Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
III (D) Approval and Authorization to Piggyback Various Governmental Entities' Contracts for Various Vehicles/Equipment and Authorize the Lease-Purchase Agreement with SunTrust for Same
Agenda 3-18-2003 Center OI Good'it Mayor ,S,1C v%z7„ commissioners Item III D S. Scott Vand e � 1j yA U anm Iloti ell Online I Scott lndel on District 2 City Manger ` 4Kusls Johnson,Di Wa Inn Gleason0tar Nancy I District 4 STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Buyer THROUGH: Wanda Horton, Finance Director DATE: March 10, 2003 RE: Lease-Purchase of New City Vehicles & Equipment FY 02/03 ISSUE: The budget for Fiscal Ycar 02)33 includes the lease-purchase of various vehicles and equipment for various City depa,intents, per the attached listing. Authorization is needed to waive the City's formal bid process &piggyback •arious governmental entity's formal bids, on the items listed. It is also the intent of staff to consolidate the financing for the vehicles and equipment being purchased. in order to realize a savings on the interest rate. BACKGROUND & DISCUSSION: The best pricing for the 2003 Ford E350 15-passenger van (Parks & Recreation), (2) Ford F- 2501s (Public Works/Water & Facilities), 2003 Ford F-450 with dump body (Public Works/Streets), and the 2003 Sterling LT 9500 with lowboy trailer (Public Works/Stormwatcr), was found through the Florida Sheriffs Association & Florida Association of Counties Cooperative Bid. The City of Ocoee participates each year in this co-op bid, and the bid encompasses dealerships in the Western, Northern, Central, and Southern parts of the State of Florida. The best pricing for the Altec bucket truck (Public Works/Streets) was found through a Federal General Services Administration contract, and the best price for the John Deere 72" slope mower (Public Works/Streets) was through an Orange County Public Schools contract. The best pricing for the six (6) new servers (Information Systems) for the City's computer systems was found through Dell using the State of Florida contract, which also encompasses various computer hardware vendors. Please see the attachments for other quotes received on the above items, as well as the consolidated list of vehicles and equipment to be purchased. The total cost for the vehicles and equipment requiring approval is $306,440.98. The total for the consolidated lease, which includes vehicles and equipment previously approved by the City Commission, is $519,812.84. Cite el Ocoee • 150 N Lakeshore Drive • Ocoee. I Fonda 3470I phone: (407)00'-3100 • fax: (-107)056-8301 • tcsctcti.puttee.(l.us RECOMMENDATION Staff recommends that the City Commission 1) Approve piggybacking on the Florida Sheriffs Association & Florida Association of Counties, the State of Florida, GSA, and Orange County Public Schools existing contracts, and 2) Authorize staff to secure financing through Suntrust Bank for the vehicles and equipment, and authorize the Mayor, City Clerk, and Staff to execute the lease-purchase documents. CITY OF OCOEE VEHICLES/EQUIPMENT LEASE FISCAL YEAR 02/03 DEPARTMENT DESCRIPTION QTY COST BID NAME BID# Parks&Recreation 2003 Ford P 350 Club Wagon Extended I 18,804 FL Sheriffs Assn. 02-10-0826 15 Passenger Van wisliding side door& &FL Assn of Counties am/fm cassette radio. Coop Bid Public Works/Water Utility 2003 Ford F-250 per standard specs, I 19,774 FL Sheriffs Assn. 02-10-0826 3/4 ton truck,4x2, standard gas engine &FL Assn of Counties w/trailer towing pkg& service body. Coop Bid Public Works/Facilities 2003 Ford F-250 per standard specs. 1 20,224 FL Sheriffs Assn. 02-10-0826 P.ton truck.4x2,standard gas engine & FL Assn of Counties sv/trailer towing pkg& service body Coop Bid &full size tire&rim.electric brake controller &rain shields. