per the quantity and location requirements listed below. All lighting is to include the optional chrome flange. Location: ABOVE EACH REAR WHEEL WELL Lens color: CLEAR Page 33 of 54 Page 497 of 634 ,,iiVblank 2/15/20 Page 60 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 L.E.D. LIGHTING: Whelen M9 Series white L.E.D. lighting shall be installed per the quant.ity and location requirements "isteci below, All lighting is tn' inClUdw LhO optional chrome flange. Location- CENTERED FRONT FACE OF' BODY AUDIBLE EMERGENCY WARNING SYSTEMS: The following zindible ernergency warning feaLures shall be installed on the vehicle: AIR HORNS: One pair of 25" Grover Stuttertone air horns shall be installed and activated pey the information provided be -low by to chassis O.E.M. Trumpet Location: One on each side of tie hood Switch Location; Steering wheel and passenger's side of dash FOOT SWITCH AIR HORN ACTIVATION: A foot switch shall. be installed as noted tc� t)elow to activate the airhorns specified above. SIREN: The vehicle m.anufacturer shall supp.�y and install a Whelen 295SLSA1 siren as noted below. Siren Location: Cab Radi-o Console Quantity: 1 SIREN INSTALLATION: The eloctionic siren specified above shall. be installed in the designated location and wirod for operation thrOLIgh the speakers noted below. SIREN SPEAKERS: Cast Products #SA3805 speakers st-iaii be installed on tt).e chassis per the instruct -ions listed below. The speakers shall be wir-ed for operation through the siren listed above. Quantity: 2 Locate: Burnper mountcd SIREN SPEAKER INSTALLATION: The siren speakers specified above shall be bumper Tnounted and aired for operation. LIGHTING: Lighting information is noted below: Page 34 of 54 Page 498 of 634 oatblank 2/15/20 Page 61 of I AMBULANCE SPECIFICATIONS FSAICP-VEF12.0 SIDE BODY RUNNING LIGHTS: One Whalen M6 Series L.E.D. J.jght with a red lens and a chrome flange shall be insta.1leid on each side of the vehicle towards the rear of the body. These Lights shall function as both runr-iinq lights and turn signals. EXTERIOR COMPARTMENT LIGHTING: The, compartment l.ignting for the extierior compartments noted above shal.i. cot.sist of LED lighting strips. Stirips of LED lights shall. be installed on each side of the compartnIent opening on the irisido of the door jamb and shall c3irect the IiQht back into the compartment, These light strips shall fit securely 4TItoc cation. Tbese strips lips ins;tallled in this lo shall. be semi. rigid. Please note --hat rope lighting is not an acceptable alternative. to this requirement - [CC MARKER LIGHTS: The rred ICC marker .1-1ghts for this vehicle are to he LED. Ritider should ri(.,�te that sorne lightbars have ICC 11ghts already isistalled. In that ca.se those lights shall be installed in lieu oE the lights described here unles5 denoted within this dociament. M9 SERIES LED SCENE LIGHT- Whelen M9 Sleries LED scene Lights shall be installed in the quantit.11r and locations noted below, Each light shall include the optional chronne flange. These lights shall. beacti-vated by right and left side switches located within the front electrical control console. Additional means of activation, if. any, are listed in the clectrical sectic..�n of those specif ica Li OTIS. Qoantity-- Trate. -. TAIL LIGHTS: WhelenSeries L.E.D. tai'l/brake, back-up, and turri, signal lights shal.] be installed on tho rear. of t - he m�odule b�ody per the instructions listed below, All six of these lighting assemblies shall. inc.lude the optional chrome flange. The tail brake and turn signals shall be L.E.D. style 1 i t 5 . The back 'tip light shall be halogerI. Locate: ELECTRICAL POWER GROUP: 'rbn veliicie electrical. systern is evtreyne.1y importarit to this purchaser. The requirements for the onboard e ,dectr.ical system -arc note.ci in detail �below. The bidder"s electri(:.-al systein, should it d(viatc in any way from that which is specified, shall be explained in great detail. Tbis explanation shall present facts relative to the bdrider's system only. "'ne bidder shall not. draw any comparisons between the electrical system be.J.'trig offered, and the systew being specified. Any comparisons or decisions regarding OT)e systern versus anothex will be made solely by the.... ptirchaser and shall be based ent.`Lrely on the wry-ittien. description as provided by the bidder, at the time the proposal as submitted. All decisions made by the purchaser as to the rner-its of one systipm over another wi'l. be final and will riot be SUbject to disc .Luisiqua, em7her v(.-!Tbal or mrittlen, at. any point. Page 35 of 54 Page 499 oR12( outblank Page 62 of I AMBULANCE SPECIFICATIONS FSAI&VEF12.0 ELECTRICAL CONTROL SYSTEM STANDARDS: The electrical. control. system must meet all current ambulance design standards to include, KKK 1822, NFPA 1917 and AMD, A S%esterj is uesired that is easy to use, simple jjn design and allows electriCal. problem diagnosis and repair tirne to be minimized. 'The electrical system must be thoroughly engineered and manufactured to allow simpl.e personnel operation. Fi.nal)y, the system must ho designed so that the prcbability of expoxiericing dead batter i.enf shorted electrica) components and engaging in lengthy troubieshooting procedures will be reduced. Ir. Soax-' cases the electrical output provided by the chassis charging system car) be margirial, and under certain circumstances the electrical load can exceed the alternator output. In addition, some electrical systeals have not provided proper circuit protei:'tion and at ti-mes have riot. provided adequate wiring fo-r the load. To address the above objectivfa-S, the foj..j.E)win9 ininritnurr, e-lectrical. systern design is required. CONVERTER ADDED CHASSIS CHARGING ENHANCEMENT: The basic design for the chassis electrical output system must include equipment that provid.es adeqrate eiectzicai needs to operate Lhe vehicle's electrical components. In addition, a system i.s desired that continually monitol--s the Chassis voitage and amperage out put$. rhe end result of the desired electrical output systeni is longer battery life, less down time associated with charging system repairs, and the fulfillment of each and every emergency response. BXFTERY SELECTOR SWITCH: A two - position power selector, turning the haat tei.y power. to the ambulance sys-tems either On or- Off shall be furnished. The switt.:h shall be locaLed on or near the driver's seat base. lawless otherwise specified, the battery switch shall. not disconnect power to the OEM chassis systems - Note: certain chassis are permitted from cii9connecting ciiassis power with this switch. Automatic Throttle Advance: T,n order to reduce the number of comporient parts and unnecessary throttle linkages, the factory electrcnic throttle conzi-ol shall be utilized to activate thic throttle advanine ssysterflP The controls shall. require that the chassis be placed in Park or Neutral with the Modiule Disconnect -1rake engaged before activation of -;witch in Lhe On position and the Pzirk I the throttle advance. A di.qizai display warning on tile drive -1:7 console, c_ompan - -ied by an alidible tome, must instruct. tile driver to Set Park Brake or Rel ease hark. Brake to engage or disengage the automat, nc thrott J e control. No Exceptions. Page 36 of 54 Page 500 ofA120 ,,�ut:blank Page 63 of I 4A11BULANCL SPECIFICATIONS FSAI&VEF12.0 AUTOMATIC LOAD MANAGEMENT: In order to insure that onboard pers,onnel attention is foclised on victim a rk care rather than be.ing occupied with manitoring vehicle SyStelns, aUtownatic load. management SYStCITI is required. The bidder must provide a systen) that continual-ly nionitois the vehicles cha.nging system while it is sitting on scene. The system design shaIJ ha.ve the abilaty to automatically shut down riot less than tern pre-pyogranuned elecUical circz..iits to prevent a deficit charging rondition wt hile uv e ehicle s i sitting at idle. The 5ystem h sall , beprcugrauLyned: to constantly scan the electi.ical systern. If as defic-,it charging corrditi,on continues for more 1,-han one minute, a pre- prograumied circuit shall. shut down, correspionsingly reiducing the electrical draw. If the deficit. condItion continues, ,i sociond circuit shall automatically shot down. This process shall continue to repeat at. oT - -cuits are shut down with ne-minute intervals unti.l. at, least ten ciT corresponding I'Dad red'uct..ions. In the event any circuits are beirig clontrolled (dis�abled) by the load management system, the, driver must be informe,d in two ways. rirst, as digital display waini.ng shall appear on the driver information panel. indicating Load Management Active9 At the sarne time, the L,.E,D, switch indicatior light shall begilk to flash for each specific circuit that is being disabled. Systems that cannot indicate specific circuits being, affected by the Load Management Systern are not acep ctable. Load management systevns must be prograM]Med throUgh a. microprocec-�r,or based logic and rneJUOry system rather than a series of mechani�..�'al relays. Systems that require rnanLAZAI activation of Load Management will not be acceptable. Once the deficit-, conditii)n coases to exist, the system must be capable of restarting any disabled circuit without any action required by the driver. Tt�e bidder is required to furnish as system that permits the end user, if he so desires, to determine prior to productio.n the order of priority for shedding loads. AlthOlUgh the entixe systern must function autamat-ically, it, must also be designed so that it can be set by the and user to as mode for restocking, training, or Twairiteriance corivenience. Thf,-.a System. Off setting shalL not be merely a t. ohne wbal.ch wcailid perndt. the operator to easilY turTi off Loald me rely The interit is to keep the system active at all. times when the vehicle is in operatio.n. LOW AMPERAGE SWITCHING: Eleictric°ial devices that are not activa,ted autiomaticallY shall be contrioll(-A froin either the cab or patient area contral panels througla t.he use of manual. switches. A to amperage switch that sends only an on/aff signal to the central ellectrical distributiir..an area is required. rnis switches provided sh all. have documented durability ratings at as minimum of fifty million (510,000,000) (:Y(,Jes. -ijr- switch design shall include ml.-ignetic technology to, attain the required durability ratings. Switches that arip rocker style will not be acceptable due to their tendency to clelarade and fail in continueci field use, To eliminate loose (.ar poor ClOntacts, it is unacceptable to have solder -ed or term:Lnal type connections, for the swir-ches. The swit-c1hes must be an inberent. part. of the panels Page 37 of 54 oatblank Page 501 011M/0 Page 64 of I AMBUL4NCE SPECIFICATIONS FSAI&VEF12.0 SWITCH "ON" INDICATOR LIGHT: kll. switches (unless otherwi.se noted) on the panels described below s 1.s hall inrl.v,de a red I.,.P.D, indicator light that will ind-icate when power being applied to a circuir"_ 1�)asjqns that, have indicator lights that activate to indicate switcb position only are not acceptable. In addition, the ind.icator lights shall be independently programmable to flesh or steady burn as 3requdred to areet the end user specificatio.". SWITCH PANEL DESIGN: Both the driver arid the Fatient area switch parr:<1.must be designed so they can be easily decont'amn iated. Curyent designs make decontamination impossible when an e attndant must use a contaminated glove to cpe. ratp the switch panel while treat-ing a patient. These areas become breeding grounds for bacteria. Fcxy this reasion, j.,Lle switch panels pilrst be built-. in such a. manner that there are no operrings or revices on the pariel. faces. The entire switch panel mu!�t be, se,,aled with a protective ovey lay material. There shal.]. be no printing or labeling on the face of th]Ls matreal_ Holes in the panel through which switches, backlighting, or legends are inserted will be unacceptable. The parjeIs must be cleanable with any commercially available spray type cleaner or disinfectant commonly used by EMS systeins with no damage created by fluids leaking tbrough openings onto the circuit boards or switch contacts. The Panel surface niust be covered with a polyester filin 'Laminate for enhanced solvent resistance, strength, and di..rrabijity. Both front and rear switch panels ,h[all have been tested to at least a 24 hour exposur under DIN 42 115 Part 2 for the fol. iowing commonly used chenl.icajs: hydrogen peroxide <25%, bleach <2101%, glycol, isopropanol, xylene, benzene, phosphoric acild 00%, ainnonia <2%, hydrinir,,:hloric acid. <10%, avcetic acid <50%, sulphuric aicid <10%, diesel fuel, silicone oJ.1, linseed I a Windex, Flormu. 41019, Fantastic, Wisk, Downey, washing powders, fabr.,.ic conditioner, Ajax, and glycerin, The bidder shall be required, if asked, to provide the app2i -opriate documentation Showing that the above chemicals produced no vis-ible damage after int 1.east a 24 hour exposure. B-idders should be cautioned that commonly used polycarbonate or vinyl membrane fascia and naryneplate substrates for electrical panelswil'.11 not meet this requirement. The panels shall be spill. resistant to sliecl accidental molsture from spilled soft drinks or coffee cups. in addition, the surface's of the panels shall. be antlmirrok.)jalw 'This antimicrobial property is to be inherent in the surface material itself and shal.lnot need to be reapliedat anq point in the future. Products offered that, include ,-ftermarket treatmcnts Of the para... 5LIlfaces will noL be considered SWITCH PANEL BACKLIGHTING: All, switch perimeter's shall be lighted a_nc-1 raised for ease of Switch location at night. In addition, the, control. panels shal.]. includJe- a red Ccjcr 1,FD i.ncncator --to furthpr d.J.,stAncau-'sh swit'-.11 act-ivatiOn- The swit.cli panels shall include, on each pane -I., an -individual intensity control. swit.ci, panel I.-igintIng that operates at., the samp level sS thEa cab instrument pane.]. or that. illuminates both the front and rear panels at the sarne intensitywi-I.A. not. be consider(=,d. The bidder must. provide totally independent, con-ly-ol for each panel.. Page 38 of 54 Page 502 o�#�2, out -blank Page 65 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 Switch Activation: The cab control center shall include 8 critical buttons installed in protective enclosure with proper ventilation to maintain temperature. The following minimum circuits shall be provided on the switch panel: -Module Disconnect -Emergency Master -Emergency -Interior Lights -Exterior Lights -Home -Apps -Options The following displays will appear on the Home screen of the cab console: -Voltage (to the nearest 0.10 volt) -Amperage (to the nearest amp) -outside Temperature -Inside Patient Area Temperature -Access or Compartment Door Open -Electrical System Diagnostics -24 Hour Clock -HVAC -Emergency Brake Warning -Accent Lighting and Backlighting -Patient Warning Warning Message and Display Controls Page 39 of 54 Page 503 01RR110 olutblank Page 66 of I AMBULANCE SPECIFICATIONS FSA I&VEF12.0 ,-;witch Activation: Home The patient area control center shall include B mission critical buttons installed in a backlight aluminum control panel. The following circuits shall be provided on the Home screen of the switch panel: -Rear Heat/AC Activation and Separate Temperature Control -Rear Heat/AC Fan Speed Control -Power Vent -Interior Lights -Oxygen and Suction -Patient Status -Stop Clock -Oxygen Line Pressure -oxygen Cylinder Pressure -Exterior Lights Digital Message Center: The following digital displays shall appear on the faceplate cf the patient area control console when selected; -Patient Area Temperature -Thermostat Setting -Oxygen Tank Pressure -Oxygen Line pressure -Oxygen Warning Exterior circuits such as loading lights, side scene lights and compartment lights shall be activated by low amperage, non-mechanical switches. The type of switch desired is a magnetic sensitive switch that activates the circuit when the magnetic plane is broken. Plunger type switches are not acceptable because of their short useful life and higher amperage requirements. DOOR OPEN INDICATOR: A vehicle graphic door open warning indicator, with accompanying audible chime shall be installed in both the cab and patient area. A di: ' iital display shall appear on both consoles indicating which specific door has been left ajar. Under no circumstances will red flashing lights or systems that do not specifically pinpoint a specific open door be acceptable Page 40 of 34 jatblank Page 504 SR/10 Page 67 of I AMBULANCE SPECIFICATIONS FSAI&VEF12.0 F75 i D 1:11i i 50�� The electrical system smart modules shall be independent and include their own logic. They must include RAM memory to execute commands without having to rely on a central CPU. The system must not be centered around the use of a logic -controlled microprocessor built into a single circuit board. This logic control system is required to maximize reliability of the electrical system and to minimize downtime. It must be provided in order to match the type of control system used in the chassis and to prevent communication problems caused when dissimilar systems are employed. The design of the system must totally separate chassis operation from converter feature installations. In the unlikely event of converter component failure, the chassis must still remain operable. The computer based electrical system must utilize components similar in design to the computerized chassis functions such as the OEM cruise control system, fuel feed system, transmission control system and braking system. Because most chassis manufacturers have chosen multiplex electrical communication technology to operate the chassis system, this purchaser requires the same technology for the converter -added systems. A standardized electrical control and wiring system is required. The vehicle manufacturer must own and control all rights to the electrical system. Standard systems controlled by outside vendors and modified for a specific vehicle or manufacturer will not be acceptable due to the unpredictability for future parts or service. Switch panels or modules that are not standard in design and are not interchangeable from one unit to another will not be considered. Since solid state logic -controlled technology is commonly available and not proprietary to any one manufacturer and has been proven to be more reliable with greater benefits, a blanket exception or clarification regarding the electrical specification is not acceptable and will be cause for automatic rejection of the bid. In addition, the system will consist of a series of input / output control modules to manage and feed information and to control the various circuits required by this specification. Each smart module must have 32 outputs and 10 inputs. The smart modules shall have a chassis gateway interface with a 120 amp max output. Mate -Lock connectors shall be used for all load connections. Molex connectors shall be used for data transmission lines. Under no circumstances will systems be acceptable that utilize screw type terminals or card connectors due to their susceptibility to working loose due to vibration normally encountered on a vehicle_ Underno circumstances may the operation of the central procesAng unit or the input or output modules be based upon the operation of mechanical relays. Relay based systems require higher amperage operating current and rely on mechanical contact points designed to degrade with use, creating short duty cycles for the vehicle electrical system. Relay based systems, due to those limited short duty cycles, will not be acceptable for the requirements of this specification. Page 41 of 54 Page 505 of 634 oatblank 2/15/20 Page 68 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 UNIT FUNCTION: The electrical control system shall be fully programmable and shall control a number of functions. The minimum functions to be controlled are as follows: -No Load Starting Circuit (as defined in subsequent sections of this specification) -Load Management -Sequenced Start Circuit Activation -Electrical System Diagnostics -Climate Control Beat/AC operation -Intensity Controls for Patient Dome Lights -Oxygen Warning System (high and low pressure) -All Warning Light Flashers and Flash Patterns -Patient Status System -Electrical Diagnostics UNIT FUNCTION OPTIONS: The electrical control system shall be capable of adding the following options: -Up to four cameras -Emergency GPS -Pulse width Modulation -USB port for field upgradability -Seat belt monitor display -Remote system activation from a mobile device -Record ambulance PM schedule The electrical control system shall include the ability to manage user defined maintenance issues. It shall also allow for the notification of critical care issues such as oil changes and tire rotations. lvrzrqTAH��� Each converter added electrical circuit must have circuit protection for both over current limit and over temperature condition. The circuit protection shal,``. be provided by solid-state circuit breaker/switching devices (MOSFETS) for both the input and output wire feeds for each circuit. The circuit protection shall require no user intervention such as that required for circuit breakers or fuses. The system shall be able to indicate an output fault warning. Page 42 of 54 Page 506 of 634 outblank 2/15/20 Page 69 of I AMBULANCE SPECIFICATIONS FSAI&VEF12.0 FIELD PROVEN AND TIME TESTED ELECTRICAL SYSTEM: The converter- added electrical system represents the most important system in the, design of this ambulance, Reliability and proven performance is essential> Therefore, the bidder must be able to demonstrate that they have at least ten years experience with solid state l,olgic--cc.;ntrol..Led electric,.al systems installed in emergency vehicles. Further, the bidder rraist be capab-Le of all programming required by the system without turning to outside vendors. This -includes cUstOm- pi.-ogi-.-arnnred items as may be delineated in this specifjxation The bidder may be required to demonstrate an in production c.T.- in service vehicle in order to guarantee comp.liance with this requirement. Prototype or first of a kind. electrical systens are not. acc-eptable. The purchaser may requAre the bidder to furnish specific references to further document comp] i ance. WIRING: The following minimuni wiring standards are required - Identification By color, by j..teglized number, and by actual circuit narne, stamped every 4- 6" Same: Size will vary and will. be dependent upon each wire being ab -le to Carry a minimum of 125% of the actual circuit load. Protection of Wiring. ?-,11, wiring Trust be run J..n breakaway wire locim for protec=t ion aqa3rlst abrasion or chafing. ELECTRICAL SYSTEM DIAGNOSTIC CHECK: The electrical system must have bui.lt-in capability to self check each converter --a ded circuit and identify a short or open, circuit. by means of a single diagnostic switch. . Thc-.r diagnostic, system shallbe operabl<e. froni the d7river's seat without exitAng the vehic-I.e. Diagnostic, systems that are 'nCorporated into exterio-T, compartments, patient: area intcrior cabinets, or remote locations wi..11 not be acceptable. The relevant infoimation shall be dibplayed on the di.qital display on the cab Switch panel. When the operator activates the Run Diagnostic switch, tinet uni will, initiate the systerus check. Tues digital dh display s,31-1 7I13sh the message Running Diagnostics while the check is in progress. The system must go through all outPUts for the e hn ie l.a no check for malfunctions. if a malfunction is found, the display shall stop flashing and steady burn to indicate the message Module f, Output. #, Fail. This message will direct thp service staff to the correct output module and the correct wire number in order to trOU]sle'51100t a.nd repair the system. once a failure is identified, the Operator may continue to run the remainder of the diagnostic Iry pressing the Warning Reset switch. The bidder shall.. furn-ish with the vehicle a detaiLled di<sgrain indicati.na each input, and. controlled by the output. To.odule number arid identifying each circuit module. Page 43 of 54 outblank Page 507 o�No Page 70 of I AMBULANCE SPECIFICATIONS FsAirp-VEF12.0 . . . Being able to service the electrical system should the need arise is of the utmost importance, To reduce the down time associated with servicing, the following information shall be provided at the time of delivery: 1. Electrical system operating instructions 2. Patient area heating/AC schematic and parts list 3. Oxygen and vacuum system schematic, parts list and leak check instructions 4. Battery and alternator schematic and system description 5. Radio communications installation instructions 6. Wire description list for converter added wiring 7. Individual schematics for all converter added electrical circuits The 'Module Disconnect' circuit shall default to the "on" position when the battery switch is activated. Manual activation of the switch is not acceptab.le. BATTERY SWITCH: A two position 'On -Off' "Meister" battery switch shall be installed on the vehicle within easy reach of the driver. This switch shall control power to the converter -added electrical circuits. Items specified to be wired "Battery Hot" shall not be affected by the Master battery switch. Under n:', circumstances shall this switch control the chassis O.E.M circuitry. All chassis power (ignition, headlights, etc.) shall remain as designed by the chassis builder. PREWIRE FOR INVERTER: The vehicle converter shall furnish and install the necessary wiring for the installation, at a later time the following inverter. Wiring Location: Street side intermediate 42 compartment Duplex 110V interior electrical outlets shall be installed. Quantity and location information is noted below. Each outlet shall be GFI protected and shall illuminate when powered. Quantity: Locate: Locate: 2 Inhalation Area Wall Over Bench 12 volt electrical outlets shall be installed within the vehicle. Quantity, location, and adapter type ars- provided below. All 12 volt outlets shall be protected by a Schottky medical isolator. In addition, the 12 volt outlets shall be wired through a 20 amp manual reset circuit breaker. All outlets, unless noted otherwise below, shall be battery switched. All 12 volt outlets shall be labeled. Adapter Type: Cigarette Lighter Style Quantity: 3 Locate: Inhalation Area (2) Locate: Front Wall Cabinet Page 44 of 54 Page 508 olfflho Page 71 of I AMBULANCE SPECIFICATIONS FSAICP-VEF12.0 SHORELINE: The vehicle shall be equipped with a Kussmaul Super Auto Eject non -arcing shoreline. The male shoreline inlet shall be installed as noted below. This inlet shall be a straight three -prong type and shall include the female adapter plug. The shoreline shall be designed so that the plug will automatically eject from the inlet in the event that the vehicle is started while still plugged in. The shoreline shall include a hinged cover to protect it from the elements. The shoreline system shall be designed to handle a 20 amp load, and shall also include a 20 amp inline GFI breaker, Locate: Street Side of Module Body as Far Forward as Possible EXTRA CIRCUIT BREAKER: A spare 15 amp manual resetting circuit breaker shall be installed as a provision for the possible installation, at a later time, of additional equipment. This feature is in addition to any prewire that may be included elsewhere within this vehicle specification. The total number of spare breakers is listed below; Quantity: CAB SWITCH PANEL INSTALLATION: The cab control panel for the converter -added electrical circuits shall be flush mounted in the upper face of the cab console. The mounting surface shall be angled downward so that the LCD screen and switches are visible to both the driver and passenger positions. REVERSE ACTIVATED REAR SIDE SCENE LIGHTS: The rear scene lights on either side of the vehicle shall be programmed to be activated when the vehicle is placed into reverse gear. This is in addition to the other modes of operation as described elsewhere within this document. This feature shall be attained through the programming of the onboard electrical system. Systems that require additional wiring in order to provide this feature are not acceptable. SIDE DOOR ACTIVATED CURB SIDE SCENES: The curb side scene lighting shall be programmed to be activated when the patient compartment side access door is opened. This is in addition to the other modes of operation as described elsewhere within this document. This feature shall be attained through the programming of the onboard electrical system. systems that require additional wiring in order to provide this feature are not acceptable. REVERSE ACTIVATED LOADING LIGHTS: The load lighting on the rear of the vehicle shall be programmed to be activated when the vehicle is placed into reverse gear. This is in addition to the other modes of operation as described elsewhere within this document. This feature shall be attained through the programming of the onboard electrical system. systems that require additional wiring in order to provide this feature are not acceptable. Page 45 of 54 Page 509 o�A�ho o'utblank Page 72 of I AMBULANCESPECIFICATIONS FSA 16- VEF12.0 AUDIBLE LOW VOLTAGE ALARM:: ,An audible alarin shall be programmed to war'n the operator should the vehicle's voltage drop below 11.8 volts for 120 seconds. EMERGENCY BRAKE WARNING: When the vehic.le is placed into 'Earle' or "Neutral" with the "Modtle Disconjnect" switch °Cnl and the "Red Plashing Light" swAtch on', then an audible alarin, accompanied by a visual readout on the ,ab co:nsole digital display, sha.11 warn the vehicle operator to engag(thio emerger)iry brake— Likewise, when the vehicle is Placed into gea;r, then the same alarm will sound with a visual display warning the operator to disengage the emergency brake„ REPORT LIGHT - Report l.i.q.h.ting, as described below, shall be installed within the patient area. The fixture shall be LED, The fixture, shall be clontrolled via a switch on the attendarit c,ontrol panel, This design will allow of simple '"one touch"' operation whIlle still providing for flexibility in tcrms of lighting needs,. QuantJ t y - (1) STEP WELL LIGHT: A 10.511 LED Vista Ilia nt strip wiai he instal -led on the bcnch Side of the step well, Light to activate with door oiler.. througii a magnetic door swi tch . FLUORESCENT LIGHT: r.11 FuoresciInt liglitie, int ng shall be, per the quantity and location information noted below. Each light shall be a 24" Thinlite and shall. be operab-le frorn the rez.ir switch pariiel., other modes of o.peyation, as ,appl icable, shall be rioted elsewhere wit-hin th�l.s documeylt, Q Ua 11 ti. t y Locate: Spaceci Evenly from Front to Rear PROGRAMMABLE LIGHT TIMER: ,A momentary $wit(:.-jj s�.jal.l be installed zis noted below to o..)erate the speci.fileld lightiny with the battery switch in t he off 1, position and the, shoreline plugged in. The switch shall activate a prograranlab,ie tiftle-,r that Will automatically shift the lights off after the spec.-ified period of tirne. This timer shall be field-prog-ra-mmable to allow the time to be adjuste,d after the vehicle has been delivered, The initial. time se,,.ttinq !,,,.hall be as follcsn Locate : LicfhtVis) Controlled,, ln,.)tial. Time Setting�' Page 46 of 54 Outblank Page 510 Sy?/10 Page 73 of I AMBULANC-E SPECIFICATIONS FSA16-VEF12.0 FITO'Mpfffluo Whelen LED dome lights shall be installed in the patient area ceiling. Quantity and location informatiQn is listed below. The lights shall be recessed into the headliner and shall not protrude from the ceiling more than 1". All dome lighting shall be adjustable and shall be controlled via solid state switching at the patient area electrical control console. Over Cot: 3 Over Squad Bench: 3 Walkthrough; 1 AUXILIARY BRAKE LIGHTING: The rear red flashing lights, as specified elsewhere within this document, shall be wired so that they illuminate when the brake pedal is depressed. This lighting is in addition to the specified brake/tail lights. Configure: Emergency lighting is to override this feature HEATING AND AIR CONDITIONING: A temperature control system is desired that provides quick and simple operation while maintaining a uniform temperature throughout the patient compartment. The unit itself must be located so that it is easy to access for service. This location must also be near the O.E.M. heat/AC connection points when provided so as to increase the overall efficiency of the unit. The following minimum design standards must be adhered to in order to best meet the needs of this purchaser. The climate control functions shall be controlled through a primary location in the inhalation panel, and through a secondary location in the cab electrical control console. The switches used for the operation of this system shall be identical to the switches described in the "Electrical" section of this specification. Switches shall be present in the front console to select either 'Heat', 'A/C', or 'Off' functions and to select the desired temperature. Switches shall be present in the rear control panel to select either 'Beat', 'A/C', or off' functions, 'Automatic' or 'Manual' mode of operation, and to select the desired temperature. THERMOSTAT: The temperature level shall be adjustable from both the front and rear electrical control panels or the 12V system. Two switches at each location shall be used to scroll through desired temperature settings on one degree intervals. once the desired temperature is set, then the system shall retain that setting regardless of the position of the battery switch. The temperature sensor for the system shall be located at the inhalation panel so as to attain a true patient compartment temperature. The temperature setting and the actual temperature reading shall be viewable from both the front or rear digital displays. This system is to be controlled through the converter -added electrical system. Under no circumstances shall household type thermostats be acceptable. Page 47 of 54 Page 511 olffl& w at:blank Page 74 of I AMBULANCE SPECIFICATIONS FSA16-VEF12.0 PYPE��� The system shall allow for both automatic and manual operation. When set to the manual mode the fan speed shall be infinitely adjustable from the rear control panel for extra ventilation. When set to the automatic mode the fan speed shall be controlled by the thermostat setting. The temperature that is selected shall be continuously maintained. When the selected temperature has been reached, then the system shall automatically cycle the fan speed down to reduce unnecessary electrical load. The flow of hot water from the chassis to the converter -added heat/AC system shall be controlled by an electrically operated valve located under the hood. Water flow to the rear heater shall be activated when either the front or rear heater switch is turned to the 'on' position. It is a requirement of this specification that this type of valve be used unless the converter is supplying a self-contained beat -AC system. The term "self-contained" is defined as being a unit that does not require any water flow from the chassis. Under no circumstances will manual valves be considered. Manual valves are inconvenient and tend to leak. It is required that the heat/AC unit be installed inside a custom-made aluminum box beneath the attendant's seat. This box shall be perforated to provide air flow to the heat/AC unit mounted beneath the seat. This is required for efficiency, serviceability, and safety. Many O.E.M. chassis builders provide tap -in points for the converter - added heat/AC unit behind the driver's seat. Therefore, system efficiency is higher when the hot water from the chassis is pumped to the area beneath the attendant's seat. Efficiency is not lost by pumping the water over an extended distance or up to ceiling level. Such a condition would naturally result in reduced patient area temperature levels as excessive flow resistance would be present. The attendant's seat shall be installed on a hinged top cover for the aluminum heat/AC system housing. This allows the seat to be hinged forward and out of the way for service work. The unit will be accessible by removing three bolts located behind the seat and lifting the seat forward as opposed to dismantling cabinetry, etc. In the unlikely event of a system leak the specified installation location will allow the leakage to run out onto the ground. Systems that are installed above cabinetry may leak into the cabinets, thus ruining the cabinets (if they are wood) and the cabinet contents. A replaceable carbon filter shall be installed at the air intake area of the heat/AC system. Replacement of the filter shall be simple, and shall require very little time so as to assure that the vehicle will not have to be taken out of service. Replacement filters shall be readily available and shall be capable of being cut to the proper size to fit the vehicle, Page 48 of 54 Page 512 of 634 outblank 2/15/20 Page 75 of I AMBULANCE SPECIFICATIONS FSAICP-VEF12.0 AIR FLOW: The installation of the heat/hC system shall inclt.ule an air duct system to dire,�C.t the. airflow in such a way as to provide uniform temperature levels throughout, the pat.Aent cccxr.tpartment. AJr intake shall be from the fl,00r Jel. The air shall. be cha.nneled through a duct that as aft of the heat/AC unit. The air shall exit. through adut jsable vents at the Ceiiinq level above the attendant's seat. This design will allow for' a' circular flow of air throughout the. patient nompartment.. The specified design will separatthe intake and exhaust ports. ( Separe.Lion of the. int ake and exhalast will. decrease air turbulexic-- a..nd. .improve overall efficiency of the systleyn. Systems that combine intakes and exhiaosts withiul the same grille work will. riot ejcce.Ptable. 12V HEATIAC SYSTEM: The 12V 1.�eat./A,C system shall be installed per. the J-nst-.-ructions listed above. This sysstiu=m shal.1 be designed to be independent from the chassis G.E.M. A/C system. At no poirt"shall. thp converter -added A/C syste",n. tap into the O.E.M. system, The system provided shall include an evaporator, cornpre,ssor, and. a bottoni-TrNount: condenser. The RTIJ and CFM ratings on this unit shat 1. be as followls: Heat, 165,00OBTU A : 32,OOOBTU CFM: 650 DUAL AJC SYSTEM, The manufacturer siiall 1:zriovide and install a dua12V A/C systewn as note(i below, This system shall include a second evaporator and a 3 -fan condenser and shall be rrnrl off of the auxiliAr.y A/C cc.orpresso.r. This second a.ystein she'll include a separate funct.jon. lhis seco�nd unit shall operate as A/C only and sball provide an adstandditional 32,000 BTUs and 650 CFAs over and at.)ove the -nani.,ifat icurerls and package. Locate:: Alxove front wall cab-ineL HEAT/AC INTAKE FILTER, A t,hree--ply air filter' shall, be installed at the heat/AC air intake point. This filter shall nc.at be made of paper prodluicts'The filter is Lo include an internal wire frame and 's to be constructed with a self- gasketing perimeter t o prevent leaks. This filter is to be used in lieu of any other- filters that the rn,.-.i may typi(.,ally provide. VENTING SYSTEM: InsL.all a 400cfm exhau',Sc and. a Static int.,@.ke vent. Rach vent cover is �o the 9.511 square and is to feature P poli -shed finish. CAB CONSOLE AND COMMUNICATIONS: 'rhe vehicle communi,ations anid console features are design -,ted below. Page 49 of 54 outblank Page 513 qN& Page 76 of I AMBULANCE SPECIFICATIONS FSAI&VEF12.0 An RG 58U coax shall be installed. A removable access plate in the patient area ceiling shall be provided for access to the exterior termination point located on the module body roof. Under no circumstances shall the vehicle design necessitate disassembly of the interior finish work to access the coax termination point. The coax shall terminate at the following locations: outside Termination: Inside Termination: A second RG 58U coax shall be installed. A removable access plate in the patient area ceiling shall be provided for access to the exterior termination point located on the module body roof. Under no circumstances shall the vehicle design necessitate disassembly of the interior finish work to access the coax termination point. The coax shall terminate at the following locations: Outside Termination: Inside Termination: A third RG 58U coax shall be installed. A removable access plate in the patient area ceiling shall be provided for access to the exterior termination point located on the module body roof. Under no circumstances shall the vehicle design necessitate disassembly of the interior finish work to access the coax termination point. The coax shall terminate at the following locations: Outside Termination: Inside Termination: RADIO PULL WIRE: A pull wire shall be installed to aid radio cable installation and prevent removal of interior panels once the vehicle has been completed. Location: Terminate: CAB CONSOLE: A console shall be installed in the cab. The console shall be installed at *'loor level and shall allow space for siren and radio head installation. The console shall be color coordinated with the cab interior. The top of the console shall be on a slant and shall house the recessed emergency control panel and integral digital display. Under no circumstances shall the console interfere with the OEM vehicle controls or gauges, nor shall the control panel be installed in such a manner -�s to interfere with either the OEM vehicle controls, gauges, or the driver's line of vision. Page 50 of 54 Page 514 02ffl& outblank 77 of I 111IBULANCE SPECIFICATIOPageNS FSA16-VEF12.0 An aluminum console extension shall be fabricated and installed in the vehicle cab. The extension shall attach to the front console and shall include a location to mount siren and/or radio heads, as well as three slots for storage of map books and binders. The console extension shall be covered in carpet to compliment the interior cab color. CUP HOLDERS: Two (2) large cupholders shall be installed in the front console with easy access from both the driver's and the passenger's seats. RADIO POWER/GROUND: The vehicle manufacturer shall install three heavy gauge cables for radio power. One cable to be wired battery hot, one cable to be wired ignition hot and one cable to be wired as ground. Termination is to be to insulated studs. Locate: Behind Driver Seat Reliability, safety, and ease of operation are essential characteristics of the onboard oxygen and suction systems. System design must meet the following minimum guidelines. Bidders are asked to respond to each section appropriately per the bid requirements and to explain any variations to these requirements. The rear switch panel shall contain two switches labeled "OXYGEN" and "VACUUM". Each of these switches shall electrically activate those respective systems. That activation shall be instantaneous. Systems that are not instantaneously responsive to their activation will not be considered. SYSTEM DESIGN: A single piece manifold assembly shall serve as the basis for the oxygen delivery system. The manifold assembly shall incorporate ports for installation of 02 lines to all specified outlets, an electrically activated oxygen delivery solenoid, and a manual bypass valve. The assembly shall be installed behind the inhalation panel and shall be easily accessible. The switch, located on the rear control panel and labeled "OXYGEN", shall activate the solenoid- This design will allow for the instantaneous flow of oxygen while eliminating the need to manually turn a valve to initiate oxygen flow. MANUAL BYPASS: The oxygen solenoid shall be equipped with a manual bypass valve. Located behind the inhalation panel, the valve shall be easily accessible so that, in the unlikely event of an electrical failure, administration of oxygen may continue. Page 51 of 54 Page 515 of 634 outblank 2/15/20 Page 78 of I AMBULANCE SPECIFICATIONS FSAI&VEF12.0 ZiW��U The patient area shall be free of high pressure oxygen lines. To &ccomplish t,his the veh.icle converter shall install a KKK approved regulator at the oxygen cylinder. The regulator shall include an dial type gaugi, to monitor the cylinder contents. A sing.`e low presSUre line shall. be instalIed from the regulatt,)r to the 02 inanifold assembly. This method shall. issuer r= that all hi.gli pressure is maintained is an exterior compartment away from the Jnterior patient area. The 02 line connecting the regulator to the manifold assembly shall be rated at 200 psi working pressure and 1,250 psi burst pressure. The line -over -,,ere the line shall be Ul, app -f d, TI shall_ be NO connections installed in .1 between the regulator and manifold ass�embly as these sur reatle a possibil'Ity for leak.aqe. AM connections shall be DISS style and shall be specific to the gas in suppl_ied. WINE ` #�6 ZE The, 02 line shall be protected (rani crimping through the instel latirn of a flexible spring guard on the portion of the 1-ine in the cylinder storage campai tment. The condition of the oxygen systeng shall be continu,-.0111, monitored rind reported to the vehicle operators through the vehicle's onboard electrical systern. Readcnft5 containing the informatio.n listed below shall be availablt_- primarily at the patient area contral console. The secondary location for- availability of this .,information shall be the cab Console. The information �,-,�vailable shall include the following- .-Cylindei Pressure --Line Pressure in addition, this system shall be designed to offer as warning, both audible and visual, if the ce,-.)nrdition of the oxygen system falls outside of the following pie-aro granuned parameters. i.,ow Cyliuder Pressure (500 psi or below) Low Line Pressure (40 psi or below) -High Line Pres3.,ire (75 psi. or above) The oxygen systewarnings, shal-, inuned.i.e.teiv notify the pe sr of a problem, aoain, via a readout and audible alarm. The system shall requ.re the personnel to acknowledge receipt of the inforination. FMTTC����_i 111 The oxygen system shall be tested prior to installati-on in the.-, vchicie. This test 5hall be performed by the vehicle rnanufacturer and shall subject the system to thteia Limes OX) the working pressure. This test shall lx-_� ­,onducted for a minimum of tour (4) hours. Page 52 of 54 Page 516 of 634 _Wblank 2/15/20 Page 79 of I AMBULANCE SPECIFICATIONS FSA 16- VEF12.0 FINAL SYSTEM TESnNG: The completed system shall be tested again once it is, installed in the vehicle. This test shall be per -formed at working pressore for a minimum of four (4) hours. After the system has passed the inspection process -it shall be capped and tagged per Federal KKK speci"Eications. ADDITIONAL OXYGEN AND VACUUM SUPPLIES: The oxygen and suction systems shall be complete upon delivery with the exception of the 02 cyl'Inder, The cylinder shall be supplied and installed by the purchaser after delivery of the vehicle has taken place, OXYGEN BOTTLE MOUNT, VERTICAL TRACK FOR ORM-V: vertical track for mounting of a QRM-V 02 bottle mount shall be welded on the back wall.. of the compartment. in the right. hand corner. The 02 bottle mount is adjustable for "M" or "fl" size tanks. ZICO ORM-V CYLINDER BRACKET: A Zico QR -V oxygen cylinder bracket shall be installed in the main 02 compartment. A clear, Plexiglas door shall be provided -in the Patient area wall for access to the oxygen cy'inder valvem The door shall be hinged so that it swings into the oxygen cylinder storage compartment. The opening shall '.':,,e trinmed with anodized aluminum edginq. OXYGEN OUTLETS: Two oxygen outlets shall be instal -led in the rear inhalation panel unless otheerwise riat,ed below. ADDITIONAL OXYGEN OUTLETS: Additional oxygen outlets shall be installed as noted below. Quantity: Locate: OHIO MEDICAL OXYGEN AND SUCTION OUTLETS: The oxygen and suction outlets ins -tailed in the vehicle shall be 0hic. Jje(iical Quick connect style outlets. FLOWMETER: Dial pplied Dial t,ype flowineLex(s), in ole quantity listed beluw, shall b( su with the completed vehcle. Eaci flow -meter shall. be supplied w1th -a h -vide mati.ng quick connect adaptel. The flc)wmieter wall pro a maximun flow of 25 LPM. Q4..iaritity; I Page 53 of 54 Page 517 olffl& outblank Page 80 of I AMBULANCE SPECIFICATIONS FSAICP-VEF12.0 A cylinder wrench shall be installed inside the oxygen compartment. The wrench shall be installed in such a way as it will not move or rattle. The wrench shall be chained to the compartment so that it cannot be removed, however, the chain must not interfere with the operation of the wrench. PRIMARY VACUUM OUTLET: R single vacuum panel shall be installed in the inhalation area. The outlet shall be of the same style as those of the oxygen system and shall be connected to the onboard vacuum pump. The manufacturer shall furnish and install an SSCOR suction system. The system shall include a #22000 wall -mounted regulator, and a #23002 canister holder. The aspirator shall be accessible for use from the inhalation area per the attached prints and plumbed to the pump described below. VACUUM PUMP: The aspirator system shall be operated through a CAPL #D34 SE (T282) 12V vacuum pump that is located inside an exterior compartment, The pump shall be activated by a switch on the inhalation area electrical control panel - LETTERING: Lettering information is noted in detail below: 19i 111 4. -WE This specification calls for lettering to be supplied and installed by the successful bidder. The lettering layout is summarized within this section and broken down by location in the sections below. Information relative to lettering material, size, color, font, or any other special requirements is also listed in the following sections. The lettering layout is to be as follows: Dealer Prep. and Dealer Delivery A representative of the selling distributor shall insp-ct the vehicle prior to acceptance from the manufacturer and shall drive the completed unit back to the dealership for final prep and delivery to the end user. Page 54 of 54 outblank Page 518 CMR& Page 81 of 1 r r■ r L+ � t r ■v 623 WT CABINET WALL "A" FREIGHTLINER CHASSIS c 18'Hx 58'D -48"W x is-Hx iST .. 48V s 14`H x 18'D NOTE ORAWN65ARE FOR CiRAP4iGAL REPRF3EPffAYbFI ONLY 1603-111 S,=�FbENw�IOPLS ARE AMIC) TATE L MAY VARY WPROPOSAL DRAWING RNGOOMMUCTM oac:blank Page 519 -IRAQ € Page 82 of 1 .75" SCAB AIC CHUTE LEFT FRONT CABINET 18'W x 67-H x S.TD I 20'W x 87'H t 1B'C o a ❑ o _ T / .. m. W. ELECTRONK RIME sis I . e_. s � g�f ; lid, 37.75'Wx 20'Ha,8"D 20-Wx 14°FIx IrD NIMD?iAWNGS ARE FOR GRAPHK"Ak kFPREGSNYAT VM ON,v ' 1M€tA.FLkMS APSE APPFa -XWATE K MAY vAAY B)URW4G GP.WAS?RU..T7CJFti ., _,..... SS NON LOCKING PULL LATCH out:blank Page 520 o�ffl o 623 WT CABINET WALL "W FREIGHTLINER CHASSIS x;2. 14„ J5,50, [[:[ [t550 L 37,75'W x 18'64 x 18'D 4'SCAB -2' SCAR 2.00-- 2' SCAR a 42'41€ K 7411 M 18'O LIFT -UP FRAME ��LIFT -UP FRAME € PADDED WORE € Page 82 of 1 .75" SCAB AIC CHUTE LEFT FRONT CABINET 18'W x 67-H x S.TD I 20'W x 87'H t 1B'C o a ❑ o _ T / .. m. W. ELECTRONK RIME sis I . e_. s � g�f ; lid, 37.75'Wx 20'Ha,8"D 20-Wx 14°FIx IrD NIMD?iAWNGS ARE FOR GRAPHK"Ak kFPREGSNYAT VM ON,v ' 1M€tA.FLkMS APSE APPFa -XWATE K MAY vAAY B)URW4G GP.WAS?RU..T7CJFti ., _,..... SS NON LOCKING PULL LATCH out:blank Page 520 o�ffl o Page 83 of 1 I V /-► I V -- V` I I G... v 623 WT EXTERIOR FREIGHTLINER CHASSIS STAINLESS STEEL INSIDE INSIDE INSIDE OAR CLEAR _3MPT WIDTH HEIGHT DEPTH OPENING OPEN. WIDTH II HEIGHT NOTE: BRAfYiNGS ARE HDA GAAPMCs[ REPNESENTMIM(MY f ENSMSAREAPPROMAYE A NA Y VARY ouRING Cowym CRON STAINLESS WHEEL HIf9 6 LLPG NUT COVERS Moll -mill Page 521 of 634 out:blank 2/15/20 1 r-1 I V V 1- 1 1 9-. V NDTE. DRAWINGS ARE FDR GRAPMCAL REYRESENTATRANOW' L IMEI,&MS ARE APPROxIYATC d NAY VARY DURING CONSTR AMW 623 WT EXTERIOR FREIGHTLINER CHASSIS 0 Page 84 of 1 Page 522 02I5/20 out:blanlc F U, .rtu .�a� .........._.. ._..... .€ ms's CPI SIREN SPEAKER--- Page 84 of 1 Page 522 02I5/20 out:blanlc M Ran mm"wOBAREFORGRAMM REPRESSWAlkWONLY j,RMM0MAR6APM0MM?ff& UAV VARY MR&GCONSTRUCTM uutblank t r1'%J v L.1 I r.- 6 w . . ...... . ........ . . .. 623 WT EXTERIOR FREIGHTLINER CHASSIS CD a ID DEF TANK FILL PROPOSAL DRAWING C Page 85 of I STAINLESS STEEL RUB RAILS 1603-111 Page 523 OM& 623 WT EXTERIOR FREIGHTLINER CHASSIS NOTE: DRAWINGS ARE FM GRAPHCAL RRRRESERYATION ONLY ^%MENElOM ARE APPRoxtmATE L MAY VARY DURING CONSTRUCTION Jut:blank Page 86 of 1 "ramie 301 Page 524 01)MO INHALATION PANEL CHILD SAFETY SEAT NOTE: DPAWIWSARE FOR G PMAL R;pnrr.FwATK)MC"LY it.iMENS04E ARE APPROXIMATE a MAY VARY VLnMqGCCNSTRUCnGH out:blank ® %bwff IL a %0 v 111— 9 9 0— %0 623 WT FRONT WALL FREIGHTLINER CHASSIS ............. 87 of I MAX COOL AC UNIT 30.7FW x WH x 28'D PAINTED INTERIOR Page 525 Olffl�o FRoxr 96 1 VI \ 1 V ® I-® ® i -.v 623 WT OVERHEAD "A" WITHOUT CPR SEAT FREIGHTLINER CHASSIS NOTE: DRMYpNGS ARE FOR ORAPHCAL AEPRESENTATKKN ONLY : NME WON5 ARE APPROKPAATE 1 MAY VARY DUR"NG COMTRUCTEN Page 88 of 1 Page 526 o2ffl& FRONT I %_ON s 1 %0 V' W. 1 1 E.— ® %0 623 WT OVERHEAD "B" WITH CPR SEAT FREIGHTLINER CHASSIS MOTE: DRAWINGS ARE FOR GRAPHICAL REPRESENTATION ONLY 'urtewmARE APPROXIMATE &MAY VARY .,,Wu cONSTRMT40N raw Page - 89 of .1 Page 527 o1A�� o out -blank NOTE: OPA INGS ARE rop GRAPHICAL REPRE$ENTAT�d ONLY E:IMENEMARE APPROMATE l MAY VARY WRING CCMTRUCTM I I `./1 s t W ■ 1 i 8—.%o 623 WT REAR WALL FREIGHTLINER CHASSIS Page 90 of 1 Page 528 of 634 out:blank 2115120 8° ® %/f i s v/ t ® i `® V My + f ',. iT t. Rrr.mmnARY AM. nWl Y Page 91 of 1 owmar ud NOTE: DRAWWGS ARE FOR GRAPHrAL REPRESEWAT" ONLY >:;uEPJS1OMS ARE APPAMMATE a MAY VARY DURING CONSTRUCnON A:blank LIGHT Page 529 of 634 2/15/20 Page 92 of 1 Prepared for: PMared by: Steve Tancos Jason Cavallo FYDA FREIGHTLINER Horton Emergency Vehicles COLUMBUS,INC 3800 McDowell Rd 1250 WALCUTT ROAD Grove City, OH 43123 COLUMBUS, OH 43228 Phone: 614 539 8181 Phone: 614 851 0002 SPECI FICATI ON PROPOSAL Weight Weight Data Code Description Front Rear Retail Price Price Level PRL -10M M2 PRL -10M (EFF:02111/15) N1C Dilai Version DRL-016 SPECPR021 DATA RELEASE VER 016 NIC Interior Convenienceibriver Retention Package 055-002 INTERIOR CONVENIENCE PACKAGE $340.00 Vehicle Configuration 001-172 M2 106 CONVENTIONAL CHASSIS 5,759 3,503 $97,$21.00 N 004-217 2017 MODEL YEAR SPECIFIED STD 002-004 SET BACK AXLE - TRUCK STD 019-002 STRAIGHT TRUCK PROVISION STD 003-001 LH PRIMARY STEERING LOCATION STD General Service AA1-002 TRUCK CONFIGURATION STD AA6-001 DOMICILED, USA 50 STATES (INCLUDING NIC CALIFORNIA AND CARR OPT -IN STATES) A85-006 RESCUE AND EMERGENCY SERVICE NIC A84-1 EV EMERGENCY VEHICLES BUSINESS SEGMENT NIC AA4-011 FIXED LOAD COMMODITY NIC AA5-002 TERRAIN/DUTY: 100% (ALL) OF THE TIME, IN STD TRANSIT, IS SPENT ON PAVED ROADS AB1-008 MAXIMUM 8% EXPECTED GRADE STD A135-001 SMOOTH CONCRETE OR ASPHALT PAVEMENT - STD MOST SEVERE IN -TRANSIT (BETWEEN SITES) ROAD SURFACE 995-091 MEDIUM TRUCK WARRANTY STD A66 -99D EXPECTED FRONT AXLE(S) LOAD: 10000.0 lbs A68 -99D EXPECTED REAR DRIVE AXLE(S) LOAD: 15000-0 lbs Application Version 8.9.003 03103/2016 10.00 AM Data Version PRL -10M.016 ( _ e _ Page 1 of 15 Sherrill Page 530 o2A�& Uut:blank Prepared for: Jason Cavallo Horton Emergency Vehicles 3800 McDowell Rd Grove City, OH 43123 Phone: 614 538 8181 Prepared by; Steve Tancos FYDA FREIGHTLINER COLUMBUS,iNC 1250 WALCUfT ROAD COLUMBUS, OH 43228 Phone: 614 851 0002 Page 93 of I Weight Weight Data Code e i ire Frord Rear Retail Pr ice A63-891;1 EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 250DO.0 Is Truck Service AA3-024 AMBULANCE BODY N/C AF7 D EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE FRAME " INCHES: 32.0 in Engine 101-2GD CUM ISB 6-7-240 240 UP Ca 2300 RPM, 2600 GOV, $1,954-00 560 LB @ 1660 RPM Electronic Parameters 7A-075 75 MPH ROAD SPEED LIMIT NIC 7913-000 CRUISE CONTROL SPEED LIMIT SAME AS ROAD NIC SPEED LIMIT 79K-007 PTO MODE ENGINE RPM LIMIT - 1100 RPM N1C 79P®002 PTO RPM WITH CRUISE SET SWITCH - 700 RPM NPC 790-003 PTC) RPM WITH CRUISE RESUME SWITCH - 800 NPC RPM 79S-001 PTO MODE CANCEL VEHICLE SPEED - 5 MPH NPC 79U=007 PTO GOVERNOR RAMP RATE - 250 RPM PER NPC SECOND OG -002 PTC? MINIMUM RPM - 700 NPC BOJ -002 REGEN INHIBIT SPEED THRESHOLD - 5 MPH NIC Engine -Equipment N ` C-016 2016 ONBOARD DIAGNOSfICS12010 STD PA ICeARBIGH01 9D-012 2008 CARR EMISSION CERTIFICATION - NIC EXEMPTED VEHICLE; NO CLEAN IDLE LABEL REQUIRED 1 E-001 STANDARD OIL PAN ;TD 105-001 ENGINE MOUNTED OIL CflECK AND FILL STD 133-004 ONE PIECE VALVE COVER STD 014-099 SIDE OF HOOD AIR INTAKE WITH FIREWALL STD MOUNTED DONALDSON AIR CLEANER 124.1 CE LN 12V 320 APAP 4 62PA PAIS MOUNT 10 $1,022-00 ALTERNATOR 292-058 (3) ALLIANCE MODEL 1031, GROUP 31, 12 'VOLT 40 20 $207.00 MAINTENANCE FREE 2280 CCA THREADED STUD BATTERIES 290-017 BATTERY BOX FRAME MOUNTED STD 281-001 STANDARD BATTERY ,JUMPERS STD � �5 0310312016 10:00 AM Application Version 8.9.003= � Data Version PRL -1 OM.016 �— Page 2 of 15 Sherrif Page 531 o� AA� C �ut:blank Prepared Jason Cavallo 3800 McDowell Rd Grove City, OR 43123 Phone: 614 539 8181 Prqmred by. Sive Tancos FYDA FREIGHTLINER COLUM LIS,INC 1250 WALCUTT ROAD COLUMBUS, OR 43228 Phone: 614 351 0002 03/03/2016 10.00 AM Page 3 0115 Page 532 of 634 out:bl 2/15/20 Weight Weight 3a Code Deswiption Fr rui Rear Retail Price 282-003 SINGLE BATTERY BOX FRAME MOUNTED LFI NIC SIDE BACK OF CAS 291-017 WIRE GROUND RETURN FOR BATTERY CABLES .ETI) WITH ADDITIONAL FRAME GROUND RETURN 299-001 NON -POLISHED BATTERY BOX COVER ETD 293-056 POSITIVE LOAF) DISCONNECT WITH CAS 6 $2 D_00 MOUNTED CONTROL SWITCH MOUNTED OUTBOARD DRIVER SEAT 107-032 CUMMINS TURBOCHARGED 13.7 CFM AIR STD COMPRESSOR WITH H I ERNAL SAFETY VALVE 104-002 STANDARD MECHANICAL MS COMPRESSOR STD GOVERNOR 131-013 AIR COMPRESSOR DISCHARGE LIFE STD 152.039 CVG, FIRE AND EMERGENCY SERVICE NIC VEHICLES ENGINE WARNING 120-076 CUMMINS EXHAUST BRAKE INTEGRAL WITH 20 $14.00 VARIABLE GEOMETRY TURBO WITH ONIOFF DASH SWITCH 016-1 C2 RH OUTBOARD UNDER STEP MOUNTED 30 25 $052.00 HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH E -PILLAR MOUNTED VERTICAL TAILPIPE 28F-007 ENGINE AFTERTREATMENT DEVICE, NIC AUTOMATIC OVER THE ROAD ACTIVE REGENERATION AND DASH MOUNTED SINGLE REGENERATION REQUESTANHII IT SWITCH 239-033 11 FOOT 06 INCH (136 INC +W-5.9 INCH) NIC EXHAUST SYSTEM HEIGHT 233-017 STANDARD CURVE BRIGHT UPPER STACK(S) $263.00 237-1 GR RFI CURVED VERTICAL TAILPIPE R -PILLAR NIC MOUNTED ROUTED FROM STEP N 23U-001 6 GALLON DIESEL EXHAUST FLUID TAMC STD 30th -13 100 PERCENT DIESEL EXHAUST FLUID FILL STD 43X-002 LFI MEDIUM DUTY STANDARD DIESEL EXHAUST STD FLUID TANK LOCATION 23Y-001 STANDARD DIESEL EXHAUST FLUID PUMP STD MOUNTING 3Y-001 STANDARD DIESEL EXHAUST FLUID TANK CAP STD 242-011 ALUMINUM AFTERTREATMENT RIC DEVICEIMUFFLE AILPIP SHIELD(S) 273-035 HORTON HT650 FRONTAL AIR ONIOFF ENGINE STD FAIL CLUTCH 276-002 AUTOMATIC FAN CONTROL WITH DASH $18.00 SWITCH AND INDICATOR LIGHT, Kohl ENGINE MOUNTED 03/03/2016 10.00 AM Page 3 0115 Page 532 of 634 out:bl 2/15/20 4 r � Prepared for. Prepared by. Jason C v Ilo Steve Tancos Horton Emergency Vehicles FYDA FREIGHTLINER 3300 McDoweli Rd COLUMBUS)NIC Grose Coity, OH 43123 1250 WALCUTT ROAD Phone: 614 539 8181 COLUMBUS, OH 43228 266-078 Phone: 614 851 0002 Weight Weight Data Code Dewiption Front Rear Retail Price 110-003 CUMMINS SPIN ON FUEL FILTER STD 118.001 FULL FLOW OIL FILTER STD 266-078 950 SQUARE INCH ALUMINUM RADIATOR STD 103-036 ANTIFREEZE TO -34F, ETHYLENE GLYCOL PRE- iN/C CHARGED SCA HEAVY DUTY COOLANT 171-007 GATES BLUE STRIPE COOLANT HOSES OR STD EQUIVALENT 172-0031 CONSTANT TENSION HOSE CLAMPS FOR STD COOLANT HOSE 2703-016 RADIATOR DRAIN VALVE STC 168-002 LOWER RADIATOR GUARD STC 138-010 PHILLIPS -T MRO 750 WATT/1 15 VOLT BLOCK 4 $106.00 BEATER 140-022 CHROME ENGINE HEATER RECEPTACLE $14.00 MOUNTED UNDER LFr DOOR 134-001 ALtlh4lhlUM FLYWHEEL HOUSING STD 132-004 ELECTRIC GRID AIR INTAKE WARMER STD 155-€158 DELCO 12V 38MT HD STARTER WITH $39.00 INTEGRATED MAGNETIC NETIC ITC H Transmission 2-1 R ALLISON 2200 EVS AUTOMATIC TRANSMISSION $1,220-00 WITH PARK PAWL WITH PTO PROVISION Transmission Equipment 343-301 ALLISON VOCATIONAL PACKAGE 3.54 - STD AVAILABLE ON 100012DOO PRODUCT FAMILIES WITH VOCATIONAL MODELS RDS, EVS, HS, MH, PTS AND SPS 8413-003ALLISON VOCATIONAL RATING FOR FIRE NIC TRUCKIEMERGEtNCY VEHICLE APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES 4C-007 PRIMARY MODE GEARS, 6 FORWARD GEARS N/C WITH MANUAL SELECTION FOR 3,2 AND 1, AVAILABLE FOR 100012000 PRODUCT FAMILIES ONLY 84N-000 NEUTRAL AT STOP - DISABLED, FLIELSEINSE STD DISABLED 84Li-0060 DRIVER SWITCH INPUT - DEFAULT - NO STD SWITCHES 353-022 VEHICLE INTERFACE WIRING CONNECTOR $43-00 WITHOUT BLUNT CUTS, AT RACK OF CAB 34C-001 ELECTRON iCTRANSt ISSIO CUSTOMER $38.003 ACCESS CONNECTOR FIREWALL MOUNTED 362-1 BU CUSTOMER INSTALLED CHELSEA 230/231%236 fNfC SERIES PTO Application Version 8.9.003 t, ' 03%03/2016 1000 A Data Version PRL -1 OM -016 Sherrif Page 4 of 1 Page 533 of 634 uut.bl 2115120 Prepared for: Jason Cavalfo Horton Emergency Vehiicles 3800 McDowell Rd Grove City, OH 43123 Phone., 614 539 8181 Prepared by: Steve Tancos FYDA FREIGHTLINER COLUMBUS,INC 1250 WALCUTT ROAD COLUMBUS, OH 43228 Phone: 614 851 0002 Front Suspension 620-062 Weight Weight 619-005 Data Code DeserfpUon Front Rear Retail Price 363-001 PTO MOUNTING, LH SIDE OF MAIN NIC OPTIONS TRANSMISSION FRONT SWAYBAR 60 341-018 MAGNETIC PLUGS, ENGINE DRAIN, STD TRANSMISSION DRAIN, AXLE(S) FILL AND DRAIN 345-074 DASH MOUNTED T -HANDLE CABLE SHIFT NIC CONTROL WITH PARK POSITION FOR INTERNAL PARK PAWL 97G-006 TRANSMISSION PROGNOSTICS - DISABLED STD (NIA) 2013, FOR USE IN 1000/2000 ONLY 370-015 WATER TO OIL TRANSMISSION COOLER, IN STD RADIATOR END TANK 346-001 TRANSMISSION OIL CHECK AND FILL STD 35T-001 SYNTHETIC TRANSMISSION FLUID (TES -295 STD COMPLIANT) Front Axle and Equipment 400-1 A5 DETROIT DA -F-10.0-3 10,000# FF1 71-5 KPI/3-74 NIC DROP SINGLE FRONT AXLE 402-021 MERITOR 15X5 Q+ CAST SPIDER CAM FRONT $140,00 BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 403-026 FIRE AND EMERGENCY SEVERE SERVICE, NIC NON -ASBESTOS FRONT LINING 419-023 CONMET CAST IRON FRONT BRAKE DRUMS STD 409-021 SKF SCOTSEAL PLUS XL FRONT OIL SEALS STD 408-001 VENTED FRONT HUB CAPS WITH WINDOW, STD CENTER AND SIDE PLUGS - OIL 416-022 STANDARD SPINDLE NUTS FOR ALL AXLES STD 405-002 MERITOR AUTOMATIC FRONT SLACK STD ADJUSTERS 536-050 TRW THP -60 POWER STEERING STD 539-003 POWER STEERING PUMP STD 534-015 2 QUART SEE THROUGH POWER STEERING STD RESERVOIR 40T-001 ORGANIC SAE 80/90 FRONT AXLE LUBE STD Front Suspension 620-062 10,000# TAPER LEAF FRONT SUSPENSION 619-005 MAINTENANCE FREE RUBBER BUSHINGS - FRONT SUSPENSION 62H-998 NO FRONT SUSPENSION SPRING BRACKET OPTIONS 629-004 FRONT SWAYBAR 60 410-001 FRONT SHOCK ABSORBERS Application Version 8.9.003 Data Version PRL- IOM.016 Sherrif ow:blarlk Page 96 of $21.00 STD STD $495.00 STD 0310312016 10:00 AM Page 5 of 15 Page 534 of 634 1/1 s/ln Prepared for: Jason Cavallo Horton Emergency Vehicles 3800 McDowell Rd Grove City, OH 43123 Phone: 614 539 8181 Prqmred by: Steve Tancos FYDA FREIGHTLINER COLUMBUS,INC 1250 WALCUTT ROAD COLUMBUS, OH 43228 Phone: 614 851 0002 Page 97 of 1 490-100 WABCO 4S/4M ABS WITHOUT TRACTION STD CONTROL Application Version 8.9.003 03/0312016 10:00 AM Data Version PRL -14M.016 Sherrif Page 6 of 15 Page 535 of 634 a1:btank 2/15/20 Weight Weight Data Code Description Front Rear Retail Price ftar Axis and Equipment. 420-1 CY DETROIT DA -RS -15.0-2 15,000# F -SERIES -185 $676.00 SINGLE REAR AXLE 421-456 4.56 REAR AXLE RATIO NIC 424-001 IRON REAR AXLE CARRIER WITH STANDARD STD AXLE HOUSING 386-079 MXL 16T MERITOR EXTENDED LUBE MAIN -20 -20 ($359.00) DRIVELINE WITH HALF ROUND YOKES 423-001 MERITOR 15X6 Q+ CAM REAR BRAKES, -30 N/C DOUBLE ANCHOR, FABRICATED SHOES 433-025 FIRE AND EMERGENCY SEVERE SERVICE NON- N/C ASBESTOS REAR BRAKE LINING 434-005 BRAKE CAMS AND CHAMBERS ON FORWARD STD SIDE OF DRIVE AXLE(S) WITH AUXILIARY SUPPORT BRACKETS 451-018 WEBB CAST IRON REAR BRAKE DRUMS 50 N/C 440-006 REAR OIL SEALS NIC 426.074 HALDEX GOLDSEAL LONGSTROKE i -DRIVE STD AXLE SPRING PARKING CHAMBERS 428-002 MERITOR AUTOMATIC REAR SLACK STD ADJUSTERS 41T-001 ORGANIC SAE 80190 REAR AXLE LUBE STD Rear Suspension N 622-1 CX AIRLINER 12,000# REAR SUSPENSION 40 $6.00 621-047 AIRLINER LOW POSITION RIDE HEIGHT N/C 431-001 STANDARD AXLE SEATS IN AXLE CLAMP STD GROUP 888-050 IGNITION CONTROLLED ELECTRIC DUMP $196-00 SWITCH FOR A)R SUSPENSION WITH GAUGE 87D-001 REAR AIR SUSPENSION DUMP VALVE AUTOFILL NIC WITH IGNITION OFF OR >5 MPH WITH INDICATOR LIGHT 910-004 DUAL AIR REAR SUSPENSION LEVELING $82.00 VALVES 623-002 TRANSVERSE CONTROL RODS STD 630-006 10,000115,000# AIRLINER REAR SUSPENSION 50 $816-00 STABILIZER BAR 439-004 REAR SHOCK ABSORBERS - ONE AXLE (AIR STD RIDE SUSPENSION) Brake System 018-002 AIR BRAKE PACKAGE STD 490-100 WABCO 4S/4M ABS WITHOUT TRACTION STD CONTROL Application Version 8.9.003 03/0312016 10:00 AM Data Version PRL -14M.016 Sherrif Page 6 of 15 Page 535 of 634 a1:btank 2/15/20 Prepared for: Jason Cavallo Halon Emergency Vehicles 3800 McDowell Rd Grove City, OH 43123 Phone: 614 539 8181 Prepared by: Steve Tancos FYDA FREIGHTLINER COLUMBUS, INC 1250 WALCUTT ROAD COLUMBUS, OH 43228 Phone: 614 851 0002 Application Version 8.9.003 Data Version PRL- IOM.016 Sherrif 03/03/2016 10:00 AM Page 7 of 15 Page 98 of 1 Page 536 of 634 uut:blank 2115120 Weight Weight Data Code Description Front Rear Retail Price 871.001 REINFORCED NYLON, FABRIC BRAID AND WIRE STD BRAID CHASSIS AIR LINES 904-001 FIBER BRAID PARKING BRAKE HOSE STD 412-001 STANDARD BRAKE SYSTEM VALVES STD 46D-002 STANDARD AIR SYSTEM PRESSURE STD PROTECTION SYSTEM 413-002 STD U.S. FRONT BRAKE VALVE STD 432-003 RELAY VALVE WITH 5-8 PSI CRACK PRESSURE, STD NO REAR PROPORTIONING VALVE 480-086 BW AD-9SI BRAKE LINE AIR DRYER WITH N/C HEATER 479-015 AIR DRYER FRAME MOUNTED STD 460-008 STEEL AIR BRAKE RESERVOIRS MOUNTED $4.00 INSIDE RAIL 477-008 BW DV -2 AUTO DRAIN VALVE WITH HEATER - $73.00 WET TANK Trailer Connections 335-004 UPGRADED CHASSIS MULTIPLEXING UNIT STD 32A-002 UPGRADED BULKHEAD MULTIPLEXING UNIT STD Wheelbase & Frame 545-442 4425MM (174 INCH) WHEELBASE NIC 546-094 9/32X3 -7116X10-1/16 INCH STEEL FRAME -60 -10 STD (7.14MMX255.6/0-281X10.06 INCH) 80KSI 552-030 1600MM (63 INCH) REAR FRAME OVERHANG STD 55W-006 FRAME OVERHANG RANGE: 61 INCH TO 70 NIC INCH ACB-99D CALC'D BACK OF CAB TO REAR SUSP CIL (CA) : 108.45 in AE8-99D CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION CIL (CA) : 105.45 in AE4-99D CALC'D FRAME LENGTH - OVERALL : 266.39 AM6-99D CALC'D SPACE AVAILABLE FOR DECKPLATE 108.45 in FSS-OLH CALCULATED FRAME SPACE LH SIDE. 120.04 NIC in FSS-ORH CALCULATED FRAME SPACE RH SIDE: 121.66 NIC in 553-001 SQUARE END OF FRAME STD 550-001 FRONT CLOSING CROSSMEMBER STD 559-001 STANDARD WEIGHT ENGINE CROSSMEMBER STD 562-001 STANDARD MIDSHIP #1 CROSSMEMBER(S) STD 572-001 STANDARD REARMOST CROSSMEMBER STD Application Version 8.9.003 Data Version PRL- IOM.016 Sherrif 03/03/2016 10:00 AM Page 7 of 15 Page 98 of 1 Page 536 of 634 uut:blank 2115120 Prepared for: Jason Cavallo Horton Emergency Vehicles 3800 McDowell Rd Grove City, OH 43123 Phone: 614 539 8181 Prepared by: Sieve Tancos FYDA FREIGHTLINER COLUMBUS,INC 1250 WALCUTT ROAD COLUMBUS, OH 43228 Phone: 614 851 0002 Page 99 of 1 Page 537 of 634 out:blank 2115120 Weight Weight Data Code Description Front Rear Retail Price 5.001 STANDARD SUSPENSION CROSSMEMBER STD Chassis Equipment 556-1AR THREE-PIECE 14 INCH CHROMED STEEL 30 $347.00 BUMPER WITH COLLAPSIBLE ENDS 558-601 FRONT TOW HOOKS - FRAME MOUNTED 15 $96.00 574-001 BUMPER MOUNTING FOR SINGLE LICENSE STD PLATE 6-024 FENDER AND FRONT OF HOOD MOUNTED STD FRONT MUFF PS 551-007 GRADE 8 THREADED HEX HEADED FRAME STD FASTENERS FuelTanks 204-217 34 GALLON/128 LITER SHORT RECTANGULAR $83=00 ALUMINUM FUEL TANK - LH 218-005 RECTANGULAR FUEL TANK(S) STD 215-605 PLAIN ALUMINUMIPAINTED STEEL STD FUEU YD ULIC TANK(S) WITH PAINTED BANDS 212-007 FUEL TANK(S) FORWARD STD 001 PLAJN STEP FINISH STD 205-001 FUEL TANK CAP(S) STD 122-084 ALLIANCE FUEL FILTERIWATER SEPARATOR STD WITH PMMER PUMP 216-020 EQUIFLO INBOARD FUEL SYSTEM STD 202-016 HIGH TEMPERATURE REINFORCED NYLON STD FUEL LINE Tires 3-05 MICHELIN XZE 245ROR19.5 16 PLY RADIAL -8 ($348600) FRONT TIRES 094-1 FT MICHELIN XDS2 245170R19-5 16 PLY RADIAL -144 ($412.00) REAR TIRES Page 537 of 634 out:blank 2115120 Prepared for: Jason Cavallo Horton Emergency Vehicles 3800 McDowell Rd Grove City, OH 43123 Phone: 614 539 8181 Page 100 of 1 Prepared by: Steve Tancas FYDA FREIGHTLINER COLUMBUSJNC 1250 WALCUTT ROAD COLUMBUS, OH 43228 Phone: 614 851 0002 Application Version 8.9.003 03/03/2016 10:00 AM Data Version PRL -10M.016 Sherrif Page 9 of 115 Page 538 r,:til oui:blank q/ M77 0 Weight Weight Data Code Description Front Rear Retail Price 525-001 POLISHED REAR WHEELS; OUTSIDE OF OUTER $84.00 WHEELS ONLY 496-011 FRONT WHEEL MOUNTING NUTS STD 497-011 REAR WHEEL MOUNTING NUTS STD Cab Exterior 829-071 106 INCH BBC FLAT ROOF ALUMINUM STD CONVENTIONAL CAB 650-009 RUBBER CAB MOUNTS STD 678-018 LH AND RH EXTERIOR GRAS HANDLES WITH $73.00 SINGLE RUBBER INSERT 646-023 HOOD MOUNTED CHROMED PLASTIC GRILLE $97-00 65X-003 CHROME HOOD MOUNTED AIR INTAKE GRILLE $51-00 644-004 FIBERGLASS HOOD STD 690-002 TUNNEL/FIREWALL LINER $40-00 727-1 BI DUAL 25 INCH ROUND STUTTER TONE HOOD 8 $650.00 MOUNTED AIR HORNS WITH DUAL LANYARDS 726-002 DUAL ELECTRIC HORNS $10.00 728-002 DUAL HORN SHIELDS NIC 657.001 DOOR LOCKS AND IGNITION SWITCH KEYED STD THE SAME 575-001 REAR LICENSE PLATE MOUNT END OF FRAME STD 312-038 INTEGRAL HEADLIGHT/MARKER ASSEMBLY NIC WITH CHROME BEZEL 302-047 LED AERODYNAMIC MARKER LIGHTS $40.00 N 311-019 HEADLIGHTS ON WITH WIPERS, WITH DAYTIME $40-00 RUNNING LIGHTS 294-001 INTEGRAL STOP/TAIUBACKUP LIGHTS STD 300-015 STANDARD FRONT TURN SIGNAL LAMPS STD 744-1 BC DUAL WEST COAST BRIGHT FINISH HEATED $330-00 MIRRORS WITH LH AND RH REMOTE 797-001 DOOR MOUNTED MIRRORS STD 796-001 102 INCH EQUIPMENT WIDTH STD 743-204 LH AND RH 8 INCH BRIGHT FINISH CONVEX NIC MIRRORS MOUNTED UNDER PRIMARY MIRRORS 729-001 STANDARD SIDE/REAR REFLECTORS STD 768-043 63X14 INCH TINTED REAR WINDOW STD 661-004 TINTED DOOR GLASS LH AND RH WITH TINTED $157-00 OPERATING WING WINDOWS 654-027 RH AND LH ELECTRIC POWERED WINDOWS, 8 $218.00 PASSENGER SWITCHES ON DOOR(S) 663-019 1 -PIECE TINTED ROPED -IN WINDSHIELD $18-00 Application Version 8.9.003 03/03/2016 10:00 AM Data Version PRL -10M.016 Sherrif Page 9 of 115 Page 538 r,:til oui:blank q/ M77 0 Prepared for: Jason Devote Horton Emergency Vehicies 3800 McDowell Rd Grave City, OH 43123 Pane: 614 539 8181 Page 101 of 1 Prepared y: Steve Tancos FY'DA FREIGHTLINER COLU BUS,INC 1250 WALCUTT ROAD COLUMBUS, OR 43228 Phone: 614 851 0002 Application versicil8.9.03033 Data Version PRL -1 OM,01 Sherr€1 uut:blank Weight eight Data Cade Description Front Hear Retail Price 5O=019 2 GALLON WINDSHIELD WASHER RESERVOIR STD WITHOUT FLUID LEVEL INDICATOR, FRAME MOUNTED Cab Interior 707-1 AK OPAL GRAY VINYL INTERIOR NIC 706-0316 MOLDED DOOR PANEL WITH UPPER VINYL N/C INSERTS 706.016 FOLDED DOOR PANEL WITH UPPER VINYL N/C INSERTS 772-006 BLACK FATS WITH SINGLE INSULATION STD 785-€101 DASH MOUNTED ASH TRAYS AND LIGHTER $12.00 691-014 FORWARD ROOF MOUNTED CONSOLE WITH N/C UPPER STORAGE COMPARTMENTS AND ADDITIONAL CENTER COMPARTMENT WITHOUT NETTING 694=01O IN DASH STORAGE BIN STD 742-0037 () CLIP HOLDERS LH AND FIR DASH STD 6803-006 RAY/CHARCOAL FLAT DASH STD 660-004 SMART SWITCH EXPANSION MODULE $189.030 700=002 HEATER, DEFROSTER AND AIR CONDITIONER STD 701-001 STANDARD MVAC DUCTING STD 703-005 MAIN HVAC CONTROLS WITH RECIRCULATION STD SWITCH 170-015 STANDARD HEATER PLUMBING STD 134-036 (1) DENBO HEAVY DUTY AND (1) SANDER 20 $521.44 COMPACT REFRIGERANT COMPRESSORS 702=002 BINARY CONTROL, R-1 4A STD 739-033 STANDARD INSULATION STO 265-013 SOLID-STATE CIRCUIT PROTECTION AND STD FUSES 280-007 12V NEGATIVE GROUND ELECTRICAL SYSTEM STD 324-011 DOME DOOR ACTIVATED LH AND RH, DUAL NIC READING LIGHTS, FORWARD CAR ROOF 65.5=005 LH AND RH ELECTRIC DOOR LOCKS $99.40 284-023 (1) 12 VOLT POWER SUPPLY IN DASH $1&00 756-1J3 BASIC HIGH BACK AIR SUSPENSION DRIVER 30 $221.00 SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION 760-1J3 BASIC HIGH BACK AIR SUSPENSION 25 10 $256.00 PASSENGER SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION 759=002 INBOARD DRIVER AND PASSENGER SEAT $98.00 ARMREST Application versicil8.9.03033 Data Version PRL -1 OM,01 Sherr€1 uut:blank Prepared for, Jason Cavallo Horton Emergency Vehicles 3800 McDowe81 Rd Grove City, ON 43923 Phone: 394 539 8181 Page 102 of 1 Prepared by. Steve Tancas FYDA FREIGHTLINER CiOLUMBUS,INC 9250 wALCUTT ROAD COLUMBUS, OH 43228 Phone: 614 851 0002 �n-ut:blank Page 540 TR O Weight Weight Data Code Description Front Rear Retail Price 711-004 LH AND RH INTEGRAL DOOR PANEL ARMRESTS STD 758.0.33 VINYL WITH CLOTH INSERT DRIVER SEAT $2.00 731-033 VINYL WITH CLOTH INSERT PASSENGER SEAT $2,00 763-012 3 POINT RIGH VISIBILITY ORANGE RETRACTOR $26.00 DRIVER AND PASSENGER SEAT BELTS 532=002 ADJUSTABLE TILT AND TELESCOPING 10 $478.00 STEERING COLUMN 540=015 4 -SPOKE 18 INCH (450MM) STEERING WHEEL STD 765-002 DRIVER AND PASSENG A INTERIOR SUN STD VISORS instruments & Controls 732-003 WOODGRAIN DRIVER INSTRUMENT PANEL NIC 734-0403 WOODGRAIN CENTER INSTRUMENT PANEL N!C 870-001 BLACK GAUGE BEZELS STD 486=001 LOBI AIR PRESSURE INDICATOR LIGHT AND STD AUDIBLE ALARM 840-0302 2 INCH PRIMARY AND SECONDARY AIR STD PRESSURE GAUGES 998-003 DASH MOUNTED AIR RESTRICTION INDICATOR $34,00 WITH GRADUATIONS 142-013 ELECTRONIC CRUISE CONTROL WITH STD SWITCHES IN LH SNITCH PANEL 156-007 KEY OPERATED IGNITION SWITCH AND STD INTEGRAL START POSITION; 4 POSITION OFFIRU N/STARTiACC ESSORY 811-042 ICU39, 132X18 DISPLAY WITH DIAGNOSTICS, 28 STD LED WARNING LAMPS AND DATA LINKED 169-038 HEAVY DUTY ONBOARD DIAGNOSTICS STD INTERFACE CONNECTOR LOCATED BELOW LFI DASH 844-001 2 INCH ELECTRIC FUEL GAUGE STC 148-003 PROGRAMMABLE RPM CONTROL STD ELECTRONIC ENGINE 856-001 ELECTRICAL ENGINE COOLANT TEMPERATURE STD GAUGE 864-001 2 INCH TRANSMISSION OIL TEMPERATURE NIC GAUGE 830-017 ENGINE AND TRIP HOUR METERS INTEGRAL STD WITHIN DRIVER DISPLAY �n-ut:blank Page 540 TR O Prepared for: Jason Cavallo Horton Emergency Vehicles 3800 McDowell Rd Grove City, OH 43123 Phone, 614 539 8181 Data Code Description 746-1 BO AM/FM/WB RADIO WITH CD PLAYER, BLUETOOTH AND MICROPHONE, USB, FRONT AND REAR AUXILIARY INPUTS AND J1939 747-001 DASH MOUNTED RADIO 750-002 (2) RADIO SPEAKERS IN CAB 753-001 AWFM ANTENNA MOUNTED ON FORWARD LH ROOF 810-027 ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE, WITHOUT ODOMETER 817-001 STANDARD VEHICLE SPEED SENSOR 812-001 ELECTRONIC 3000 RPM TACHOMETER 162-002 IGNITION SWITCH CONTROLLED ENGINE STOP 81Y-001 PRE -TRIP LAMP INSPECTION, ALL OUTPUTS FLASH, WITH SMART SWITCH 264-032 (2) OVERHEAD MOUNTED LANYARD CONTROLS: (1) OFFICER AIR HORN AND (1) DRIVER AIR HORN 836-015 DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY 660-008 SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY 3D4-001 MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH 882-009 ONE VALVE PARKING BRAKE SYSTEM WITH WARNING INDICATOR 299-013 SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER, WASHERIWIPER AND HAZARD IN HANDLE 298-039 INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS 869-998 NO MISCELLANEOUS GAUGES Design 065-000 PAINT: ONE SOLID COLOR Color 980-5176 CAB COLOR A: L0006EB WHITE ELITE BG 986-020 BLACK, HIGH SOLIDS POLYURETHANE CHASSIS PAINT 98K-998 NO FUEL TANK CABINET PAINT 963-003 STANDARD E COATIUNDERCOATING Certification / Compliance Application Version 8.9.003 Dala Version PRL -1 OM.01 6 Sherrif ru=. Page 103 of I Prepared by. Steve Tancus FYDA FREIGHTLINER COLUMBUSJNC 1250 WALCUTT ROAD COLUMBUS, OH 43228 Phone: 614 851 OD02 Rear Retail Price $554-00 NIC NIC NIC STD STD STD NIC $12.00 $126.00 STD STD STD STD STD STD STD STD STD STD STD STD 03/03/2016 10:00 AM Page 12 of 15 ot - t: b I ank Page 541 / rnI 0 Prepared for: Jason Cavallo Horton Emergency Vehicles 31300 McDowell Rd Grove City, OH 43123 Phone: 614 539 8161 Page 104 of I Prepared by., Steve Tancos FYDA FREIGHTLINER COLUMBUS,INC 1250 WALCUTT ROAD COLUMBUS, OH 43228 Phone: 614 8610002 Weight Weight Data Code Description Front Hear Retail Price 996-001 U.S. FMVSS CERTIFICATION, EXCEPT SALES STD CABS AND GLIDER KITS Sales Programs NO SALES PROGRAMS HAVE BEEN SELECTED Adjusted List Price T OTAL VEHICLE SUMMARY Adjusted List Price ** $111,209.00 Weight Summary Weight Weight Total Front Rear Weight Factory Weight} 5861 lbs 3081 lbs 8942 lbs Dealer Installed Options 0 lbs 0 lbs 0 Ilas Total Weight* 5861 Ibs 3081 lbs 8942 lbs ITEMS NOT INCLUDED IN ADJUSTED LIST Other Factory Charges PMU-016 2016 OBD1201 0 EPAtCAFtB/GHG1 4 ESCALATOR P73-2FT STANDARD DESTINATION CHARGE Extended Warranty WAG -052 TOWING EXTENDED/ROADSIDE SERVICE WARRANTY, 1 YEAR/UNLIMITED MILES/KM, $550 CAP Application Version 8.9.003 Data Version PRL -10M.016 Sherrif Currency Exchange Rate Total Extended Warranty (Local Currency) $300.00 $2,000.00 $200.00 1-0000 $200.00 03/03/2016 10:00 AM Page 13 of 15 k -.-ublank Page 542f 5ffllo Prepared for: Jason Cavallo Horton Emergency Vehicles 3800 McDowell Rd Grove City, OH 43123 Phone, 614 539 8181 Page 105 of I Prepared by: Steve TanGos FYDA FREIGHTLINER COLUMBUS, INC 1250 WALCUTT ROAD COLUMBUS, OH 43228 Phone: 614 8510002 Dealer Installed Options Weight Weight Price Front Rear EXH EXHAUST MODIFICATION AND ENGINE 0 0 $1,300-00 PROGRAMMING Total Dealer Installed Options 0 lbs 0 lbs $1,300-00 Weights shown are estimates only - If weight is critical, contact Customer Application Engineering. Prices shown do not include taxes, fees, etc... "Net Equipment Selling Price" is located on the Quotation Details Proposal Report, Application Version 8.9.003 Data Version PRL -10M.016 Sherrif 03/03/2016 10:00 AM Page 14 of 15 Page 543 f urt: blank 5/ffllo Prepared for: Jason Cavallo Horton Emergency Vehicles 3800 McDowell Rd Grove City, OH 43123 Phone: 614 539 8181 �0�4�'I W Page 106 of I Prepared by: Steve Tancos FYDA FREIGHTLINER COLUMBUSJNC 1250 WALCUTT ROAD COLUMBUS, OH 43228 Phone. 614 661 0002 M2106 CONVENTIONAL CHASSIS SET BACK AXLE - TRUCK DETROIT DA -F-10.0-3 10,000# FF1 71.5 KPI/3.74 DROP CUM ISB 6.7-240 240 HP 9 2300 RPM, 2600 GOV, 560 SINGLE FRONT AXLE LB/FT @ 1600 RPM 10,000# TAPE RLEAF FRONT SUSPENSION ALLISON 2200 EVS AUTOMATIC TRANSMISSION WITH 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL PARK PAWL WITH PTO PROVISION CA13 DETROIT DA -RS -15.0-215,000# F -SERIES SINGLE REAR 4425MM (174 INCH) WHEELBASE AXLE 9/32X3 -7/16X10-1/16 INCH STEEL FRAME AIRLINER 12,000# REAR SUSPENSION (7.14MMX255.610.281X10.06 INCH) SOKSI 1600MM (63 INCH) REAR FRAME OVERHANG TRADE-IN T'RADE-IN ALLOWANCE (0) $ (0) Application Version 8.9.003 Data Version PRL -1 OM.01 6 Sherrif 7Z 03/03/2016 10:00 AM Page 15 of 15 (1,14"t.blank Page 544 , Y/ R/I 0 PER UNIT TOTAL VEHICLE PRICE TOTAL # OF UNITS (1) $ 68'999 $ 68,999 EXTENDED WARRANTY $ 200 $ 200 DEALER INSTALLED OPTIONS ................. $ 1,300 $ 1,300 CUSTOMER PRICE BEFORE TAx... $ ----70,499 $ 70,499 TAXES AND FEES TAXES AND FEES $ 0 $ 0 OTHER CHARGES $ 0 $ 0 TRADE-IN T'RADE-IN ALLOWANCE (0) $ (0) Application Version 8.9.003 Data Version PRL -1 OM.01 6 Sherrif 7Z 03/03/2016 10:00 AM Page 15 of 15 (1,14"t.blank Page 544 , Y/ R/I 0 7.B. BIDS AND PURCHASES OVER $100,000 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Approve the third and final one-year renewal for the "Annual Supply of Sodium Hydroxide (Liquid Caustic Soda) Bid No. 025-2821-15/1 MA to Brenntag Mid -South, Inc. of Orlando, Florida with an increase of $89.10 per dry ton, for a revised price of $632.10 per dry ton. This product will be ordered on an as needed basis for an estimated annual expenditure of $120,000. EXPLANATION OF REQUEST: BID RENEWAL TERM: MARCH 2, 2018 THRU MARCH 1, 2019 On February 27, 2015, City Commission approved the bid award to Brenntag Mid -South, Inc. to provide the City with Sodium Hydroxide (Liquid Caustic Soda). The awarded bid price was $498.00 per ton. The price remained fixed for the initial two (2) years of the Contract. For the second renewal term, Brenntag requested a $45.00 per dry ton (or 9%) increase based upon supplier increases. At the meeting of January 17, 2017 (Item 7.13), City Commission approved the contract renewal and the price increase from $498 to $543 per dry ton. For the third and final renewal, Brenntag requested an additional price increase from $543 to $632.10 per dry ton, or an increase of approximately 16%. The terms and conditions of the bid provided for "Cost Adjustments" with prior written notification from the vendor and documentation and justification for the request for cost adjustment. Brenntag provided the necessary documentation to support the request which has been reviewed and approved by Purchasing Services. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Feed water to the West Water Treatment Plant (West WTP) has a high pH and contains the dissolved gas hydrogen sulfide. Sulfuric acid is therefore added to the feedwater before the membrane filtration system to lower the pH, thereby aiding in reducing the formation of calcium carbonate scale on the membranes. However, this produces carbon dioxide which, along with hydrogen sulfide, remains dissolved in the water and is not separated out by the membrane system. During the degasification process that follows, sodium hydroxide is added to the system to neutralize the corrosive and noxious odors associated with the release of hydrogen sulfide to the atmosphere. This addition also raises the pH which prevents scaling of the pipelines to the consumer. Thus, minimal adjustment of pH or removal of hydrogen sulfide would pose great risks to the City's infrastructure and to public health. FISCAL IMPACT: Budgeted Funds are available in account number 401-2811-536-52-35 Annual Expenditure for Sodium Hydroxide in FY 2015/2016: $80,000 Annual Expenditure for Sodium Hydroxide in FY 2016/2017: $110,000 ALTERNATIVES: Page 545 of 634 The City of Boynton Beach could explore the use of other neutralizing agents or anti-scalants; however, this may lead to higher water treatment costs or possible water quality infractions. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: ATTACHMENTS: Type Attachment r Description Brenntag Renewal Request with Price Increase Brenntag Renewal - Letters from Suppliers Page 546 of 634 Ilyse Triestman Purchasing Manager City of Boynton Beach 100 E. Boynton Beach Blvd Boynton Beach, FL 33435 Re : Increase request on Contract # 025-2821-15/JMA for Sodium Hydroxide (Liquid Caustic Soda), Annual Supply This letter is serving as a response to renew our current contracted price of $543 per dry ton. Brenntag would like to renew with an increase to $632.10, making the increase amount $89.10 per dry ton. The increase request is to cover the rapidly increasing cost of Sodium Hydroxide over the last year. Attached you will find 5 of the most recent letters Brenntag has received verifying and documenting the cost increases over the past year. A major factor that contributed to these increases were producer consolidation in 2016. We are still feeling the ramifications in this market. There were 4 major consolidations of caustic producers in the US. These consolidations lead to reduction in product availability with plant closures and capacity rationalization. Domestic producers have also increased the amount of Sodium Hydroxide exported due to a higher return than selling product domestically leading to short supply in the US. At the same time domestic demand increased causing further tightness on the remaining available product in the US. These shortages lead to further increases as supply and demand imbalances came into play. Recent 50% Caustic bid results within the same scopes: City of West Palm Beach — December 2017 Brenntag - $652.74; Allied - $764.14 City of Cape Coral — November 2017 Brenntag - $636; Allied - $673.10; Univar - $644; Florida Chemical Supply $750.00 The request to increase our price to $632.10 per dry ton would be firm from 03/02/18 to 03/01/19. This request for increase will allow Brenntag to remain a viable supplier for the City of Boynton Beach and the three surrounding cities that piggyback this contract. Thank you for your consideration on our request. Please advise if this increase request is approved. Thank You, R" sum Ray Sibbitt District Manager — Florida/Southern Georgia Brenntag Mid South, Inc 800.876.1727 ext 3213 — Direct Brenntag Mid -South, Inc. 250 Central Florida Parkway Orlando, FL 32824-7601 Page 547 of 634 Brenntag Mid -South, Inc. 250 Central Florida Parkway Orlando, FL 32824-7601 Page 548 of 634 Westlake Chemical November 22, 2017 Brenntag Mid -South Inc Dear Sherri Downs, David Kokowsky - Director, Commercial Chlor -Alkali 2801 Post Oak Blvd., Suite 600 - Houston, Texas 77056 Effective immediately, or when permissible by contract, Westlake will increase the price of diaphragm grade liquid caustic soda by US$ 85 per dry short ton in the US, and will increase premium grades of liquid caustic soda by US$ 115 per dry short ton in the US and C$ 130 per dry metric ton in Canada. If you have any questions regarding this price change, please contact your Westlake sales professional. Westlake values the opportunity to supply your Liquid Caustic Soda requirements , and will strive to earn your business every day. Sincerely, David Kokowsky Director, Commercial Chier-Alkali Page 549 of 634 CXV Occidental Chemical Corporation A subsidiary of Occidental Petroleum Corporation November 21, 2017 Ms. Sherri Downs Haner Supply Chain Manager, Chier-Alkali Brenntag Mid -South, Inc. PO Box20 Henderson KY 42419-0020 OxyChem 5005 LBJ Freeway, #1600, Dallas, TX 75244-6152 P.O. Box 809050, Dallas, TX 75380-9050 Phone 972.404.3778 Fax 972.404.3406 RE: Liquid Caustic Soda Price Increase Dear Ms. Downs Haner: Occidental Chemical Corporation is announcing today an off -schedule price increase on Diaphragm Grade Liquid Caustic Soda of $80.00 per dry short ton, US funds, and $110.00 per dry short ton for Membrane Grade Liquid Caustic Soda, US Funds. This increase is effective immediately for spot customers and as terms permit for contract customers. OxyChem's required lead-times of 30 days on barge orders and 7 days on railcar orders remain in effect. All existing Temporary Voluntary Allowances (TVAs) remain in place. We appreciate the confidence you have placed in OxyChem as your supplier. Should you have any questions regarding this increase, please contact your OxyChem Account Manager. Sincerely, 4��4z'01_ Jason A. Welch General Manager Sales - Basic Chemicals JAW/kjf attachment cc: Tom Cribbs RESPONSIBLE CARE& nova rnkrurrurrar m ci rsrxiusvri i7w Page 550 of 634 ■ 99 1 TM CHLOR ALKALI 490 Stuart Road, NE, Cleveland, Tennessee 37312 Phone: 423/336-4850• Fax: 423/336-4830 PRODUCTS AND VINYLS Internet Address: www.olinchloralkaii.com November 22, 2017 SUBJECT: Caustic Soda Price Increase Announcement Brenntag Mid -South Inc Dear Sherri Downs: Effective immediately or as contract terms permit, Olin Chlor Alkali Products and Vinyls is increasing the off -schedule prices of Commercial Grade (diaphragm) caustic soda by $70 per dry short ton (DST) and $100 per dry short ton (DST) for Membrane Grade caustic soda. In Canada, Olin is increasing the off -schedule prices for Commercial Grade caustic soda by CAD 90 per dry metric ton (DMT) and CAD 120 per dry metric ton (DMT) for Membrane Grade caustic soda. Prices are per net ton , 76% Na20 basis, ex. works. Olin's order control program based on 100% allocation remains in effect. Lead times for all orders will be adhered to in the following manner: 3 days for truck shipments, 15 days for railcar shipments, and 30 days for barge shipments. Your account manager will be in contact with you to answer any questions you may have regarding this price increase announcement, Olin's order control program and factors driving the current price increase. We appreciate your business and your confidence in selecting Olin as your supplier. Sincerely, Rene Whigham Marketing Director, North American Caustic Soda & KOH Olin Chlor Alkali Products and Vinyls Page 551 of 634 p 4 i' z t tiadi� ptk tf f i};' R Shlntec h, Inc., #3 Greenway Plaza, Suite 1 1 50, Hou ston, Texas, 77046 (713) 965-0713 November 28th, 2017 Mr. Ben R. Sams Brenntag North America, Inc 8170 High Hampton Chase Alpharetta, GA30022 Dear M r. Sams, Shintech will increasethe selling prices of its membrane grade caustic soda by $100 per DST. This increase is effective immediately or as contract terms permit. We at Shintech are sensitive to the impact of price increase on your business. After careful review of overall market conditions, we have determined that it is necessary for Shintech to implement this increase. We sincerely appreciate your business. You may rest assured that we will strive to provide you with the utmost in quality and service. If you have any questions or concerns regarding this confirmation of our price increase announcement, please do not hesitate to call me. Yours very truly, Dana West Sr. Account Manager Page 552 of 634 Formosa Plastics - November 27th, 2017 Brenntag MidSouth Dear Sherri Downs, Formosa Plastics Corporation, U.S.A. 9 Peach Tree Hill Road Livingston, NJ 07039 Telephone:(973)-992-2090 Fax: (973)-992-9627 Formosa Plastics Corporation, U.S.A. is announcing a price increase of $100 per dry short ton on all liquid caustic soda products, effective immediately or as contract terms permit. Due to continued tightened supply and strong demand, Formosa's 100% order control program remains enforced, as well as our required 30 -day lead time on barge orders and 15 -day lead time on railcar orders. As always, we appreciate your continued patronage to Formosa Plastics and look forward to providing you with future liquid caustic soda requirements. If you have any questions or require more information, please contact your Formosa Sales Representative. Sincerely yours, / zlc�— bA_ Kelvin Wu Formosa Plastics Corporation, U.S.A. Marketing Director Chier-Alkali Division \I 1:7000 FS70'55> Page 553 of 634 CHLORD �j LKALT 490 Stuart Road, NE, Cleveland, Tennessee 37312 Lt�J!\. 1 3 1 Phone: 423/336-4850 • Fax: 423/336-4830 PRODUCTS AND VINYLS Internet Address: www.olinchloralkali.com February 14, 2018 SUBJECT: Caustic Soda Price Increase Announcement Dear Ray Sibbitt: Effective immediately or as contract terms permit, Olin Chlor Alkali Products and Vinyls is increasing off -schedule prices of Commercial Grade (diaphragm) and Membrane Grade caustic soda by $85 per dry short ton (DST) in the U.S. and C$100 per dry metric ton (DMT) in Canada. Prices are per net ton, 76% Na20 basis, ex. works. Olin's order control program based on 100% allocation remains in effect. Lead times for all orders will be adhered to in the following manner: 3 days for trucks shipments, 15 days for railcar shipments, and 30 days for barge shipments. Your account manager will be in contact with you to answer any questions you may have regarding this price increase announcement, Olin's order control program and factors driving the current price increase. We appreciate your business and your confidence in selecting Olin as your supplier. Sincerely, Rene Whigham Marketing Director, North American Caustic Soda & KOH Olin Chlor Alkali Products and Vinyls Page 554 of 634 �, .�ww�ww�ww�ww�ww�ww�ww�w Westlake IRV, Chemical February 13, 2018 Dear Gil, 2801 Post Oak Blvd., Suite 600 Houston, Texas 77056 Tel 713.960.9111 Effective immediately, or when permissible by contract, Westlake will increase the price for all grades of liquid caustic soda by US$ 40 per dry short ton in the US and C$ 45 per dry metric ton in Canada. Lead times for all caustic shipments are effective as follows: Barge 30 days Rail 14 days Truck 7 days Lead times are implemented for shipments from all manufacturing sites and terminal locations. If you have any questions regarding this price change, please contact your Westlake sales professional. Westlake values your business. Thank you for the opportunity to supply your Liquid Caustic Soda requirements. Sincerely, David Kokowsky Director, Commercial Chlor -Alkali Page 555 of 634 AM PUBLIC HEARING 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO. 18-001 -SECOND READING Approve MILK South Rezoning (REZN 18-003) from MU -1_2 (Mixed Use–Low Intensity 2 District) to MU -2 (Mixed Use 2 District) to complete implementation of the CRA Community Redevelopment Plan's recommendation for the subject 2.97 acre area. Applicant: City -initiated. EXPLANATION OF REQUEST: The subject area, provisionally referred to as MILK South, consists of seventeen (17) parcels, ten (10) of which are owned by Boynton Beach CRA. The remaining seven (7) parcels are privately owned, five of which by a single entity. Thirteen of the parcels are currently vacant. The subject request is city -initiated and consistent with the provisions of the Land Development Regulations (LDRs). Since 2015, the LDRs have allowed the City to proactively initiate and process future land use reclassification and rezoning to planned zoning districts for selected sites—if recommended by a significant planning document(s)— without a concurrent review of a master plan. The request meets this condition as it will implement the recommendation of the CRA Plan. The request represents the continuation of "house cleaning" tasks following the CRA Plan -recommended major changes to the City's future land use and zoning structure. The "new" FLU structure is now reflected in the amended FLU map, with the subject property classified MXM, Mixed Use Medium. The MXM classification allows a maximum density of 50 dwelling units/acre; its two corresponding zoning designations, MU -2 and MU -3, have the respective maximum densities of 40 and 50 dwelling units/acre. The subject property's current MU -L2 zoning—with a maximum density of 30 dwelling units per acre—is part of the "old" structure and has been phased out. The proposed MU -2 zoning district, otherwise essentially the same district as MU -L2, nevertheless allows for a significantly higher maximum density than the existing designation (40 versus 30 dwelling units/acre). Since the new zoning structure does not include a district with the same density cap, MU -1_2 is the appropriate choice, consistent with the recommendations of the CRA Plan. At the meeting held on January 23, 2018, the Planning and Development Board recommended that the subject item be approved. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? No significant impact on City services or programs; however, depending on the type of future project, the developer will have to coordinate water, sewer and stormwater improvements with the Utilities Department. FISCAL IMPACT: The future project will contribute to the City's tax base. ALTERNATIVES: None recommended. STRATEGIC PLAN: Page 556 of 634 STRATEGIC PLAN APPLICATION: N/A CLIMATE ACTION: CLIMATE ACTION DISCUSSION: N/A Is this a grant? Grant Amount: ATTACHMENTS: Type D Ordinance D Staff Report D Location Map D Location Map Description Ordinance Rezoning KALK South Staff Report E)diibit A. Location Map -Aerial E)diibit E. Location Map - Rezoning Page 557 of 634 1 2 3 4 5 6 7 8 9 10 11 12 ORDINANCE NO. 18 - AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA, AMENDING ORDINANCE 02-013 TO REZONE A PARCEL OF LAND DESCRIBED HEREIN AND COMMONLY REFERRED TO AS MLK SOUTH FROM MIXED USE LOW INTENSITY 2 DISTRICT (MU -L2) TO MIXED USE 2 DISTRICT (MU -2); PROVIDING FOR CONFLICTS, SEVERABILITY, AND AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Boynton Beach, Florida has adopted Ordinance No. 02-013, in which a Revised Zoning Map was adopted for said City; 13 and 14 WHEREAS, the City of Boynton Beach has made application to rezone land, said 15 land being more particularly described hereinafter, from Mixed Use Low Intensity 2 (MU - 16 17 18 19 20 21 22 23 24 L2) to Mixed Use 2 District (MU -2); and WHEREAS, the City Commission conducted public hearings as required by law and heard testimony and received evidence which the Commission finds supports a rezoning for the property hereinafter described; and WHEREAS, the City Commission deems it in the best interests of the inhabitants of said City to amend the aforesaid Revised Zoning Map as hereinafter set forth. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing Whereas clauses are true and correct and incorporated 25 herein by this reference. 26 27 28 29 Section 2. The land herein described be and the same is hereby rezoned from Mixed Use Low Intensity 2 (MU -L2) to Mixed Use 2 (MU -2). A location map is attached hereto as Exhibit "A" and made a part of this Ordinance by reference. Legal Description: LOTS 4 THROUGH 13, INCLUSIVE, BLOCK 4 AND LOTS 5 C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\9436F120-0365-4B5E-B469-C3E433234E46\Boynton Beach. 9121.1. MLK_S outh_(2018)_-_Rezone _-_Ordinance.doc Page 558 of 634 30 THROUGH 13 INCLUSIVE, BLOCK 5, PALM BEACH COUNTRY CLUB 31 ESTATES, ACCORDING TO THE PLAT THEREOF AS RECORDED IN 32 PLAT BOOK 11, PAGE 43, PUBLIC RECORDS OF PALM BEACH 33 COUNTY, FLORIDA. 34 35 TOGETHER WITH THE SOUTH 100 FEET OF THE WEST 5 FEET OF LOT 36 20, AND LOTS 21 AND 22 ROBERT WELLS' SUBDIVISION, ACCORDING 37 TO THE PLAT THEREOF AS RECORDED IN PLAT BOOK 11, PAGE 66, 38 PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA, LESS THE 39 NORTH 10 FEET FOR ROAD RIGHT -OF -WAY PURPOSES. 40 41 AND TOGETHER WITH 42 LOT 172, ARDEN PARK, ACCORDING TO THE PLAT THEREOF AS 43 RECORDED IN PLAT BOOK 2, PAGE 96, PUBLIC RECORDS OF 44 PALM BEACH COUNTY, FLORIDA 45 46 Section 3. That the aforesaid Revised Zoning Map of the City shall be amended 47 accordingly. 48 Section 4. All ordinances or parts of ordinances in conflict herewith are hereby 49 repealed. 50 Section 5. Should any section or provision of this Ordinance or any portion thereof 51 be declared by a court of competent jurisdiction to be invalid, such decision shall not affect 52 the remainder of this Ordinance. 53 Section 6. This ordinance shall become effective immediately upon passage. 54 FIRST READING this day of , 2018. 55 56 C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\9436F120-0365-4B5E-B469-C3E433234E46\Boynton Beach.9121.1.MLK South _(2018)_ -_ Rezone _-_Ordinance.doc Page 559 of 634 57 SECOND, FINAL READING and PASSAGE this day of , 2018. 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Steven B. Grant Vice Mayor — Justin Katz Commissioner — Mack McCray Commissioner — Christina L. Romelus Commissioner — Joe Casello VOTE ATTEST: Judith A. Pyle, CMC City Clerk (City Seal) C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\9436F120-0365-4B5E-B469-C3E433234E46\Boynton Beach.9121.1. MLK_S outh_(2018)_-_Rezone_-_Ordinance.doc Page 560 of 634 Page 561 of 634 C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\9436F120-0365-4B5E-B469-C3E433234E46\Boynton Beach.9121.1.MLK South _(2018)_-_Rezone _-_Ordinance.doc Page 562 of 634 DEVELOPMENT DEPARTMENT PLANNING AND ZONING DIVISION MEMORANDUM NO. PZ 17-070 STAFF REPORT TO: Chair and Members Planning and Development Board THRU: Michael Rumpf Planning and Zoning Director FROM: Hanna Matras, Senior Planner DATE: November 22, 2017 PROJECT: MLK South REZN 18-003 REQUEST: Approve MLK South Rezoning (REZN 18-003) from MU -L2 (Mixed Use—Low Intensity 2 District) to MU -2 (Mixed Use 2 District) to complete implementation of the CRA Community Redevelopment Plan's recommendation for the subject 2.97 acre area. Applicant - City -initiated. PROJECT DESCRIPTION Property Owner: Boynton Beach CRA (10 parcels), private owners (7 parcels) Applicant: City -initiated Location: Approximately 125 feet east from North Seacrest Boulevard, between Martin Luther King, Jr. Boulevard and NE 9th Avenue (Exhibit "A") Existing Land Use/ Zoning: Mixed Use Medium (MXM)/ MU -L2 Mixed Use Low Intensity 2 District) Proposed Land Use/ Zoning: Mixed Use Medium (MXM)/ MU -2 (Mixed Use 2 District) Acreage: +/- 2.97 acres Page 563 of 634 Page 2 MLK South REZN 18-003 Adjacent Uses: North: Right-of-way for Martin Luther King, Jr. Boulevard, and farther north, six vacant parcels classified Local Retail Commercial (LRC) and Medium Density Residential (MeDR), zoned C-2 (Neighborhood Commercial) and R-2 (Single -and Two -Family Residential); South: Right-of-way for NE 9t" Avenue, and farther south, Saint John's Missionary Baptist church, classified Public and Private Governmental/Institutional and zoned R-2 (Single -and Two -Family Residential); at the south-east, right-of-way for NE 1St Street and the City's Public Works facility, classified Public and Private Governmental/ Institutional and zoned PU (Public Usage); East: Northeast, rental triplex, then St. Cuthbert Episcopal Church; southeast, a duplex, then a vacant property, and further east developed single-family homes. All classified Medium Density Residential (MeDR) and zoned R-2 (Single -and Two -Family Residential); West: Commercial property (Family Dollar), classified Local Retail Commercial (LRC) and zoned C-2 (Neighborhood Commercial); farther west, right-of-way for North Seacrest Boulevard. BACKGROUND AND PROCESS The subject area, provisionally referred to as MLK South, consists of seventeen (17) parcels, ten (10) of which are owned by Boynton Beach Community Redevelopment Agency (CRA). The remaining seven (7) parcels are privately owned, five of which by a single entity. Thirteen of the parcels are currently vacant. The subject request is city -initiated and consistent with the procedural provisions of the Land Development Regulations (LDRs). Since 2015, the LDRs have allowed the City to proactively initiate and process future land use reclassification and rezoning to planned zoning districts for selected sites—if recommended by a significant planning document(s)— without a concurrent review of a master plan. This request meets the latter condition as it will implement a recommendation of the CRA Plan. It explicitly meets criterion "b"—consistency with redevelopment plans—of the criteria for review of Comprehensive Plan Map amendments and rezonings listed in the LDR, Chapter 2, Article II. Meeting criterion "b" is the minimum requirement for city - initiated applications. Lastly, the request represents the continuation of "house cleaning" tasks following major changes to the City's future land use/zoning structure as part of the implementation of the CRA Plan. Another, similar city -initiated application—seeking rezoning of properties in Page 564 of 634 Page 3 MLK South REZN 18-003 consistency with the said new structure and with the site-specific recommendations of the CRA Plan—is being processed concurrently. EXPLANATION This request, if approved, would constitute the final action to bring the properties in line with the Plan's recommendations. The previous actions executing said recommendations and affecting the property included - The July 18, 2017 adoption of the Comprehensive Plan text/ Future Land Use (FLU) map amendment package which implemented the modified FLU structure recommended by the CRA Plan. The package included the FLU amendment reclassifying the subject property from its previous Mixed Use category, which the Plan eliminated, to the new Mixed Use Medium category, per the area- specific FLU recommendations of the Plan. • The subsequent adoption, on September 19, 2017, of amendments to the Land Development Regulations (LDRs), codifying the new structure of the FLU categories and implementing the corresponding changes to zoning designations as recommended by the CRA Plan. The changes included reconfiguration of the FLU classification/zoning district scheme, establishment of new districts, redefining the maximum densities of some districts and minor changes to the district titles for consistency within the system. One of the new districts is the MU -2 (Mixed Use 2) District, requested for and now available for the subject property. The properties' Mixed Use Medium future land use classification allows a maximum density of 50 dwelling units/acre; its two corresponding zoning designations, MU -2 and MU -3, have the respective maximum densities of 40 and 50 dwelling units/acre. The subject property's MU -L2 current zoning—with a maximum density of 30 dwelling units per acre—is part of the "old" structure and as such will be phased out. The proposed MU -2 zoning district, otherwise essentially the same district as MU -L2, nevertheless allows for a significantly higher maximum density than the existing designation (40 versus 30 dwelling units/acre). Since the new zoning structure does not include a district with the same density cap, MU -L2 is the appropriate choice, consistent with the recommendations of the CRA Plan. CONCLUSION/RECOMMENDATION As indicated herein, the proposed rezoning finalizes the implementation of the recommendation of the CRA Community redevelopment Plan for the MLK South properties. Therefore, staff recommends that the subject request be approved. S:\Planning\SHARED\WP\PROJECTS\CRA Plan_Rezonings_HouseCleaning\MLK South 18-003\REZN 18-003 MLK South Staff Report.docx Page 565 of 634 Exhibit A LOCATION MAP N 0 2040 80 120 160 Feet Page 566 of 634 Exhibit B LOCATION MAP (REZONING 18-003) L.Martin-Lut e -K ing_J r_Blvd ii ys' !� t rr t(.. tjf tr :/4s tl st i� lr r } �i�} tf s } f�4i r t fly t 4 tslt t lt11 - r c' 1t t S 1 t> it 4 f sl 1 rlyr�t I ttrj � )�i}t f s ,I1 i t 7} ii �) is }rt fti }(js 1'J}{!it st{t `y �1 7rt i y � t f t IS ) i tl 44 7 Its rt r)t7t ? ) s; 4 f 1 1 t � },{ t r{t 7 sr r , ) }if fs7f /} tt{4} tf ifi lr r�}i. t}}t tt/1f rl ri 7 itt/ ty}r ,{{.rt}} {}-jiff f t t'SP}if i/ S ca 1� ifs 1i k.", �i/4 liV\}stt }17(It iJ7rs si } t s st4 } f t t irq �}sjt Dir {)yi7 �l iy{s ( t , if S astir y� \st sssDD ( r(.. f z°i 1(!t?t t7t Z}1t tr4 s/li�l �)� 41 11 is t{s if r (4 r } ii7t i tt {� fj} t ;ii s fi i; k� (�i}sl } tl !t}t 1t s:S srtt}t z t ty i j t 7 vl }} frY7 ff'}rl{y } t fsi',�,,,{ to Asst f�vz!y s3it� )s s I is}It t l { 17t t(s( � 4sl� ftI)+ it iu a 1 r fsf U 1 s rf - (I i tt rt i rr, tr tr tt) tit s i y is s}S�r f ss (s St I is�i / s 7"t} Ir Ss I }(f i}rl U 17 � trt It i i,: � s t It j S i✓ 7 1 1 I s - .y ri lit )�f tj if rt st li(:.I ly ;-}s is strt� 1( fr ys l f f,t t}J ref jst} try rtis t; s } f /� I sJt 't sss h ) {/ s t o t tJ 7 i �slif S ((1yt {f L�t si rrr ili s li s )9 s t ar S lz ft}�; ,kk tr'.1 I'S tr �r NE -9th --Ave' }ff tlr j}}7 Stsi 1 4 1 tl { r R srt / s'/DS t� irk /s 1 Sftl tsrl�lsr s) (t t� �r )r`tf s(s}t 4 S) Ds t sal r L �ijtrtr�}i }V't6 t t I/f)t�f r'rt }F1 ; Ir�}�{j f r y ({lzft i)s isirs ys! {tlrrl ts�-'; tt ' tt(yf } s}sr tri f y{ It (4 tt (cl 4.4 t 1 ifi4rD�ilsyr' t�t fr if �i f 4 })})sift }stD� /�}tt '��rftlr lit ye rltft rt it 7islt (f �i1 fs If rf �, ri!}�f sr }SSl(F i' NE--8th--Ave i j"!r } y it7i ) t7 s Is S r f j 7 ff� � sitr D ss ifl s £rrr ; ff r)f� }lt 7/1 b f ) is t21 4 t�S�� I)1t+�t (i ty4� 1i {tltst ts�} tss}�t( twy tl ry r -jf } s tt ( yIl9 i ( 1lr rf(St � i 1 t } if bt f1�tjr fttlr7 })js ffi is it � 4}}}itj 7lr ( ( ty f} str f} LEGEND 0 R2 Duplex, 10 du/ac 0 C2 Neighborhood Commercial MU -2 Mixed Use 2 40 du/ac ft ( PU Public Usage N 0 2040 80 120 160 Feet Page 567 of 634 AM PUBLIC HEARING 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO. 18-002 - SECOND READING - Approve Neelam (fka Schnars) Business Center Rezoning (REZN 18-004) from MU -L (Mixed Use Low District) to MU -1 (Mixed Use 1 District) to complete implementation of the CRA Community Redevelopment Plan's recommendation for the subject 0.52 acre property. Applicant: City -initiated. EXPLANATION OF REQUEST: The subject property, provisionally referred to as Neelam Business Center, consists of 2 (two) parcels in the Federal Highway District North as designated by the 2016 CRA Community Redevelopment Plan.The property was approved for an office/retail project in 2005; the site plan has since expired and the site is currently vacant. The subject request is city -initiated and consistent with the provisions of the Land Development Regulations (LDRs). Since 2015, the LDRs have allowed the City to proactively initiate and process future land use reclassification and rezoning to planned zoning districts for selected sites—if recommended by a significant planning document(s)—without a concurrent review of a master plan. This request meets the latter condition as it will implement a recommendation of the CRA Plan. The request represents the continuation of "house cleaning" tasks following adoption of major changes to the City's future land use and zoning structure pursuant to the CRA Redevelopment Plan. The "new" FLU structure is now reflected in the amended FLU map, with the subject property classified MXL, Mixed Use Low. The MXL classification allows for a maximum density of 20 dwelling units/acre and has only one corresponding zoning designation, MU -1. Therefore, MU -1 is the only designation that is consistent with the recommendation of the CRA Plan. Note that Mixed Use Low, the property's current zoning designation, permits a significantly higher maximum density of 40 du/acre. However, this designation has effectively been defunct since the 2004 code amendments. At the meeting held on January 23, 2018, the Planning and Development Board recommended that the subject item be approved. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? No significant impact on City services or programs; however, depending on the type of future project, the developer will have to coordinate water, sewer and stormwater improvements with the Utilities Department. FISCAL IMPACT: The future project will contribute to the City's tax base. ALTERNATIVES: None recommended. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: N/A Page 568 of 634 CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: N/A Is this a grant? Grant Amount: ATTACHMENTS: Type D Ordinance D Staff Report D Location Map D Location Map Description Ordinance Staff Report E)diibit A. Location Map -Aerial E)diibit E. Location Map - Rezoning Page 569 of 634 i 2 3 4 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 ORDINANCE NO. 18 - AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA, AMENDING ORDINANCE 02-013 TO REZONE A PARCEL OF LAND DESCRIBED HEREIN AND COMMONLY REFERRED TO AS NEELAM (FKA SCHNARS) BUSINESS CENTER FROM MIXED USE LOW DISTRICT (MU -L) TO MIXED USE 1 DISTRICT (MU -1); PROVIDING FOR CONFLICTS, SEVERABILITY, AND AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Boynton Beach, Florida has adopted Ordinance No. 02-013, in which a Revised Zoning Map was adopted for said City; and WHEREAS, the City of Boynton Beach has made application to rezone land, said land being more particularly described hereinafter, from Mixed Use Low District (MU -L) to Mixed Use 1 District (MU -1); and WHEREAS, the City Commission conducted public hearings as required by law and heard testimony and received evidence which the Commission finds supports a rezoning for the property hereinafter described; and WHEREAS, the City Commission deems it in the best interests of the inhabitants of said City to amend the aforesaid Revised Zoning Map as hereinafter set forth. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing Whereas clauses are true and correct and incorporated herein by this reference. Section 2. The land herein described be and the same is hereby rezoned from Mixed Use Low District (MU -L) to Mixed Use 1 District (MU -1). A location map is attached hereto as Exhibit "A" and made a part of this Ordinance by reference. Legal Description: S:\CA\Ordinances\Planning\Rezoning\Neelam - Rezone - Ordinance.doc Page 570 of 30 31 32 33 34 3� 3E 3i 3E 3S 4C 41 4� 4 4� 4` 4( 4" 4E 4( 5( 5- 51 5' 5� 5` 51 5' 5f 5� 6( 6: 6: 6: 6, 6! 61 Lots 21, 22, 23 less the West 17 feet thereof; together with Lot 20 less the East 55 feet thereof, Block 4, Lake Addition to Boynton, according to the plat thereof as recorded in Plat Book 11, Page 71 of the Public Records of Palm Beach County, Florida. Section 3. That the aforesaid Revised Zoning Map of the City shall be amended accordingly. Section 4. All ordinances or parts of ordinances in conflict herewith are hereby repealed. Section 5. Should any section or provision of this Ordinance or any portion thereof be declared by a court of competent jurisdiction to be invalid, such decision shall not affect the remainder of this Ordinance. Section 6. This ordinance shall become effective immediately upon passage. FIRST READING this day of , 2018. SECOND, FINAL READING and PASSAGE this day of , 2018. CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Steven B. Grant Vice Mayor — Justin Katz Commissioner — Mack McCray Commissioner — Christina L. Romelus Commissioner — Joe Casello ATTEST: Judith A. Pyle, CMC City Clerk (City Seal) S:1CA\Ordinances\Planning\Rezoning\Neelam - Rezone - Ordinance.doc VOTE Page 571 of DEVELOPMENT DEPARTMENT PLANNING AND ZONING DIVISION MEMORANDUM NO. PZ 17-071 STAFF REPORT TO: Chair and Members Planning and Development Board THRU: Michael Rumpf Planning and Zoning Director FROM: Hanna Matras, Senior Planner DATE: December 13, 2017 PROJECTS: Neelam Business Center REZN 18-004 REQUEST: Approve Neelam (fka Schnars) Business Center Rezoning (REZN 18-004) from MU -L (Mixed Use Low District) to MU -1 (Mixed Use 1 District) to complete implementation of the CRA Community Redevelopment Plan's recommendation for the subject 0.52 acre property. Applicant: City -initiated. PROJECT DESCRIPTION Property Owner: AA LLC Applicant: City -initiated Location: 924 North Federal Highway (Exhibit "A") Existing Land Use/ Zoning: Mixed Use Low (MXL)/ MU -L (Mixed Use Low District) Proposed Land Use/ Zoning: Mixed Use Low (MXL)/ MU -1 (Mixed Use 1 District) Acreage: Adjacent Uses: +/- 0.52 acres North: N. E. 91" Avenue right-of-way, and farther north, Boynton Beach F.O.E. #3944 lodge building, classified General Commercial (GC) and zoned C- 4, General Commercial; Page 572 of 634 Page 2 Neelam Business Center REZN 18-004 South: Developedd commercial property (an auto repair business), classified General Commercial (GC) and zoned C-4, General Commercial; to the southeast, vacant parcel, classified Single -Family Residential (SFR) and zoned R -1-A, Single -Family Residential; East: Developed single-family homes, classified Single -Family Residential (SFR) and zoned R -1-A, Single -Family Residential; and West: North Federal Highway right-of-way, and farther west, developed commercial retail property, classified General Commercial (GC) and zoned C-4, General Commercial. BACKGROUND AND PROCESS The subject property, provisionally referred to as Neelam Business Center, consists of 2 (two) parcels in the Federal Highway District North as designated by the 2016 CRA Community Redevelopment Plan (the CRA Plan). The property was approved for an office/retail project in 2005; the site plan has since expired and the site is currently vacant. The subject request is city -initiated and consistent with the procedural provisions of the Land Development Regulations (LDRs). Since 2015, the LDRs have allowed the City to proactively initiate and process future land use reclassification and rezoning to planned zoning districts for selected sites—if recommended by a significant planning document(s)—without a concurrent review of a master plan. This request meets the latter condition as it will implement a recommendation of the CRA Plan. It explicitly meets criterion "b"—consistency with redevelopment plans—of the criteria for review of Comprehensive Plan Map amendments and rezonings listed in the LDR, Chapter 2, Article II. Meeting criterion "b" is the minimum requirement for city - initiated applications. Lastly, the request represents the continuation of "house cleaning" tasks following major changes to the City's future land use/zoning structure as part of the implementation of the CRA Plan. Another, similar city -initiated application—seeking rezoning of properties for consistency with the said new structure and with the site-specific recommendations of the CRA Plan—is being processed concurrently. EXPLANATION This request, if approved, would constitute the final action to bringing the subject properties in line with the recommendations of the CRA Community Redevelopment Plan (the CRA Plan). The previous actions executing said recommendations and affecting the properties Page 573 of 634 Page 3 Neelam Business Center REZN 18-004 included - The July 18, 2017 adoption of the Comprehensive Plan text/ Future Land Use (FLU) map amendment package which implemented the modified FLU structure recommended by the CRA Plan. The package included the FLU amendment reclassifying the subject property from its previous Mixed Use category, which the Plan eliminated, to Mixed Use Low (MXL), per the area -specific FLU recommendations of the CRA Plan. • The subsequent adoption, on September 19, 2017, of amendments to the Land Development Regulations (LDRs), codifying the new structure of the FLU categories and implementing the corresponding changes to zoning designations as recommended by the CRA Plan. The changes included reconfiguration of the FLU classification/zoning district scheme, establishment of new districts, redefining the maximum densities of some districts and minor changes to district titles for consistency within the system. The property's MXL future land use category allows for a maximum density of 20 dwelling units/acre and has only one corresponding zoning designation, MU -1. Therefore, MU -1 is the only designation that is consistent with the recommendation of the CRA Plan. Note that Mixed Use Low, the property's current zoning designation, permits a significantly higher maximum density of 40 du/acre. However, this designation has effectively been defunct since the 2004 code amendments. CONCLUSION/RECOMMENDATION As indicated herein, the proposed rezoning finalizes the implementation of the recommendation of the CRA Community redevelopment Plan for the subject property. Therefore, staff recommends that the subject request be approved. S:\Planning\SHARED\WP\PROJECTS\CRA Plan_Rezonings_HouseCleaning\Neelam Business Center 18-004\REZN 18-004 Neelam Business Center Staff Report.doc Page 574 of 634 Exhibit A LOCATION MAP N 0 510 20 40� of Exhibit B LOCATION MAP (REZONING 18-004) N 012.25 ary75F70 4 10.A. UNFINISHED BUSINESS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R18-038- Commission to consider a land sale agreement to Leisureville for land parcel adjacent to Palm Beach Leisureville. EXPLANATION OF REQUEST: At the February 6, 2018 City Commission Meeting, the Commission directed the City Attorney to draft an Agreement for Purchase and Sale between the City and Palm Beach Leisureville Community Association, Inc. for a land parcel adjacent to Palm Beach Leisureville for the sales price of $24,999. In addition to the sales price of $24,999, the commission requested a couple of other restrictions: • Land to be maintained as a park, open space, recreational facility, etc., Commission needs to determine what use they would like to see this land in the attached agreement the land is referred to as a traditional park. • Also, to allow City to have reversionary rights to the property if it is not developed in specific time period, this period needs to be determined. i.e. 1, 2, 3 or 5 years. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: Non -budgeted City would realize $24,999 from proposed land sale. ALTERNATIVES: Do not approve agreement STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 577 of 634 ATTACHMENTS: Type Description Resolution approving Purchase and Sale Agreement with Palm Beach Leisureville Agreement for Purchase and Sale with LeisureWle Page 578 of 634 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. R18 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR TO SIGN THE PURCHASE AND SALE AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND PALM BEACH LEISUREVILLE COMMUNITY ASSOCIATION, INC., TO CONVEY A VACANT PARCEL OF LAND; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City has received a request from Palm Beach Leisureville Community Association, Inc. to purchase a vacant lot adjacent to Palm Beach Leisureville; and WHEREAS, at the February 6, 2018 City Commission meeting the City Commission directed the City Attorney to draft an Agreement for Purchase and Sale between the City and Palm Beach Leisureville Community Association for a sales price of $24,999; and WHEREAS, staff is recommending to convey title of the parcel to Palm Beach Leisureville Community Association, Inc.; and WHEREAS, the City Commission has determined that it is in the best interests of the residents of the City to approve and authorize the Mayor to sign a Purchase and Sale Agreement with Palm Beach Leisureville Community Association, Inc. to convey a vacant parcel of land adjacent to Palm Beach Lesiureville. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDCACDOA5407-CC40-42FO-B5B2-FF1CC117DA78\Boynton Be ach.9219.1. Purchase_and_Sale_Agreement_ with Leisureville_-_Reso. doc Page 579 of 634 29 Section 2. The City Commission does hereby approve and authorize the Mayor 30 to sign a Purchase and Sale Agreement with Palm Beach Leisureville Community 31 Association, Inc. to convey title to a vacant parcel of land adjacent to Palm Beach 32 Leisureville (PCN #08-43-45-29-00-000-1040), a copy of the Agreement is attached hereto 33 as Exhibit "A". 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this day of , 2018. CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Steven B. Grant Vice Mayor — Justin Katz Commissioner — Mack McCray Commissioner — Christina L. Romelus Commissioner — Joe Casello ATTEST: Judith A. Pyle, CMC City Clerk (City Seal) VOTE C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDCACDOA5407-CC40-42FO-B5B2-FF1CC117DA78\Boynton Be ach.9219.1. Purchase_and_Sale_Agreement_ with Leisureville_-_Reso. doc Page 580 of 634 AGREEMENT FOR PURCHASE AND SALE THIS AGREEMENT FOR PURCHASE AND SALE ("Agreement") is dated as of the Effective Date (as defined in Section 31) and entered into by the City of Boynton Beach ("Seller"), and Palm Beach Leisureville Community Association, Inc., a Florida not-for-profit corporation, and/or its assigns ("Buyer"). BACKGROUND: A. Seller is currently the owner of approximately 3.62 acres (+/-) of unimproved land in Boynton Beach, Florida which is located in Palm Beach County, Florida, and which is more particularly described on Exhibit "A" attached hereto and made a part hereof ("Property"). The legal description of the Property shall be subject to verification by a survey prior to the expiration of the Investigation Period, as defined in Section 4 herein. B. The Property is being acquired with the primary intent of developing a Park/Recreational Facility on the Property and/or in accordance with any other permitted use consistent with the use of the Property pursuant to the Zoning Regulations or Code of Ordinances applicable to the City of Boynton Beach, together with associated amenities, parking and other property features (the "Contemplated Improvements"). C. The parties to this Agreement have agreed to the sale and purchase of the Property on the terms and conditions which are set forth in this Agreement. AGREEMENT: 1. Purchase and Sale. Subject to all of the terms and conditions of this Agreement, Seller will sell to Buyer and Buyer will purchase from Seller the Property, together with all appurtenances, rights and development rights of way incident thereto, including, without limitation, all easements, rights of way, privileges, licenses, appurtenances and any other rights, privileges and benefits belonging to the owner of, running with title to, or in any way related to, the Property, if any (collectively, the "Property"): 2. Purchase Price. (a) The total purchase price for the Property is Twenty Four Thousand Nine Hundred Ninety Nine and No/100 Dollars ($24,999.00) ("Purchase Price"). (b) Deposit. On the third business day following the Effective Date (as defined in Section 31), the Buyer shall deposit with Goren, Cherof, Doody & Ezrol, P.A. ("Escrow Agent") the sum of One Thousand and 00/100 DOLLARS ($1,000.00) (" Deposit"). (c) Payment of Purchase Price. At the time of Closing, the Buyer will pay to Seller by wire transfer of funds the Purchase Price as adjusted for prorations and adjustments as set forth in this Agreement. t00217662.2 306-9905308} Page 581 of 634 3. Title and Title Insurance. (a) Within five (5) days of the Effective Date as hereinafter defined, Buyer shall, at its sole cost, cause Buyer's Counsel or such other party designated by the Buyer as agent for a national title insurance company selected by Buyer, to order a standard owner's preliminary title commitment ("Title Commitment") which shall describe the Property, list Buyer, or Buyer's assignee, as the prospective named insured, show as the policy amount the Purchase Price, contain the commitment of the title company to insure Buyer's fee simple interest in the Property upon the Closing, and show that title to the Property is good and marketable and insurable subject to no liens, encumbrances, exceptions or qualifications which would preclude the Buyer, in its sole discretion, from constructing and developing the Contemplated Improvements upon the Property. (b) Buyer shall have ten (10) days from receipt of the Title Commitment in which to examine the condition of title and make its written objections ("Title Objections") to the form or content of the Title Commitment by providing written notice to Seller setting forth the Title Objections ("Objection Letter"). If the Buyer fails to provide the Objection Letter to Seller within such time period, then, for all purposes of this Agreement, the Buyer shall be deemed to have accepted title in the condition described in the Title Commitment. Any title exceptions which are not objected to within such time period shall be deemed to be acceptable to Buyer and permitted exceptions ("Permitted Exceptions"). (c) If the Buyer timely notifies the Seller of any Title Objections, then the Seller agrees to use reasonable diligence to cure such Title Objections and otherwise make title good, marketable and insurable, for which purpose the Seller shall have a reasonable time but in no event less than Ten (10) days prior to the Closing Date. Unless otherwise agreed to, in no event shall Seller be obligated to prosecute legal action to cure any title defects or expend more than $5,000.00 in curing such defects. After reasonable diligence on the part of the Seller, if the Title Objections are not cured (as determined by Buyer), then at the end of such Ten (10) day period Buyer may elect to (i) terminate this Agreement and the Deposit shall be returned to Buyer, and all parties hereto shall be released from any and all obligations and liabilities hereunder or (ii) waive any Title Objections, by written notice to the Seller, in which event such Title Objections shall be deemed Permitted Exceptions and the Closing shall take place pursuant to this Agreement without any abatement in the Purchase Price. If Buyer fails to notify Seller of either election under the preceding sentence within such Ten (10) day period, then Buyer shall be deemed to have waived any such Title Objections. If Buyer timely delivers a Title Objection Notice, then, within five (5) days after receipt thereof, Seller shall give to Buyer a written notice (the "Title Cure Notice") that identifies which, if any, title defects objected to (i) Seller agrees to cure on or before the Closing Date, and (ii) Seller does not agree to, or cannot, cure; it being understood and agreed that Seller shall not be obligated to cure any defects, accept as provided herein. If Seller gives Buyer notice that Seller will not, or cannot, remove one or more title objections, then Buyer shall have the right, at its option, either to (x) terminate this Agreement by notice to Seller given within five (5) days after receipt of the Title Cure Notice, which event the Escrow Agent, within three (3) Business Days of receiving such notice, shall return the Deposit and all interest earned thereon (if any) to Buyer, whereupon both parties shall be released from all further obligations under this Agreement, or (y) proceed to close the transaction contemplated by this Agreement, in which event Buyer shall waive {00217662.2 306-9905308} 2 Page 582 of 634 Buyer's objections. Seller shall satisfy all "requirements" imposed on Seller as set forth in Schedule B -I of the Title Commitment prior to the Closing Date (as defined in Section 7). Notwithstanding anything to the foregoing herein, Seller shall be required to satisfy, discharge or bond over liens, encumbrances or other monetary items which can be satisfied by the payment of an ascertainable sum. (d) In the event that any matter shall be recorded against the Property between the date of the Title Commitment and the Closing Date, which is not contained in the Title Commitment ("New Matter"), then each such New Matter shall be deemed to be objectionable to Buyer and shall be removed by Seller promptly upon Buyer's request, but in all events, prior to the Closing Date. 4. Investigation Period. (a) Within fifteen (15) calendar days after the Effective Date, Seller shall provide Buyer with any and all relevant information relating to the Property which is in Seller's possession, custody or control, including but not limited to all surveys, topographical maps, soil borings reports, traffic studies, agreements, environmental reports, appraisals, site planning concepts, permits, leases, contracts, project approvals, property tax bills, regulations and or other governmental or quasi -governmental matters affecting the Property. In addition, Seller shall deliver to Buyer any additional information with respect to the Property within ten (10) calendar days of the Seller's receipt thereof. Commencing on the Effective Date and expiring Forty Five (45) days thereafter (the "Investigation Period"), Buyer shall determine whether the Property is acceptable to Buyer and can be developed with the Contemplated Improvements pursuant to a plan satisfactory to the Buyer, in its sole and absolute discretion. Among other things, the Buyer may verify that (a) adequate utility services are or will be made available to a boundary of the Property; (b) there are no unusual soil conditions which would prohibit the standard construction practice for Buyer's Contemplated Improvements; (c) there an no wetlands or environmental concerns. During the term of this Agreement, Buyer and Buyer's contractors, consultants, employees, and other representatives shall have the right to conduct, at their own expense, inspections of the Property in order to determine if the Property is acceptable to Buyer in its sole discretion. Seller hereby grants to Buyer and its agents, servants, employees, contractors and representatives, a right of entry upon every portion of the Property, and a right to examine all records, documents, data or information of any kind or nature relating to or concerning the Property in the possession or under the control of Seller or other matters pertaining to the Property (and Seller hereby agrees to make any and all records, documents, data or information of any kind or nature relating to or concerning the Property in the possession or under the control of Seller available to Buyer) from time to time at all reasonable times for the purpose of inspecting the Property. Such inspections shall include, but not be limited to, surveying, environmental studies, soil borings, wetlands assessments, and utilities and site planning studies. Seller confirms and acknowledges that such inspections and testing will be a necessary part of the due diligence to be performed by the Buyer. During the Investigation Period the Buyer will prepare and submit to Seller's staff a more detailed site plan for the Contemplated Improvements and will work with Seller's staff to refine the proposed site plan. After working with Seller's staff, Buyer shall submit its proposed site plan to the City Commission of Boynton Beach for its review and comment. {00217662.2 306-9905308} 3 Page 583 of 634 (b) The Buyer hereby indemnifies and holds the Seller harmless from any loss, cost or expense including, but not limited to reasonable attorney's fees and out-of-pocket costs actually incurred by the Seller as a result of the negligence or misconduct of any of Buyer's agents who enter the Property. The indemnification provided herein shall survive any termination or closing under this Agreement. Buyer shall have no indemnification obligation or other liability for, or in connection with any claims arising from pre-existing conditions on or under the Property, or those arising from the presence, discovery, or disturbance of "Hazardous Substances" as such term is defined in the Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C.'9601 et seq. and the regulations promulgated thereunder (as amended from time to time) and shall include oil and oil waste as those terms are defined in the Clean Water Act, 33 U.S.C. '1251 et seq. and the regulations promulgated thereunder (as amended from time to time), the Resource, Conservation and Recovery Act, 42 U.S.C. '6901 et seg., and the Florida Resource Recovery and Management Act, Florida Statutes `403.70-403.73, each as amended from time to time and shall include any other elements or compounds contained in the list of hazardous substances adopted by the United States Environmental Protection Agency (the "EPA") and the list of toxic pollutants designated by Congress or the EPA as defined by any other Federal, State or local statute, law, ordinance, code, rule, regulation, order or decree relating to standards of conduct concerning any toxic or dangerous waste or substance. (c) Notwithstanding anything to the contrary contained in this Agreement, in the event that Buyer, in its sole and absolute discretion, is satisfied with the results of its inspections, Buyer may elect to proceed with the transaction described herein by providing written notice to Seller no later than the expiration of the Investigation Period ("Acceptance Notice"). If Buyer does not provide Seller with the Acceptance Notice on or before the expiration of the Investigation Period, then the Deposit shall be automatically returned to Buyer, and this Agreement shall be deemed terminated and shall be null and void without recourse to either party hereto, except for those obligations which expressly survive the termination of this Agreement. In the event Buyer timely sends the Acceptance Notice on or before the expiration of the Investigation Period, then Buyer shall be deemed to have elected to proceed with this Agreement and to be satisfied with its inspections. In addition, Buyer shall have the right, in Buyer's sole and absolute discretion, at any time on or before the expiration of the Investigation Period, to terminate this Agreement by sending written notice of such termination to Seller and Escrow Agent, in which event the Deposit shall be returned to Buyer, and this Agreement shall be deemed terminated and shall be null and void without recourse to either party hereto, except for those obligations which expressly survive the termination of this Agreement as specifically provided for herein. 5. Closing Date. If Buyer proceeds with this transaction following the expiration of the Investigation Period, the purchase and sale contemplated by this Agreement ("Closing") shall be closed on the date which is thirty (30) days subsequent to the expiration of the Inspection Period ("Closing Date"). {00217662.2 306-9905308} 4 Page 584 of 634 6. Closing Conditions. The obligations of Buyer to pay the Purchase Price, and to perform Buyer's other obligations at the Closing are and shall be subject to the satisfaction of each of the following conditions on or prior to the Closing Date: (a) Seller shall have delivered Seller's executed closing documents to Escrow Agent. (b) Title to the Property shall be free of all encumbrances other than the Permitted Exceptions and the Property shall be free of violations of record of any applicable law. (c) The title company shall be able to deliver at Closing an ALTA Form B Marketability Owner's Title Insurance Policy ("Title Policy") insuring Buyer's right, title and interest in the Property in the amount of the Purchase Price, excepting no matters other than the Permitted Exceptions. (d) All of the representations and warranties of Seller contained in this Agreement shall have been true and correct when made, and shall be true and correct on the Closing Date with the same effect as if made on and as of such date. (e) Buyer shall be solely responsible for the payment of any and all impact fees in connection with or associated with the Property. If any of the foregoing conditions benefiting the Buyer have not been satisfied as of the Closing Date, then Buyer may, in Buyer's sole discretion: (i) terminate this Agreement by delivering written notice to the Seller, in which event the Deposit shall be immediately returned to the Buyer or (ii) waive such condition and elect to close, notwithstanding the non -satisfaction of such condition. 7. Seller's Closing Documents. Seller shall deliver to the Buyer (and its counsel) at least five (5) days prior to the Closing copies of the following documents, dated as of the Closing Date, the delivery and accuracy of such executed documents which shall be a condition to the Buyer's obligation to consummate the purchase and sale: (a) Special Warranty Deed. A Special Warranty Deed in recordable form, duly executed by the Seller, conveying to the Buyer good, marketable and insurable fee simple title to the Property subject only to the Permitted Exceptions, with the legal description provided in the Title Commitment. The Special Warranty Deed shall contain a restriction that the Property be used for a traditional park. The failure of Buyer to develop the Property for a traditional park within months after the Closing Date will result in the City exercising a reversionary interest in the Property as set forth in the Special Warranty Deed attached hereto as Exhibit "B" and made a part hereof. (b) Affidavit. A "gap", no -lien and exclusive possession affidavit sufficient for the title company to delete any exceptions for parties in possession, mechanic's or materialmen's liens and "gap" from the title policy. The no -lien affidavit shall relate to any activity of the Seller at the Property and the Easement Area within the period that a mechanic's lien can be filed based on such activity prior to the closing. {00217662.2 306-9905308} 5 Page 585 of 634 (c) FIRPTA Affidavit. In order to comply with the requirements of the Foreign Investment Real Property Tax Act of 1980 ("FIRPTA"), Seller will deliver to Buyer at closing Seller's affidavit under penalty of perjury stating the Seller is not a "foreign person," as defined in Section 1445 of the Internal Revenue Code of 1986 and the U.S. Treasury Regulations thereunder, setting forth Seller's taxpayer identification number, and that Seller intends to file a United States income tax return with respect to the transfer. Seller represents and warrants to Buyer that it has not made nor does Seller have any knowledge of any transfer of the Property or any part thereof that is subject to any provisions of FIRPTA that has not been fully complied with by either transferor or transferee. As required by law, if Seller fails to comply with the requirement of this paragraph, Buyer shall withhold 10% of the Purchase Price in lieu of payment thereof to Seller and pay it over instead to the Internal Revenue Service in such form and manner as may be required by law. (d) Seller Authorization. Evidence of Seller's authorization to consummate this transaction, as required by the Title Company. (e) Seller's obligation to close and deliver the Deed to the Buyer is contingent upon Seller's compliance with all applicable sections of the City's Charter. (f) Additional Documents. Such additional documents as are customarily required of seller's in transactions of this type in Palm Beach County, Florida or as may be reasonably necessary to consummate the purchase and sale of the Property, together with any other documents, instruments, or agreements call for under this Agreement that have not been delivered previously. 8. Buyer's Deliveries. At the Closing, and after the Seller has complied with all of the terms and conditions of this Agreement and simultaneously with Seller's delivery of the documents required in Section 7, the Buyer shall pay to the Seller by wire transfer of funds or local cashier's check, the Purchase Price, adjusted for the prorations, adjustments and other payments provided for in this Agreement. Buyer shall prepare a closing statement which must be approved by both Buyer and Seller. 9. Taxes, Prorations and Impact Fees. All taxes attributable to the year in which the Closing occurs shall be prorated and adjusted as of the Closing Date as an adjustment at the Closing (regardless of whether such taxes and special assessments are then due and payable or delinquent, and taking into consideration the maximum allowable discount). If the tax statements for the fiscal year during which the Closing Date occurs are not finally determined, then the assessed value for the year of closing and the millage rate for the immediately prior fiscal year will be used for the purposes of prorating taxes on the Closing Date, with a further adjustment to be made after the Closing Date as soon as such tax figures are finalized. All special assessments which may be amortized over a number of years will be prorated as of the Closing Date, with Seller responsible only for the period ending on the day prior to the Closing Date. Notwithstanding the above, BUYER and SELLER shall comply with Section 196.295, Florida Statutes, with respect to the payment of prorated ad valorem taxes for the year of closing into escrow with the Palm Beach County Tax Collector's Office. In the event that, following the Closing, the actual amount of assessed real property tax on the real property for the current year is {00217662.2 306-9905308} 6 Page 586 of 634 higher than any estimate of such tax used for purposes of the Closing, the parties shall re -prorate any amounts paid or credited based on such estimate as if paid in November. The provisions of this Section shall survive the Closing and delivery of the Special Warranty Deed, 10. Title Update. Prior to Closing Date the Title Agent shall update the Title, and Title to the Property shall be free of all encumbrances other than the Permitted Exceptions and the Property shall be free of violations of record of any applicable law. 11. Survey. Within fifteen (15) calendar days from the Effective Date, Seller shall provide to Buyer (and its counsel) a prior survey with respect to the Property, if one exists, (`Existing Survey"), provided Seller has a survey in its possession. During the term of this Agreement, Buyer may, at its option, obtain an update to the Existing Survey, including the Easement Area (such new survey or update to the Existing Survey, as the case may be, the "Survey"). If the Existing Survey discloses that the Property lacks access to a public street, or if it shows any gaps, encroachments, overlaps, or other matters that in Buyer's sole judgment render title unmarketable or that preclude construction of the Contemplated Improvements or Buyer's intended signage in the Easement Area("Unacceptable Survey Matters"), then Buyer will so notify Seller in writing within prior to the end of the Investigation Period. Any such survey defects shall be deemed Title Objections, and shall entitle or subject, as the case may be, Buyer and Seller to the rights and obligations relating to Title Defects prescribed in the Section above titled "Title and Title Insurance". Any matters reflected on the Existing Survey to which Buyer does not expressly object in Buyer's notice of objections shall be deemed Permitted Exceptions. In the event Buyer elects to obtain a Survey, and such Survey discloses any Unacceptable Survey Matters which were not contained in the Existing Survey, then Buyer will so notify Seller in writing within fifteen (15) days after receipt of the Survey. Any such survey defects shall be deemed Title Objections, and shall entitle or subject, as the case may be, Buyer and Seller to the rights and obligations relating to Title Objections prescribed in the Section above titled "Title and Title Insurance". Any matters reflected on the Survey to which Buyer does not expressly object in Buyer's notice of objections shall be deemed Permitted Exceptions. 12. Seller's Warranties. Seller hereby represents and warrants to Buyer as follows: (a) There are no condemnation or eminent domain proceedings pending or to the best of Seller's knowledge contemplated against the Property or any part thereof, and the Seller has received no notice of the desire of any public authority to take or use the Property or any part thereof. (b) There are no pending suits or proceedings against or affecting Seller or any part of the Property which (i) do or could affect title to the Property or any part thereof, or (ii) do or could prohibit or make unlawful the consummation of the transaction contemplated by this Agreement, or render Seller unable to consummate the same. (c) The Seller has full power and authority, and all necessary governmental actions on behalf of Seller have been taken, to execute and deliver this Agreement and all documents now or hereafter to be delivered by it pursuant to this Agreement, to perform all obligations arising under this Agreement, and to complete the transfer of the Property contemplated by this Agreement. This Agreement has been duly executed and delivered by the Seller and constitutes {00217662.2 306-9905308} / Page 587 of 634 a valid, binding and enforceable obligation of the Seller, subject to bankruptcy and other debtor relief laws and principals of equity. (d) Seller is not, and will not be, a person or entity with whom Buyer is restricted from doing business with under the Uniting and Strengthening America by Providing Appropriate Tools Required to Intercept and Obstruct Terrorism Act of 2001, H.R. 3162, Public Law 107-56 (commonly known as the "USA Patriot Act") and Executive Order Number 13224 on Terrorism Financing, effective September 24, 2001 and regulations promulgated pursuant thereto (collectively, "Anti -Terrorism Laws"), including without limitation persons and entities named on the Office of Foreign Asset Control Specially Designated Nationals and Blocked Persons List. (e) Seller has no notice or actual knowledge of. (i) any pending improvement liens to be made by any governmental authority with respect to the Property, (ii) any violations of zoning ordinances or other governmental regulations with respect to the Property; (iii) any pending or threatened condemnation proceedings with respect to the Property; or (iv) any suit, action, claim or other proceeding which relates to or affects the Property (f) No person or entity has any agreement, commitment, option, right of first refusal, right of first offer, or any other right, option or agreement, whether oral or written, with respect to the purchase of the Property or any portions thereof, other than Buyer, pursuant to this Agreement. Prior to Closing, no portion of the Property or any interest therein shall be alienated, encumbered, conveyed or otherwise transferred by Seller, nor shall Seller enter into any agreement, commitment, option, right of first refusal, or any other right, option or agreement with respect to the purchase of all or any portion of the Property. (g) Seller has not entered into any leases, options or other occupancy agreements, either written or oral, affecting the Property and Seller has exclusive possession of the Property. (h) There are no agreements or contracts entered into by Seller affecting the Property that will be binding on Buyer after Closing. (i) Real Property Sold As Is, Where Is, Release: SELLER makes and shall make no warranty regarding the title to the Property except as to any warranties which will be contained in the instruments to be delivered by SELLER at Closing in accordance with this Agreement, and SELLER makes and shall make no representation or warranty either expressed or implied (except as specifically set forth in the Agreement) regarding condition, operability, safety, fitness for intended purpose, use, governmental requirements, development potential, utility availability, legal access, economic feasibility or any other matters whatsoever with respect to the Property. The BUYER specifically acknowledges and agrees that SELLER shall sell and BUYER shall purchase the Property on an "AS IS, WHERE IS, AND WITH ALL FAULTS" basis and that, except for the SELLER'S representations and warranties specifically set forth in this Agreement, BUYER is not relying on any representations or warranties of any kind whatsoever, express or implied, from SELLER its agents, officers, or employees, as to any matters concerning the Property including, without limitation, any matters relating to (1) the quality, nature, adequacy, or physical condition of the Property, (2) the quality nature, adequacy or physical condition of soils, fill, geology, or any groundwater, (3) the existence, {00217662.2 306-9905308} 8 Page 588 of 634 quality, nature, adequacy or physical condition of utilities serving the Property, (4) the development potential, income potential, expenses of the Property, (5) the Property's value, use, habitability, or merchantability, (6) the fitness, suitability, or adequacy of the Property for any particular use or purpose, (7) the zoning or other legal status of the Property, (8) the compliance of the Property or its operation with any applicable codes, laws, rules, regulations, statutes, ordinances, covenants, judgments, orders, directives, decisions, guidelines, conditions, or restrictions of any governmental or quasi -governmental entity or of any other person or entity, including, without limitation, environmental person or entity, including without limitation, environmental laws, (9) the presence of Hazardous Materials (as defined herein) or any other hazardous or toxic matter on, under, or about the Property or adjoining or neighboring property, (10) the freedom of the Property from latent or apparent vices or defects, (11) peaceable possession of the Property, (12) environmental matters of any kind or nature whatsoever relating to the Property, (13) any development order or agreement, or (14) any other matter or matters of any nature or kind whatsoever relating to the Property. As used herein, the term "Hazardous Materials" means (i) those substances included within the definitions of "hazardous substances", "hazardous materials", "toxic substances" or "solid waste" in the Comprehensive Environmental Response, Compensation and Liability Act of 1980, 42 U.S.C. §960 et seq., the Resource Conservation and Recovery Act of 1976, 42 U.S.C. § 6901 et seq., the Hazardous Materials Transportation Act, 49 U.S. C. §1801 et seq., or the Clean Water Act, 33 U.S.C. §1321 et seq., as amended, and in the regulations promulgated pursuant thereto; (ii) those substances listed in the United States Department of Transportation Table (49 CFR §172.101) or by the Environmental Protection Agency as "hazardous substances", "hazardous materials", "toxic substances" or "solid waste", (iii) such other substances, materials and wastes which are regulated, or classified as hazardous or toxic, under applicable local, state or federal laws, ordinances or regulations; and any material, waste or substance which is petroleum, asbestos, polychlorinated, biphenyls, flammable explosives or radioactive materials. 13. Covenants of Seller. Seller hereby covenants with the Buyer that between the date of this Agreement and the Closing: (a) Between the date of this Agreement and the Closing Date, Seller will not, without the Buyer's prior written consent, create by its consent any encumbrances on the Property. For purposes of this provision the term "encumbrances" shall mean any liens, claims, options, mortgages or other encumbrances, encroachments, rights-of-way, leases, easements, covenants, conditions or restrictions. Furthermore, Seller shall not market the Property or enter into any contracts, letters of intent, agreements, commitments, options, rights of first refusal, rights of first offer, or any other rights, options or agreements to sell the Property or any portion thereof. (b) Between the date of this Agreement and the Closing Date, Seller will not file any application for any change of the present zoning classification of the Property unless such change is requested by the Buyer in writing or called for by this Agreement to allow the Property to be developed with the Project. Seller will cooperate fully with the Buyer by executing consents, applications and other such documents reasonably requested by the Buyer in connection with its efforts in developing the Property to a condition such that building may commence. {00217662.2 306-9905308} 9 Page 589 of 634 (c) Upon Seller's receipt of actual knowledge thereof, Seller shall promptly notify Buyer of any material change in any condition with respect to the Property or of any event or circumstance which makes any representation or warranty of Seller under this Agreement materially untrue or of any covenant of Seller under this Agreement which Seller will be incapable of performing. (d) Seller shall not enter into any Contracts or other agreement affecting the Property or any portion thereof or the use thereof which will be binding on Buyer or the Property after Closing, without the prior written consent of the Buyer, which consent may be withheld in Buyer's sole and absolute discretion. (e) In the event that Seller receives or is served, prior to Closing, with any notices from any governmental or quasi -governmental body or agency or from any person or entity with respect thereto, Seller will promptly comply with them at Seller's expense. (f) Seller shall comply with all laws, rules, regulations, and ordinances of all governmental authorities having jurisdiction over the Property. (g) So long as Seller is not required to incur any cost or expense with regard thereto (except as is otherwise required pursuant to the terms of this Agreement, including, without limitation the requirements of Paragraph 3 hereof), Seller shall cooperate with Buyer in performing its due diligence with respect to the Property and in seeking any and all consents, permits or approvals regarding the Property as Buyer may request, and Seller shall promptly join in all applications for building permits, certificates or other agreements, and permits for sewer, water, or other utility services, other instruments or other permits or approvals, the granting of or entry into which, by any governmental or quasi governmental authority having jurisdiction over the Property, is, in Buyer's reasonable opinion, necessary to permit the development, construction, use or occupancy of the Property for the Contemplated Improvements without violating applicable law. 14. Purchaser's Representations. PURCHASER hereby represents and warrants to the best of PURCHASER'S knowledge that all of the following are true and correct: (a) PURCHASER has full power and authority to enter into this Agreement and to assume and perform all of its obligations hereunder. (b) The execution and delivery of this Agreement and the consummation of the transaction contemplated hereunder on the part of the PURCHASER do not and will not violate the corporate or organizational documents of PURCHASER and will not conflict with or result in the breach of any condition or provision, or constitute a default under, or result in the creation or imposition of any lien, charge or encumbrance upon any of the terms of any contract, mortgage, lien, lease, agreement, indenture, instrument or judgment to which the PURCHASER is a parry. (c) No action by any federal, state, municipal or other governmental department, CRA, board, bureau or instrumentality is necessary to make this Agreement a valid instrument binding upon PURCHASER in accordance with its terms and conditions. {00217662.2 306-9905308} 10 Page 590 of 634 All of the representations, warranties and covenants of PURCHASER contained in this Agreement or in any other document, delivered to SELLER in connection with the transaction contemplated herein shall be true and correct in all material respects and not in default at the time of Closing, just as though they were made at such time. 15. Closing Costs, Taxes and Prorations. 15.1 Ad Valorem Taxes. PURCHASER and SELLER shall comply with Section 196.295, Florida Statutes, with respect to the payment of prorated ad valorem taxes for the year of closing into escrow with the Palm Beach County Tax Collector's Office. In the event that, following the Closing, the actual amount of assessed real property tax on the Property for the current year is higher than any estimate of such tax used for purposes of the Closing, the parties shall re -prorate any amounts paid or credited based on such estimate as if paid in November. This shall survive the Closing. 15.2 Seller's Closing Costs. SELLER shall pay for the following items prior to or at the time of closing: a) Cost and expense related to updating the title and providing marketable title as provided herein. 15.3 Purchaser's Closing Costs. PURCHASER shall pay for the following items prior to or at the time of Closing: a) Costs associated to appraisals, survey, environmental reports (phase I and phase II); b) Recording fees of the Warranty Deed, Mortgage, if any, and any other instrument as required to be recorded in the Public Records; c) Documentary Stamps on the deed as provided under Chapter 201, Florida Statutes. d) Owner's title insurance policy. 16. Real Estate Commissions. Buyer and Seller represent and warrant to each other that each has not dealt with any broker, agent or similar person in connection with this transaction. The Buyer is solely responsible for paying any and all brokerage commission which shall be fully disclosed on the Closing Statement. The Buyer and Seller do mutually agree to indemnify and hold harmless the other party from and against and any all liability, loss, cost, damage and expense, including but not limited to attorneys' fees and costs of litigation both prior to and on appeal, which either Buyer or Seller shall ever suffer or incur because of any claim by any agent, broker or finder engaged by either party whether or not meritorious, for any fee, commission or other compensation with respect to this Agreement or to the sale and purchase of the Property contemplated herein. 17. Condemnation. In the event of the institution against the record owner of the Property of any proceedings, judicial, administrative or otherwise, relating to the taking, or to a proposed taking of any portion of the Property by eminent domain, condemnation or otherwise or if Seller shall receive any notice or knowledge that any agency or entity having the power of eminent domain is contemplating or is seeking the taking or condemnation of the Property, or {00217662.2 306-9905308} 11 Page 591 of 634 any part thereof, or any interest therein (which in Buyer's sole opinion materially impairs the proposed development of the Property), prior to Closing, or in the event of the taking of any portion of the by eminent domain, condemnation or otherwise, prior to Closing, then the Seller shall notify the Buyer promptly and the Buyer shall have the option, in its sole and absolute discretion of either (a) terminating this Agreement and obtaining a full refund of the Deposit and interest thereon in escrow; or (b) closing in accordance with the terms of this Agreement, but at Closing the Seller shall assign to the Buyer all of its right, title and interest in and to any net awards that have been or may be made with respect to such eminent domain proceeding or condemnation. Such election must be made by the Buyer within thirty (30) days of the notice furnished by Seller. If Buyer fails to make an election in writing, it shall be deemed to have elected alternative (a). 18. Default. (a) If Buyer fails to materially perform or observe any of the covenants, restrictions, requirements and/or stipulations to be performed and/or observed by Buyer hereunder and such failure to perform or observe is not cured within thirty (30) days after written notice thereof from Seller to Buyer (or in the case of a default which cannot be cured in thirty (30) days, Buyer has failed to commence curing the default within such thirty (30) day period), then, as Seller's sole remedy, any deposits placed under this Agreement shall be delivered by the Escrow Agent to the Seller as liquidated and agreed upon damages. (b) If Seller fails to materially perform or observe any of the covenants, restrictions, requirements and/or stipulations to be performed and/or observed by Seller hereunder, and such failure to perform or observe is not cured within thirty (30) days after written notice thereof from Buyer to Seller, then at the option of the Buyer, any Deposit placed under this Agreement shall be promptly returned by the Escrow Agent to the Buyer, together with all interest earned thereon or, alternatively, Buyer may seek specific performance of Seller's obligations hereunder. 19. Escrow. Any Escrow Agent receiving funds is authorized and agrees by acceptance thereof to promptly deposit and to hold same in escrow and to disburse the same subject to clearance thereof in accordance with terms and conditions of this Agreement. Failure of clearance of funds shall not excuse performance by the Buyer. In the event of doubt as to its duties or liabilities under the provisions of this Agreement, the Escrow Agent may, in its sole discretion, continue to hold the monies which are the subject of this escrow until the parties mutually agree to the disbursement thereof, or until a judgment of a court of competent jurisdiction shall determine the rights of the parties thereto, or it may deposit all the monies then held pursuant to this Agreement with the Clerk of the Circuit Court of Palm Beach County, Florida, and upon notifying all parties concerned of such action, all liability on the part of the Escrow Agent shall fully terminate, except to the extent of accounting for any monies theretofore delivered out of escrow. In the event of any suit between Buyer and Seller wherein the Escrow Agent is made a party by virtue of acting as such Escrow Agent hereunder, or in the event of any suit wherein Escrow Agent interpleads the subject matter of this escrow, the Escrow Agent shall be entitled to recover a reasonable attorney's fee and costs incurred, said fees and costs to be charged and assessed as court cost in favor of the prevailing party. All parties agree that the Escrow Agent shall not be liable to any party or person whomsoever for misdelivery to Buyer or Seller of monies subject to this {00217662.2 306-9905308} 12 Page 592 of 634 escrow, unless such misdelivery shall be due to willful breach of this Agreement or gross negligence on the part of the Escrow Agent. Seller acknowledges that Escrow Agent has been retained as counsel for the Buyer in this matter and other transactions and agrees that Escrow Agent may continue to represent Buyer in this matter and any and all present and future transactions. 20. Entire Agreement. This Agreement constitutes the entire agreement between the parties with respect to the transaction contemplated herein, and it supersedes all prior understandings or agreements between the parties. 21. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective heirs, devisees, personal representatives, successors and permitted assigns. 22. Waiver; Modification. The failure by the Buyer or Seller to insist upon or enforce any of their rights shall not constitute a waiver thereof, and nothing shall constitute a waiver of the Buyer's right to insist upon strict compliance with the terms of this Agreement. Either party may waive the benefit of any provision or condition for its benefit which is contained in this Agreement. No oral modification of this Agreement shall be binding upon the parties and any modification must be in writing and signed by the parties. 23. Governing Law; Venue. This Agreement shall be governed by and construed under the laws of the State of Florida. The venue of any litigation arising out of this Agreement shall be Palm Beach County, Florida. 24. Headings. The paragraph headings as set forth in this Agreement are for convenience or reference only and shall not be deemed to vary the content of this Agreement or limit the provisions or scope of any paragraph herein. 25. Enforceability. If any provision in this Agreement shall be held to be excessively broad, it shall be construed, by limiting and reducing it, to be enforceable to the extent compatible with applicable law. If any provision in this Agreement shall, notwithstanding the preceding sentence, be held illegal or unenforceable, such illegality or unenforceability shall not affect any other provision of this Agreement. 26. Notices. Any notice, request, demand, instruction or other communication to be given to either party, except where required by the terms of this Agreement to be delivered at the Closing, shall be in writing and shall be sent as follows: {00217662.2 306-9905308} 13 Page 593 of 634 If to Buyer: Palm Beach Leisureville Community Association, Inc. 1007 Ocean Drive Boynton Beach, FL 33426 With a copy to: Leigh C. Katzman, Esq. Katzman Chandler 1500 W. Cypress Creek Road, Suite 408 Fort Lauderdale, FL 33309 Telephone: 954-486-7774 Facsimile: 954-486-7782 If to Seller: City of Boynton Beach Attn: Lori LaVerriere, City Manager City of Boynton Beach 100 E. Boynton Beach Blvd. Boynton Beach, FL 33425 With a copy to: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd, Suite 200 Fort Lauderdale, Florida 33308 Telephone: 954-771-4500 Facsimile: 954-771-4923 Email: ddoody@cityatty.com Attn: Donald J. Doody, Esq. Any such notice shall be either (a) sent by overnight delivery using a nationally recognized overnight courier, in which case notice shall be deemed delivered on the date such notice is deposited with such courier, (b) sent by facsimile, in which case notice shall be deemed delivered upon confirmed transmission of such notice by facsimile, (c) sent by personal delivery, in which case notice shall be deemed delivered upon receipt or refusal of delivery of such notice, or (d) sent by electronic mail ("Email"), in which case notice shall be deemed delivered upon confirmed transmission of such notice by Email. A party's address may be changed by written notice to the other party; provided, however, that no notice of a change of address shall be effective until actually received by the recipient thereof. Copies of notices are for informational purposes only, and a failure to give or receive copies of any notice shall not be deemed a failure to give notice. The attorney for a party has the authority to send and receive notices on behalf of such party. 27. Assignment. Neither party shall assign this Agreement without the prior written consent of the other party, which may be withheld in such party's sole discretion, except that Buyer may assign its rights under this Agreement with respect to the Property to one or more entities controlled by Buyer or its principals, or affiliated with the Buyer, or to any financial institution which may become a "partner" (which shall include an affiliation through any form of business organization) of the Buyer (or any of their affiliates), provided, however, a copy of the {00217662.2 306-9905308} 14 Page 594 of 634 assignment and assumption agreement shall be delivered to Seller prior to Closing Date, if applicable. 28. Attorneys' Fees. In the event that it becomes necessary for either party to bring suit to enforce the terms of this Agreement, then the prevailing party shall be entitled to recover all costs, including reasonable attorneys' fees, incurred in connection with such litigation (including appellate proceedings) against the non -prevailing party. 29. Radon Disclosure. Pursuant to statute, Seller hereby notifies Buyer as follows: Radon is a naturally occurring radioactive gas that, when it has accumulated in a building in sufficient quantities, may present health risks to persons who are exposed to it over time. Levels of radon that exceed federal and state guidelines have been found in buildings in Florida. Additional information regarding radon and radon testing may be obtained from your county public health unit. 30. Effective Date. The Effective Date of this Agreement shall be the date upon which the last party to sign this Agreement has executed this Agreement. Buyer shall confirm to Seller in writing the date of the Effective Date. Buyer recognizes that though it has negotiated this Agreement with Seller's representatives and has signed it, Seller cannot execute this Agreement until it has fully complied with the provisions of Section of Seller's Charter. If the City Commission of Seller approves this Agreement in accordance with Section of the Charter, then the Effective Date shall be the date upon which Seller executes this Agreement. 31. Time of the Essence. Time is of the essence with respect to each provision of this Agreement. Provided however, if the date for performance is on a Saturday, Sunday or federal holiday, the date for performance shall be extended to the next business day. 32. No Third Party Beneficiaries. This Agreement is an agreement between Seller and Buyer only and no third parties shall be entitled to assert any rights as third party beneficiaries hereunder. 33. Counterpart Execution. This Agreement may be executed in two or more counterparts, all of which together shall constitute but one and the same Agreement. To facilitate the execution and delivery hereof, the parties may exchange executed counterparts hereof, or of any amendment hereto, by facsimile or other similar electronic transmission, which transmission shall be deemed delivery of an original executed counterpart by such party. 34. Recordation. At the election of Buyer, and at Buyer's sole cost, this Agreement or any memorandum, summary, or other evidence hereof may be recorded in any public records prior to the consummation of the Closing. 35. Marketing the Property. Seller hereby agrees that as of the Effective Date and provided that this Agreement has not terminated, the Seller may not continue marketing the Property or the membership interest of the Seller and may not enter into contracts for the sale of the Property or any contracts for the sale of the membership interest of the Seller. {00217662.2 306-9905308} 15 Page 595 of 634 36. Survival. Except as otherwise provided herein, the provisions of this Agreement shall not survive the Closing and shall be merged into the conveyance documents executed and delivered at Closing. 37. Successors. This Agreement shall apply to and bind the executors, administrators, successors and assigns of SELLER and PURCHASER. The parties have executed this Agreement as of the day and year last written below. {00217662.2 306-9905308} BUYER: Palm Beach Leisureville Community Association, Inc. By: Name: Title: Date: 2018 SELLER: CITY OF BOYNTON BEACH, a Florida municipal corporation By: Name: Title: Date: 2018 16 Page 596 of 634 Legal Description of the Property A parcel of land lying in Section 29, Township 45 South, Range 43 East, Palm Beach County, Florida, being more particularly described as follows: Commencing at the Northeast corner of Lot 41, Block 2 of the plat "Replat of First Section Palm Beach Leisureville" as recorded in Plat Book 28, at Pages 201, 202, and 203 of the Public Records of Palm Beach County, Florida; thence South 01°12'55" East along the East line of lots 34-41, Block 2 of said "Replat of First Section Palm Beach Leisureville:, a distance of 620.34 feet to the Point of Beginning; thence continue South 01°12'55" East along the East line of Lots 22-34 of said Block 2, a distance of 672.12 feet to the Southeast corner of lot 22, of said Block 2; thence North 87°69'27" East along the North line of lots 7-12 of said Block 2, a distance of 330.70 feet to the Northeast corner of Lot 7 of said Block 2; thence North 01°16'09" West along the West line of lots 4 and 5 of said Block 2, a distance of 170.33 feet to a point of intersection with the South line of that 25.00 foot wide Right -of -Way for "Jasmine Street" as shown on said "Replat of First Section Palm Beach Leisureville"; thence South 08°24'30" West along said south line, a distance of 126.90 feet to a point of intersection with the southerly projection of the West line of the Plat of "Lake Boynton Estates Plat 4-A" as recorded in Plat Book 14, at Page 69 of the Public Records of Palm Beach County, Florida; thence North 01°35'00" West along said projection line and the West line thereof, a distance of 499.34 feet to the Point of Beginning. [Subject to verification by Survey to be obtained by Buyer during Investigation Period] {00217662.2 306-9905308} 17 Page 597 of 634 Prepared by and return to: Donald J. Doody, Esq. Goren, Cherof, Doody & Ezrol, P.A. 3099 E. Commercial Blvd., 5-200 Fort Lauderdale, FL 33308 EXHIBIT `B" SPECIAL WARRANTY DEED THIS INDENTURE, made and executed this day of , 2018, by City of Boynton Beach Florida, a Florida municipal corporation, whose mailing address is 100 E. Boynton Beach Blvd., Boynton Beach, Florida 33425 ("Grantor") to Palm Beach Leisureville Community Association, Inc., a Florida not-for-profit corporation, whose mailing address is 1007 Ocean Drive, Boynton Beach, Florida 33426 ("Grantee"). WITNESSETH: THAT Grantor, for and in consideration of the sum of Ten Dollars ($10.00) and other valuable consideration, the receipt and adequacy of which is hereby acknowledged, hereby grants, bargains, sells, aliens, remises, releases, conveys and confirms unto Grantee, certain real property located in Palm Beach County, Florida ("Property") which is more particularly described on Exhibit "A" attached hereto and by this reference made a part hereof. TOGETHER with all the easements, tenements, hereditaments and appurtenances thereto belonging or in anywise appertaining; and The Property shall be used for a traditional park. Grantor shall have a reversionary interest in the Property. The failure of Grantee to develop the Property for a traditional park within months from the date of this Special Warranty Deed, shall allow Grantor to exercise its reversionary rights in the Property. TO HAVE AND TO HOLD, the same in fee simple forever. AND Grantor hereby covenants with Grantee that Grantor will warrant and defend the Property against the lawful claims and demands of all persons claiming by, through, or under Grantor, but against none other, and that the Property is free of all encumbrances, except taxes accruing subsequent to December 31, 2018 and except for matters as they appear on Exhibit "B" attached hereto and by this reference made a part hereof, provided that this reference shall not serve to reimpose same. {00217662.2 306-9905308} [SIGNATURES APPEAR ON FOLLOWING PAGE] IN Page 598 of 634 [SIGNATURE PAGE TO SPECIAL WARRANTY DEED] IN WITNESS WHEREOF, the Grantor has caused this Special Warranty Deed to be executed the day and year first above written. WITNESSES: Witness Print Name: CITY OF BOYNTON BEACH, FLORIDA, a Florida municipal corporation By: Witness Title: Print Name: STATE OF FLORIDA COUNTY OF PALM BEACH The foregoing instrument was acknowledged before me this day of , 2018, by , as of the City of Boynton Beach, on behalf of the City. He/she is (_) is personally known to me or (_) produced as identification. {00217662.2 306-9905308} 19 NOTARY PUBLIC, State of Florida Print Name My Commission expires: Serial No.: (SEAL) Page 599 of 634 iIi1W UNFINISHED BUSINESS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION R18-039 - Approve Resolution supporting firearm regulation. EXPLANATION OF REQUEST: The City of Boynton Beach has been an advocate for common-sense policies that keep guns out of dangerous hands while respecting the rights of law-abiding gun owners. Federal and State leaders continue to fail to act to implement sensible gun law reforms that are supported by a majority of the nation. It is with a heavy heart that the City Commission of the City of Boynton Beach must again address the issue of gun control following the mass shooting at Marjory Stoneman Douglas High School in Parkland, Florida, on Valentine's Day, February 14, 2018, where fourteen (14) students ranging in age between 14 and 17 were killed along with three (3) teachers, and fifteen (15) people were wounded. An increase in the amount of hate groups, international terrorism, domestic terrorism, underfunded community mental health programs, and easy access to military grade, high-capacity magazine assault weapons have created circumstances which have led to an unprecedented number of mass shootings in American communities in recent years. Since the regulation of firearms is preempted to the State of Florida, the City Commission of the City of Boynton Beach hereby proposes this Resolution encouraging all individuals and entities who have the lawful ability to enact legislation and to implement policies, to do so as soon as possible. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT: N/A ALTERNATIVES: Do not adopt Resolution supporting firearm regulation; or Adopt Resolution with alternative provisions STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 600 of 634 ATTACHMENTS: Type D Resolution Description Resolution Supporting Firearm Regulation Page 601 of 634 I RESOLUTION NO. R18- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, CALLING ON THE STATE OF FLORIDA, 5 FLORIDA GOVERNOR RICK SCOTT, FLORIDA STATE 6 LEGISLATORS, UNITED STATES PRESIDENT 7 DONALD TRUMP, THE UNITED STATES FEDERAL 8 GOVERNMENT, AND THE UNITED STATES 9 CONGRESS TO REDUCE GUN VIOLENCE IN 10 AMERICA AND TO HELP PREVENT FUTURE MASS 11 SHOOTINGS BY REQUIRING A BACKGROUND 12 CHECK FOR EVERY FIREARM SALE; SUPPORTING 13 THE PASSAGE OF A RED FLAG LAW; SUPPORTING 14 RAISING THE AGE FOR LEGAL PURCHASE OF 15 FIREARMS, MAGAZINES AND AMMUNITION TO 21; 16 SUPPORTING THE PASSAGE OF GUN CONTROL 17 LEGISLATION THAT WOULD MAKE MILITARY - 18 STYLE WEAPONS AND HIGH-CAPACITY MAGAZINES 19 LESS ACCESSIBLE, SO AS TO PREVENT MASS 20 SHOOTINGS AND LARGE-SCALE HUMAN LOSS OF 21 LIFE AND SUFFERING FROM ALL PLACES WHERE 22 PEOPLE NORMALLY CONGREGATE, INCLUDING 23 OUR SCHOOLS; AUTHORIZING THE CITY CLERK TO 24 TRANSMIT THIS RESOLUTION; AND PROVIDING AN 25 EFFECTIVE DATE. 26 27 WHEREAS, Federal and State leaders continue to fail to act to implement sensible 28 gun law reforms that are supported by a majority of the nation; and 29 30 WHEREAS, it is with a heavy heart that the City Commission of the City of Boynton 31 Beach must again address the issue of gun control following the mass shooting at Marjory 32 Stoneman Douglas High School in Parkland, Florida, on Valentine's Day, February 14, 2018, 33 where fourteen (14) students ranging in age between 14 and 17 were killed along with three (3) 34 teachers, and fifteen (15) people were wounded; and 35 36 WHEREAS, an increase in the amount of hate groups, international terrorism, 37 domestic terrorism, underfunded community mental health programs, and easy access to 38 military grade, high-capacity magazine assault weapons have created circumstances which 39 have led to an unprecedented number of mass shootings in American communities in recent 40 years; and 41 42 WHEREAS, in recent years, mass shootings involving military grade -high capacity 43 magazine assault weapons; and 44 t00218442.1 306-9001821} Page 1 of 14 Page 602 of 634 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 WHEREAS, in February 2013, in the wake of numerous mass shootings culminating in the Sandy Hook Elementary School shooting in Newtown, Connecticut, the City Commission of the City of Boynton Beach passed Resolution No. 13-018 to urge the federal government to reduce gun violence in America through the "Fix Gun Checks Act;" and WHEREAS, further mass shootings occurred in the 2015 attack at the Inland Regional Center in San Bernardino, California; the 2016 attack on the Pulse nightclub in Orlando, Florida; and the 2017 attack at the Route 91 Harvest Festival in Las Vegas, Nevada; and WHEREAS, on November 5, 2017, a mass shooting occurred at the First Baptist Church in Sutherland Springs, Texas in which 26 were killed and 20 others were injured. As has been noted, "the attack was the deadliest mass shooting by one person in Texas and the fifth -deadliest mass shooting in the United States. It was the deadliest shooting in an American place of worship in modern history, surpassing the Charleston church shooting of 2015 and the Waddell Buddhist temple shooting of 1991"; and WHEREAS, on February 14, 2018, a mass shooting occurred at Marjory Stoneman Douglas High School in Parkland, Florida killing 17 students, teachers and coaches and wounding 14 others, 5 with life-threatening injuries; and WHEREAS, an AR -15 -style rifle was used in the mass shootings in Newtown, Connecticut; Aurora, Colorado; San Bernardino, California; Las Vegas, Nevada; Sutherland Springs, Texas; and Parkland, Florida; and ASSAULT WEAPON AND HIGH CAPACITY MAGAZINE RESTRICTIONS HAVE BEEN HELD CONSTITUTIONAL WHEREAS, Maryland, Connecticut and New York, in response to mass shootings resulting in the massacre of students, teachers and others, have passed prohibitions on sales of assault weapons and large capacity magazines; and WHEREAS, after lengthy ligation, those laws were upheld by U.S. Federal Courts as constitutional, concluding that the Second Amendment does not reach to protect the purchase and sale of weapons of war. Kolbe v. Hogan, 849 F.3d 114 (Fourth Cir. 2017); New York State Rifle and Pistol Ass'n, Inc. v. Cuomo, 804 F.3d 242 (Second Cir. 2015); and WHEREAS, in response to the Sandy Hook massacre, Maryland enacted the State's Firearm Safety Act of 2013 (the "FSA"), which bans the AR -15 and other military -style rifles and shotguns (referred to as "assault weapons") and detachable large -capacity magazines, providing "that a person may neither "transport an assault weapon into the State" nor t00218442.1 306-9001821} Page 2 of 14 Page 603 of 634 86 "possess, sell, offer to sell, transfer, purchase, or receive an assault weapon." See Md. Code 87 Ann., Crim. Law § 4-303(a). The banned assault weapons include "assault long gun[s]" and 88 "copycat weapon[s]" Id. § 4-301(d)"; and 89 90 WHEREAS, the Maryland FSA defines an assault long gun as a rifle or shotgun 91 "listed under § 5-101(r)(2) of the Public Safety Article," including the "Colt AR -15," 92 "Bushmaster semi -auto rifle," and "AK -47 in all forms." See Md. Code Ann., Crim. Law § 4- 93 301(b); Md. Code Ann., Pub. Safety § 5-101(r)(2). The list of prohibited rifles and shotguns 94 consists of "specific assault weapons or their copies, regardless of which company produced 95 and manufactured that assault weapon." See Md. Code Ann., Pub. Safety § 5-101(r)(2)"; and 96 97 WHEREAS, the Maryland "FSA provides a separate definition for a copycat weapon 98 that is premised on a weapon's characteristics, rather than being identified by a list of specific 99 firearms. In relevant part, a copycat weapon means: (i) a semiautomatic centerfire rifle that 100 can accept a detachable magazine and has any two of the following: 1. a folding stock; 2. a 101 grenade launcher or flare launcher; or 3. a flash suppressor; (ii) a semiautomatic centerfire 102 rifle that has a fixed magazine with the capacity to accept more than 10 rounds; (iii) a 103 semiautomatic centerfire rifle that has an overall length of less than 29 inches; * * * (v) a 104 semiautomatic shotgun that has a folding stock; or (vi) a shotgun with a revolving cylinder. 105 See Md. Code Ann., Crim. Law § 4-301(e)(1)."; and 106 107 WHEREAS, "[i]n banning large -capacity magazines along with assault weapons, the 108 FSA provides that "[a] person may not manufacture, sell, offer for sale, purchase, receive, or 109 transfer a detachable magazine that has a capacity of more than 10 rounds of ammunition for 110 a firearm." See Md. Code Ann., Crim. Law § 4-305(b). A detachable magazine is defined as 111 "an ammunition *123 feeding device that can be removed readily from a firearm without 112 requiring disassembly of the firearm action or without the use of a tool, including a bullet or 113 cartridge." Id. § 4-301(f)."; and 114 115 WHEREAS "[u]nder the FSA's exceptions, "[a] licensed firearms dealer may 116 continue to possess, sell, offer for sale, or transfer an assault long gun or a copycat weapon 117 that the licensed firearms dealer lawfully possessed on or before October 1, 2013," and "[a] 118 person who lawfully possessed, has a purchase order for, or completed an application to 119 purchase an assault long gun or a copycat weapon before October 1, 2013, may ... possess and 120 transport the assault long gun or copycat weapon." See Md. Code Ann., Crim. Law § 4- 121 303(b)(2), (3)(i). The FSA does not ban the possession of a large -capacity magazine. Further, 122 the FSA explicitly allows the receipt and possession of an assault weapon or large -capacity 123 magazine by a retired Maryland law enforcement officer if the assault weapon or large - 124 capacity magazine "is sold or transferred to the person by the law enforcement agency on 125 retirement" or "was purchased or obtained by the person for official use with the law 126 enforcement agency before retirement." Id. § 4-302(7).", and t00218442.1306-9001821} Page 3 of 14 Page 604 of 634 127 128 WHEREAS the Kolbe Court stated "[s]imply put, AR -15 -type rifles are "like" M16 129 rifles under any standard definition of that term. See, e.g., Webster's New International 130 Dictionary 1431 (2d ed. 1948) (defining "like" as "[h]aving the same, or nearly the same, 131 appearance, qualities, or characteristics; similar"); The New Oxford American Dictionary 982 132 (2d ed. 2005) (defining "like" as "having the same characteristics or qualities as; similar to"). 133 Although an M16 rifle is capable of fully automatic fire and the AR -15 is limited to 134 semiautomatic fire, their rates of fire (two seconds and as little as five seconds, respectively, 135 to empty a thirty -round magazine) are nearly identical. Moreover, in many situations, the 136 semiautomatic fire of an AR -15 is more accurate and lethal than the automatic fire of an M16. 137 Otherwise, the AR -15 shares the military features—the very qualities and characteristics 138 that make the M16 a devastating and lethal weapon of war."; and 139 140 WHEREAS, the Kolbe Court held "[w]hatever their other potential uses—including 141 self-defense—the AR -15, other assault weapons, and large -capacity magazines prohibited by 142 the FSA are unquestionably most useful in military service. That is, the banned assault 143 weapons are designed to "kill[ ] or disabl[e] the enemy" on the battlefield. See J.A. 735. The 144 very features that qualify a firearm as a banned assault weapon—such as flash suppressors, 145 barrel shrouds, folding and telescoping stocks, pistol grips, grenade launchers, night sights, 146 and the ability to accept bayonets and large -capacity magazines—" serve specific, combat - 147 functional ends." See id. at 1120. And, "[t]he net effect of these military combat features is a 148 capability for lethality—more wounds, more serious, in more victims—far beyond that of 149 other firearms in general, including other semiautomatic guns." Id. at 1121-22."; and 150 151 WHEREAS, the Kolbe Court found, "[1]ikewise, the banned large -capacity 152 magazines "are particularly designed and most suitable for military and law enforcement 153 applications." See J.A. 891 (noting that large -capacity magazines are meant to "provide[ ] 154 soldiers with a large ammunition supply and the ability to reload rapidly"). Large -capacity 155 magazines enable a shooter to hit "multiple human targets very rapidly"; "contribute to the 156 unique function of any assault weapon to deliver extraordinary firepower"; and are a 157 "uniquely military feature[ ]" of both the banned assault weapons and other firearms to which 158 they maybe attached. See id. at 1151."; and 159 160 WHEREAS, the Kolbe Court concluded, "[b]ecause the banned assault weapons and 161 large -capacity magazines are clearly most useful in military service, we are compelled by 162 Heller to recognize that those weapons and magazines are not constitutionally protected."; and 163 164 WHEREAS, the en banc panel of the Fourth Circuit in Kolbe held that "[1] banned 165 weapons and magazines were not protected by Second Amendment; [2] the Maryland FSA 166 did not violate Equal Protection Clause; and [3] the Maryland FSA was not void for 167 vagueness under Due Process Clause;" and t00218442.1306-9001821} Page 4 of 14 Page 605 of 634 168 169 WHEREAS, the Kolbe holding that such reasonable restrictions did not violate the 170 Second Amendment was consistent with the earlier holding of the Second Circuit in New 171 York State Rifle and Pistol Ass'n, Inc. v. Cuomo, 804 F.3d 242 (Second Cir. 2015) which 172 held: "[1] laws prohibiting possession of certain semiautomatic weapons, large -capacity 173 magazines, and on number of bullets in a magazine would be reviewed under intermediate 174 scrutiny; [2] prohibitions on possessing certain semiautomatic assault rifles with one or more 175 military -style features did not violate the Second Amendment's right to bear arms; [3] 176 prohibitions on possessing large -capacity magazines not violate the Second Amendment's 177 right to bear arms; [4] New York law prohibiting possession of a magazine for a firearm 178 loaded with more than seven rounds violated the Second Amendment right to bear arms; [5] 179 laws criminalizing possession of magazines that could be "readily restored or converted to 180 accept" more than ten rounds were not unconstitutionally vague; [6] Connecticut law 181 prohibiting possession of certain specified firearms and any "copies or duplicates thereof with 182 the capability of the listed models was not unconstitutionally vague; [7] New York law 183 prohibiting possession of semiautomatic pistols that were semiautomatic versions of an 184 automatic rifle, shotgun or firearm" was not unconstitutionally vague; and [8] provision of 185 New York law prohibiting semiautomatic assault rifles with a "muzzle break" was not 186 unconstitutionally vague;" and 187 188 WHEREAS, presently pending in Florida is similar legislation, Senate Bill 196/House 189 Bill 219 which would prohibit "the sale or transfer of an assault weapon or large -capacity 190 magazine; specifying circumstances in which the manufacture or transportation of assault 191 weapons or large -capacity magazines is not prohibited; providing enhanced criminal penalties 192 for certain offenses when committed with an assault weapon or large -capacity magazine, 193 etc.;" and 194 195 WHEREAS, following the lead of other states, and having had Federal Courts 196 consistently hold that such restrictions are constitutional, it is time to implement such 197 restrictions in the State of Florida and throughout the United States; and 198 199 BACKGROUND CHECKS FOR ALL SALES AND TRANSFERS 200 201 WHEREAS, according to Everytown for Gun Safety, which is an independent, non - 202 partisan 501(c)(3) organization dedicated to understanding and reducing gun violence in 203 America: 204 205 • Background checks are a central component of America's efforts to keep 206 guns from criminals: since their inception, they have blocked over 3 207 million gun sales to prohibited purchasers. t00218442.1 306-9001821} Page 5 of 14 Page 606 of 634 208 • According to a study by the Department of Justice, between 1994 and 209 2014, federal, state, and local agencies conducted background checks on 210 more than 180 million firearm applications and denied 2.82 million gun 211 sales to prohibited purchasers. 212 213 WHEREAS, despite this success, the system is undermined by legal loopholes and 214 missing records that enable too many dangerous individuals to obtain weapons they later use 215 in crimes; and 216 217 WHEREAS, it is estimated that state and federal agencies have failed to report more 218 than one million records of persons with dangerous mental illness into the National Instant 219 Criminal Background Check System ("NICS") which initiates background checks into three 220 databases: the National Crime Information Center (NCIC), the Interstate Identification Index, 221 and the NICS Index; and 222 223 WHEREAS, on April 16, 2007, Seung -Hui Cho shot and killed 32 people at Virginia 224 Tech with guns that were legally purchased because records of his mental health status were 225 missing from the NICS; and 226 227 WHEREAS, on January 8, 2011, Jared Loughner, someone with a reported history of 228 drug abuse and serious mental illness who should have been in the NICS database but was 229 not, killed six Tucsonans — Christina -Taylor Green, Dorothy Morris, Judge John Roll, 230 Dorwan Stoddard, Phyllis Schneck, and Gabe Zimmerman — and shot 13 others, including 231 U.S. Congresswoman Gabrielle Giffords; and 232 233 WHEREAS, on July 20, 2012, James Holmes, using a semi-automatic rifle and other 234 guns, shot and killed 12 people and injured at least 58 others in a movie theater in Aurora, 235 Colorado, using some of the thousands of rounds of ammunition that the shooter had recently 236 purchased online without any background check; and 237 238 WHEREAS, on August 5, 2012, Wade Michael Page, using a semi-automatic 239 handgun, shot and killed 6 people and injured 3 others at a Sikh temple in Oak Creek, 240 Wisconsin; and 241 242 WHEREAS, on October 21, 2012, Radcliffe Haughton, using a semi-automatic 243 handgun, shot and killed his estranged wife and two others; and though a restraining order had 244 been issued against Haughton — making him a prohibited person under federal law — 245 Haughton was able to avoid a background check by purchasing the gun from a private seller 246 through armslist.com; and 247 t00218442.1306-9001821} Page 6 of 14 Page 607 of 634 248 WHEREAS, on December 14, 2012, Adam Lanza, using two semi-automatic 249 handguns, shot and killed 27 people, including 20 children at Sandy Hook elementary school; 250 and 251 252 WHEREAS, the shooter in the Sutherland Springs, Texas massacre should have been 253 prevented from purchasing any firearm because of a domestic violence conviction and court - 254 martial while in the United States Air Force. However, according to news reports, the Air 255 Force did not provide the conviction to the FBI National Crime Information Center database; 256 and 257 258 WHEREAS, in the wake of the Virginia Tech shootings, Virginia and other states 259 have submitted hundreds of thousands of new mental health records into the NICS database, 260 yet 19 states have each submitted fewer than 100 mental health records since that massacre; 261 and 262 263 WHEREAS, under federal law, licensed gun dealers are mandated to conduct NICS 264 checks before proceeding with a sale, but this requirement does not apply to so-called private 265 sellers who are present in large numbers at gun shows and sell guns over the internet; and 266 267 WHEREAS, it is estimated that 6.6 million guns were sold privately in the U.S. 268 between November 2011 and November 2012, and undercover investigations have shown that 269 many private sellers at gun shows and online will proceed with sales even when they are 270 made aware that prospective purchasers cannot pass a background check; and 271 272 WHEREAS, more than 12,000 Americans are murdered with guns every year, and 273 too many of these crimes are committed by individuals who are barred from purchasing or 274 possessing guns under federal law; and 275 276 WHEREAS, other tragedies including the 1999 Columbine High School shooting in 277 Colorado, the 2010 attack on law enforcement at the Pentagon, and the 2012 mass shooting at 278 a Pittsburgh psychiatric clinic were perpetrated by individuals who obtained guns through 279 unregulated private sales, with no paperwork required and no questions asked; and 280 281 WHEREAS, the Fix Gun Checks Act was introduced in the U.S. Congress, and this 282 legislation would have addressed the two major flaws in the nation's gun background check 283 system by improving compliance with federal record reporting requirements, and by requiring 284 background checks for all U.S. gun sales; and 285 286 WHEREAS, 90 percent of Americans and 90 percent of gun owners support fixing 287 gaps in the gun background check database, and 86 percent of Americans, 82 percent of gun t00218442.1306-9001821} Page 7 of 14 Page 608 of 634 288 owners nationwide, and 74 percent of National Rifle Association ("NRA") members support 289 mandatory criminal background checks for all gun sales; and 290 291 WHEREAS, the City of Boynton Beach has been a strong advocate for common - 292 sense policies that keep guns out of dangerous hands while respecting the rights of law - 293 abiding gun owners, and strongly believes that Congress and state governments should take 294 immediate action to close deadly gaps in the NICS; and 295 296 WHEREAS, more than 50 national organizations support closing gaps in the gun 297 background check database and requiring a background check for all gun sales, including the 298 U.S. Conference of Mayors, National Urban League, National Association for the 299 Advancement of Colored People, and the National Coalition Against Domestic Violence, the 300 International Association of Chiefs of Police, the Major Cities Chiefs Association and the 301 Police Executive Research Forum; and 302 303 RED FLAG LAWS 304 305 WHEREAS, implementation of RED FLAG LAWS, allows the community to protect 306 itself and according to Everytown for Gun Safety: 307 308 • Like many mass shooters, the 19 -year-old suspected of shooting and killing 309 at least 17 people and injuring at least 14 others at a high school in 310 Parkland, Florida displayed warning signs prior to the shooting. 311 Unfortunately, Florida does not have a Red Flag Lawa law increasingly 312 being adopted by states that empowers family members and law 313 enforcement to seek an Extreme Risk Protection Order, a court order 314 temporarily restricting a person's access to guns when they pose a danger 315 to self or others. Five states have Red Flag Laws in place—and bills are 316 currently pending in another 18 states; 317 • Red Flag Laws can save lives by creating a way for family members and 318 law enforcement to act before warning signs escalate into tragedies; 319 • When a person is in crisis, loved ones and law enforcement are often the 320 first to see signs that they pose a threat. Red Flag Laws allow them to seek 321 help from a court to remove guns from dangerous situations; 322 • Red Flag Laws empower law enforcement and immediate family members 323 to petition a court for an Extreme Risk Protection Order, sometimes called 324 a Gun Violence Restraining Order. 325 • If a court finds that a person poses a significant danger of injuring 326 themselves or others with a firearm, that person is temporarily prohibited 327 from purchasing and possessing guns and is required to turn over their guns 328 while the order is in effect. t00218442.1306-9001821} Page 8 of 14 Page 609 of 634 329 • Five states have Red Flag Laws—and bills are currently pending in another 330 18 states, including Florida; 331 • A nationwide study of mass shootings from 2009 to 2016 revealed that in 332 least 42 percent of those incidents, there is documentation that the attacker 333 exhibited dangerous warning signs before the shooting. 334 • The alleged mass shooter who shot and killed 17 people and injured 14 335 others at a high school in Parkland, Florida on February 14, 2018 also 336 displayed warning signs prior to the shooting. He was expelled from 337 school, and students and teachers reported that he displayed threatening 338 behavior. His mother contacted law enforcement on multiple occasions 339 regarding his behavior, and he was known to possess firearms. 340 • Final orders—which generally last for up to one year—can only be issued 341 after notice and an opportunity to be heard. At the hearing, the person 342 would have the chance to respond to evidence that they are too dangerous 343 to have a gun. 344 • A temporary order—which typically lasts 14 to 21 days—can be issued 345 before a full hearing is held, but only if there is clear evidence that an order 346 is necessary to prevent immediate danger. 347 348 WHEREAS, currently pending in the Florida Legislature is House Bill 231/Senate 349 Bill 530 which would implement a Red Flag Law, and had these bills been passed and signed 350 into law, there is a high likelihood the Parkland massacre would have been averted and those 351 loved ones saved; and 352 353 MINORS UNDER FLORIDA LAW ARE PERMITTED TO PURCHASE GUNS 354 355 WHEREAS, according the Giffords Law Center to Prevent Gun Violence: 356 357 • Laws imposing minimum age requirements for the possession and purchase 358 of firearms are intended to decrease access to firearms by young people 359 and, correspondingly, to decrease the number of suicides, homicides, and 360 unintentional shootings among that population; 361 • In 2014, 21,101 people under the age of 21 were shot by guns. 3,265 died 362 from those gunshot wounds. Of these deaths, 1,925 were classified as 363 homicides, 1,145 as suicides, and 122 as the result of unintentional 364 shootings; 365 • Firearms were used in 41% of suicide deaths among individuals under age 366 21 in 2014. 367 368 WHEREAS, according the Giffords Law Center to Prevent Gun Violence: 369 {00218442.1306-9001821} Page 9 of 14 Page 610 of 634 370 • Federal law in this area distinguishes between long guns (assault style 371 rifles, rifles and shotguns) and handguns, and between gun possession and 372 gun sales. Federal law also provides stronger age restrictions for sales by 373 licensed gun sellers. 374 • Licensed firearms dealers may not sell or deliver a handgun or ammunition 375 for a handgun to any person the dealer has reasonable cause to believe is 376 under age 21. 377 • Dealers may not sell or deliver a long gun, or ammunition for a long gun, 378 to any person the dealer knows or has reasonable cause to believe is under 379 age 18. 380 • Unlicensed persons may not sell, deliver or otherwise transfer a handgun or 381 handgun ammunition to any person the transferor knows or has reasonable 382 cause to believe is under age 18, with certain exceptions. 383 • Unlicensed persons may sell, deliver, or otherwise transfer a long gun or 384 long gun ammunition to a person of any age. 385 386 WHEREAS, in summary, with some exceptions, federal law prohibits the possession 387 of a handgun or handgun ammunition by any person under the age of 18 but does not set a 388 minimum age for the possession of long guns or long gun ammunition; and 389 390 WHEREAS, under Florida law, the purchase of a long gun is allowed for a person 391 under 21 years of age; and 392 393 WHEREAS, in order to restrict such purchase and/or possession of a long gun, high 394 capacity magazines and ammunition, the Florida legislature would need to amend Fla. Stat. §§ 395 790.17(2), 790.18; Fla. Stat. § 790.22(3), (5); and 396 397 398 399 400 401 FLORIDA LAW INAPPROPRIATELY PUNISHES 402 ELECTED OFFICIALS FOR TRYING TO PROTECT THEIR RESIDENTS 403 404 WHEREAS, in 1987, the Florida Legislature passed Chapter 87-23, Laws of Florida, 405 which created Florida Statutes section 790.33 and declared the preemption of the whole field 406 of regulation of firearms and ammunition, reserving the exclusive right to regulate and/or 407 enforce any laws involving firearms and ammunition to the Florida Legislature and the State 408 of Florida; and 409 t00218442.1306-9001821} Page 10 of 14 Page 611 of 634 410 WHEREAS, in 2011, the Florida Legislature passed and Governor Scott signed 411 Chapter 2011-109, Laws of Florida to allow the Governor to remove from office, without due 412 process of law, any person acting in an official capacity for a local authority, including an 413 elected official, who passes an ordinance or causes to be enforced a local ordinance, 414 administrative rule or regulation impinging on the exclusive authority of Florida legislature to 415 regulate firearms and ammunition in all respects; and 416 417 WHEREAS, the 2011 Amendment to Florida Statutes section 790.33 provides for 418 personal liability of any person who enacts or causes to be enforced any local ordinance 419 impinging upon the Legislature's occupation of the whole field of regulation of firearms and 420 ammunition; and 421 422 WHEREAS, the 2011 Amendment to Florida Statutes section 790.33 also provides 423 that if a Court finds a willful or knowing violation of the prohibition on the ability of local 424 government to regulate or enforce firearms or ammunition in any regard, the Court may 425 impose a personal fine of up to $5,000 on the elected or appointed local government 426 official(s) or administrative agency head and cause the county, agency, municipality, district 427 or other entity to reimburse the legal cost of those who sue to overturn the ordinance, rule, 428 regulation and/or enforcement effort and to pay their actual damages; and 429 430 WHEREAS, pursuant to Florida Statutes section 790.33, local communities appear 431 powerless to enumerate elements of the standard of care which should be met to protect the 432 community, while the State and Federal governments have repeatedly failed to protect 433 Americans, Floridians, and the citizens of Boynton Beach; and 434 435 WHEREAS, the City Commission of the City of Boynton Beach urgently requests the 436 Governor and Legislature of the State of Florida to address this deficit in law by enacting 437 legislation that would allow municipalities the ability to address these public health, safety 438 and welfare items by enacting local legislation without fear of removal from office, in 439 accordance with the unique local characteristics of a community and with due respect to the 440 risk to public; and 441 442 WHEREAS, local governments have a duty to protect their residents, visitors, tourists 443 and businesses and that such duty should not be infringed; and 444 445 WHEREAS, Palm Beach County Sheriff Ric Bradshaw could not enforce a policy of 446 taking a firearm from an individual believed to be suicidal and conditioning the return of the 447 firearm on a court order as a result of the preemption set forth in section 790.033; and 448 t00218442.1306-9001821} Page 11 of 14 Page 612 of 634 449 WHEREAS, in 2016 more than 100 medical organizations signed a letter to Congress 450 asking to lift the Dickey Amendment that banned the Center for Disease Control from 451 researching guns as a serious public threat; and 452 453 WHEREAS, the City Commission, urges the United States Congress and Florida 454 State Legislators to utilize their lawful authority to enact gun legislation that would: 455 456 1. effectively ban military -style assault weapons, such as AR -15s, and their 457 component parts, including high-capacity magazines and bump stocks, limiting the 458 use of these weapons to bona fide and highly trained law enforcement agencies; 459 and 460 461 2. bar or impose limitations upon persons convicted of hate crimes or domestic 462 abuse from obtaining guns; and 463 464 3. allow the attorney general to deny a gun sale to anyone if he or she has a 465 "reasonable belief" that the buyer was likely to engage in terrorism; and 466 467 4. require that law enforcement be alerted when anyone on the terror watch list 468 attempts to buy a weapon from a licensed dealer; and 469 470 5. prohibit anyone on the federal terrorist "no-fly" list from purchasing weapons; 471 and 472 473 6. close the "gun show and internet sales loopholes" by requiring every gun 474 purchaser to undergo a background check, and to expand the background check 475 database; and 476 477 7. require background checks to ensure that gun buyers do not have a history of 478 mental illness; and 479 480 8. repeal the Dickey Amendment; and 481 482 9. repeal the preemption set forth in section 790.033 and allow local government 483 to adopt and implement reasonable rules, regulations and policies to regulate 484 firearms to better protect the public. 485 486 WHEREAS, the City Commission of the City of Boynton Beach not only 487 extends its condolences to the victims and their families of the shooting at Marjory 488 Stoneman Douglas High School in Parkland, Florida, but also, once again, strongly 489 urges our State and Federal legislators to immediately address this issue during the 490 current legislative session, which is ongoing at the time of passage of this Resolution. 491 t00218442.1306-9001821} Page 12 of 14 Page 613 of 634 492 NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 493 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 494 495 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 496 being true and correct and are hereby made a specific part of this Resolution upon adoption 497 hereof, as if fully set forth herein. 498 499 Section 2. The City supports federal legislation that would require a background 500 check for every firearm sale whether the legislation is enacted by passage of the Fix Gun 501 Checks Act in the United States Congress or some other legislation. 502 503 Section 3. The City urges the Florida legislature to immediately pass House Bill 504 231/Senate Bill 530, popularly described as a "Red Flag Law," to protect our community 505 from those who are identifiable as a threat to safety and security. 506 507 Section 4. The City urges immediate amendment to Florida law to raise the age 508 for legal purchase of guns, including long guns, high capacity magazines, and ammunition to 509 21 years of age. 510 511 Section 5. The City urges immediate passage of legislation that would get 512 military -style weapons and high-capacity magazines away from our community and 513 especially our schools and that would increase the minimum age to purchase and possess a 514 weapon from age 18 to age 21. 515 516 Section 6. The City urges the Florida legislature to repeal the draconian punitive 517 punishments of elected officials set forth in Florida Statutes section 790.33. 518 519 Section 7. The City urges Florida Governor Rick Scott to take action to pass gun 520 reform, even if it means extending the 2018 legislative session, to: 521 522 a. Raise the minimum age to allow the purchase of guns and ammunition to 21; 523 b. Eliminate the loopholes in the private transfer of weapons and require full 524 background checks for all sales and transfers of firearms; 525 C. Repeal the prohibitions and penalties in Section 790.33(3), Florida Statutes; 526 d. Enact legislation regarding Red Flag Law to allow Extreme Risk Protection 527 Orders such as those proposed in House Bill 231 and Senate Bill 530; 528 e. Enact the Gun Safety legislation set forth in Senate Bill 196 and House Bill 529 219 to place constitutional restrictions on the sale and transfer of assault -style 530 weapons and high-capacity magazines. 531 {00218442.1 306-9001821} Page 13 of 14 Page 614 of 634 532 533 534 535 536 537 538 539 540 541 542 543 544 545 546 547 548 549 550 551 552 553 554 555 556 557 558 559 560 561 562 563 564 565 566 567 568 569 570 571 572 573 574 Section 8. The City Commission calls upon our elected Federal and State Legislators to enact gun control legislation to prevent and eliminate mass shootings and large scale human loss of life and suffering from mass shootings in America, and to do so with the sense of urgency and commitment in the face of ongoing tragic and unnecessary loss of life triggered by mass shootings and high powered, military grade, high capacity magazine assault weapons. Section 9. The City Commission requests that all concerned residents of the City of Boynton Beach, Palm Beach County, the State of Florida and our Country, call, write or e-mail their state and federal elected officials (Florida Senate, Florida House of Representatives, United States Senate, United States House of Representatives) to support the prompt enactment of gun con control legislation. Section 10. The City Clerk is hereby directed to distribute this Resolution to President Donald Trump, Governor Rick Scott, the Palm Beach County League of Cities, the Florida League of Cities, the United States Conference of Mayors, the United States Congressional Delegation from Florida and the Palm Beach County Legislative Delegation. Section 11. This Resolution shall become effective immediately upon its passage and adoption. PASSED AND ADOPTED this day of , 2018. ATTEST: Judith A. Pyle, CMC City Clerk (City Seal) t00218442.1 306-9001821} CITY OF BOYNTON BEACH, FLORIDA Mayor — Steven B. Grant Vice Mayor — Justin Katz Commissioner — Mack McCray Commissioner — Christina L. Romelus Commissioner — Joe Casello Page 14 of 14 VOTE YES NO Page 615 of 634 11.A. NEW BUSINESS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R18-040 -A resolution of the City of Boynton Beach supporting the creation of a Community Redevelopment Agency (CRA) in the Village of Palm Springs, FL. EXPLANATION OF REQUEST: The City has received a request from the Village Manager of Palm Springs, FL requesting a Resolution/Letter of support for the Village's request to establish a CRA within their community. The Village has made a legislative "Finding of Necessity" to create a Community Redevelopment Agency (CRA) within the Village of Palm Springs, FL. The creation of the CRA requires approval by the Palm Beach County Board of County Commissioners, which is considering the Village's request on March 13, 2018. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT: None ALTERNATIVES: Do not support the resolution STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 616 of 634 ATTACHMENTS: Type law FAMNIM Description Resolution supporting the creation of a CRA for Palm Springs, Florida Palm Springs Info Page 617 of 634 I RESOLUTION NO. R18- 2 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, IN 3 SUPPORT OF THE CREATION OF A COMMUNITY 4 REDEVELOPMENT AGENCY (CRA) WITHIN THE VILLAGE OF 5 PALM SPRINGS, FLORIDA; AND PROVIDING AN EFFECTIVE 6 DATE. 7 WHEREAS, the Village of Palm Springs is requesting Palm Beach County to create a 8 Community Redevelopment Agency (CRA) that would provide infrastructure improvements, 9 public safety and economic/financial investment that would contribute to an improved quality 10 of life for many residents and businesses within the Village and the County; and 11 WHEREAS, the proposed CRA districts would be located within Palm Beach County 12 Commission District 2 — Commissioner Paulette Burdick and District 3 — Commissioner Dave 13 Kerner; and 14 WHEREAS, WHEREAS, Florida Statutes allow local governments to establish 15 CCRA under Chapter 163, Part HI, F.S.; and 16 WHEREAS, CRAB are a unique public implementation tool for local governments to 17 leverage tax increment financing to remedy conditions of "slum and blight" where they exist; 18 and 19 20 WHEREAS, CRAB offer a public/public opportunity for counties and municipalities to 21 collaboratively facilitate private investment to advance economic development, create jobs, 22 address affordable housing, expand infrastructure, improve safety, and enhance quality of life 23 for all County residents, especially residents within County Commission Districts 2 and 3; and 24 25 WHEREAS, the Village of Palm Springs has adopted a Finding of Necessity, prepared 26 in compliance with Chapter 163, Part I11, F.S. that documents the presence of "slum and 27 blighted" conditions within two areas of the Village, including the Lake Worth Road CRA Sub - 28 District and the Congress Avenue CRA Sub -District; and 29 30 WHEREAS, the Village has determined the establishment of a CRA is the appropriate 31 mechanism to remedy the conditions of "slum and blight" that are present within the CRA Sub - 32 Districts as defined in the Finding of Necessity; and 33 34 WHEREAS, the Village has worked collaboratively with Palm Beach County to review 35 the "slum and blighted" conditions in the two CRA Sub -Districts; and 36 37 WHEREAS, the County has reviewed the Finding of Necessity data prepared by the 38 Village and determined there is sufficient data to allow the Village to establish a CRA consistent 39 with Florida Statutes; and 40 41 WHEREAS, the Village has proposed a joint Village/County redevelopment approach 42 with common goal -setting, project prioritization, resource allocation, and implementation; and 43 1 C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\EA62FB4E-7580-45A6-SACC-C56C79CE4020\Boynton Beach.9199.1. Supporting_The _Creation_Of The CRA Nin Palm_Springs_-_Reso.Docx Page 618 of 634 44 WHEREAS, the joint Village/County redevelopment approach is consistent with 45 Florida Statutes and the Palm Beach County Charter and will help implement the 46 comprehensive plans of Palm Beach County and the Village of Palm Springs. 47 48 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 49 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 50 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 51 being true and correct and are hereby made a specific part of this Resolution upon adoption 52 hereof. 53 Section 2. The community redevelopment approach as proposed by the Village of 54 Palm Springs, in partnership with Palm Beach County, will be beneficial to the residents, 55 businesses, and property owners located within the City of Boynton Beach. 56 Section 3. The City of Boynton Beach is in full support of the establishment of the 57 Village of Palm Springs CRA. 58 Section 4. The City Clerk is requested to forward the approved and executed 59 Resolution to each of the Palm Beach County Commissioners (and copy the Palm Beach County 60 Administrator and the Village of Palm Springs Village Manager) prior to the County 61 Commission's Meeting on Tuesday, March 13, 2018. 62 Section 5. This Resolution will become effective immediately upon passage. 63 PASSED AND ADOPTED this day of , 2018. 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 CITY OF BOYNTON BEACH, FLORIDA Mayor — Steven B. Grant Vice Mayor — Justin Katz Commissioner — Mack McCray Commissioner — Christina L. Romelus Commissioner — Joe Casello VOTE ATTEST: Judith A. Pyle, CMC, City Clerk (City Seal) YES NO 2 C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\EA62FB4E-7580-45A6-SACC-C56C79CE4020\Boynton Beach.9199.1. Supporting_The _Creation_Of The CRA Nin Palm_Springs_-_Reso.Docx Page 619 of 634 �h r* Village Council Requests CRA Recently, the Village Council has made a legislative "Finding of Necessity" to create a Community Redevelopment Agency (CRA), which is a tool to promote economic development within targeted areas of the Village of Palm Springs. A CRA is a special district that undertakes programs and activities to revitalize an area and can be used to address blighted conditions, including substandard buildings, inadequate infrastructure and utilities, insufficient roadways, shortage of affordable housing, inadequate parking, high vacancy rates and abandoned properties and public safety (i.e., crime and code enforcement) concerns. Examples of successful CRAs in our local area are Delray Beach's Atlantic Avenue and West Palm Beach's downtown district. Community Redevelopment Agencies are granted authority through state statute to fund necessary infrastructure, utility and safety improvements as well as to provide incentives to promote economic development opportunities and improve the overall quality of life within the designated areas. As a result, the Village has identified two (2) "sub -areas" (or districts) for the CRA. 1) Congress Avenue, north of Forest Hill Boulevard 2) Lake Worth Road, between Military Trail and E-4/Keller Canal CRAs are funded through Tax Increment Financing (TIF), which simply stated, is the use of property taxes that are paid from within the target area that will be used for redevelopment and revitalization projects, activities and/or programs. The main idea is that investment (i.e., funding projects, activities and/or programs) within the area will stimulate property values that are expected to increase the amount of ad -valorem (property) taxes collected and then reinvested back into the district (and ultimately the Palm Springs community). The proposed CRA would assist the Village (and Palm Beach County) in accomplishing five (5) key goals within the proposed districts/communities: I. Improving Utilities and Infrastructure Deficiencies II. Expanding Job Development and Economic Growth III. Enhancing Public Safety IV. Increasing and Maintaining Workforce Housing V. Advancing the Partnership with Palm Beach County Creation of a CRA requires (must be) approved by the Palm Beach County Board of County Commissioners. We are hopeful to go before the County Commission by the end of the year with the hope that they will commit to partnering with our community and placing an emphasis to promote Page 620 of 634 economic redevelopment, creating jobs, reducing crime and code enforcement issues within Palm Springs and the central region of Palm Beach County. We are in need of your assistance to ensure that the County is aware of this important issue and to need for them to support our request for a CRA. If you are interested in helping, please consider writing a letter to the County Mayor and the members of the Palm Beach County Commission (along with County Administrator) requesting their support to build up our community. The Village is collecting all letters of support to submit in an single package and we welcome your contribution. A link to the Finding of Necessity, TIF projections, proposed capital improvements and other details can be found on the Village homepage at www.vpsfi.org. Page 621 of 634 11.B. NEW BUSINESS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Receive update on sign ordinance as it relates to people holding signs in public rights of ways. EXPLANATION OF REQUEST: Staff at the direction of City Commission were directed to review the current sign code ordinance as it relates to people holding and/or waving business signs in public rights of way. Based on review of definitions and site development standards in the City's Land Development Regulations, a sign being held in the public right-of-way is prohibited as outlined in Chapter 4, Article IV, Section 3 (K), "Prohibited Signs - Off Premise Signs". Attached is an excerpt of the Land Development Regulaitons which further outlines staff's interpretation. Staff and the City Attorney concur that no code amendment is necessary at this time as the current code language provides sufficient opportunity to regulate the subject matter. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 622 of 634 ATTACHMENTS: Type D Attachment Description Excerpts of LDR CH 1 & CH 4 - Signs Page 623 of 634 Land Development Regulations, Chapter 1, General Administration, Article II, Definitions SIGN - Includes any letter, figure, character, mark, plane, point, marquee sign, design, poster, pictorial, picture, banner, stroke, stripe, line, trademark or reading material which shall be constructed, placed, attached, painted, erected, fastened, manufactured or displayed in any manner whatsoever for the purpose of informing of or advertising about the nature, type or quality of goods, services or activities available; or to advertise the name of any firm, corporation business or any other enterprise, or its nature, type or quality of goods, services or activities; or to attract to or identify any of the aforementioned or by its nature, act to draw attention to a business. OFF -PREM ISES - A sign advertising an establishment, organization, residential development, merchandise, service, or entertainment, which is sold, produced, manufactured, located, and/or furnished, at a place other than the property on which such sign is located. A sign located within a public or private right-of- way is considered an off -premises sign. Land Development Regulations, Chapter 4, Site Development Standards, Article IV, Sign Standards Section 3 (K) Prohibited Signs - Off Premise Signs. Any temporary or permanent off -premises sign, including billboards but excluding those types of signs which may be allowed in limited instances in accordance with this article. Page 624 of 634 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Staff to review PBC Ordinance on Panhandlers - March 2018 EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: 13.A. FUTURE AGENDA ITEMS 3/6/2018 Page 625 of 634 13. B. FUTURE AGENDA ITEMS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Commission to discuss vice mayor selection - March 20, 2018 EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 626 of 634 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Result of Te)dile Recycling RFP and recommendation - March 20, 2018 EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: 13.C. FUTURE AGENDA ITEMS 3/6/2018 Page 627 of 634 13.D. FUTURE AGENDA ITEMS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Members of the Commission has requested to review and discuss the Public Arts Ordinance - March 20, 2018 EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 628 of 634 13.E. FUTURE AGENDA ITEMS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Staff to bring information concerning the following land parcels for the Commission to review - TBD Nichols Property Rolling Green Girl Scout Park EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 629 of 634 13. F. FUTURE AGENDA ITEMS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Vice -Mayor Katz has requested the City Attorney to provide update on legal issues with QPODD - TBD EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 630 of 634 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Mayor has requested to discuss a sustainability committee - TBD EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: 13.G. FUTURE AGENDA ITEMS 3/6/2018 Page 631 of 634 13. H. FUTURE AGENDA ITEMS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Approve One Boynton (aka Las Ventana) Rezoning (REZN 18-005) from MU -L (Mixed Use Low District) to MU -4 (Mixed Use 4 District) to complete implementation of the CRA Community Redevelopment Plan's recommendation for the subject 14.6 acre property. Applicant: City -initiated. -- March 20, 2018 EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: Page 632 of 634 13.1. FUTURE AGENDA ITEMS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Approve Timeless Life Care and 601 S. Federal Mixed Use rezoning (REZN 18-006) from MU -1_2 (Mixed Use Low 2 District) to MU -2 (Mixed Use 2 District) to complete implementation of the CRA Community Redevelopment Plan's recommendation for the subject 2.41 acre area. Applicant: City -initiated -- March 20, 2018 EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: Page 633 of 634 13.J. FUTURE AGENDA ITEMS 3/6/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 3/6/2018 REQUESTED ACTION BY COMMISSION: Staff to bring back to Commission results of negotiation with property owner a real estate purchase and sale agreement between the City of Boynton Beach and Brittany Bumgardner for a vacant parcel at the end of SW 24th Avenue adjacent to 1-95. - TBD EXPLANATION OF REQUEST: HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: Budgeted ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 634 of 634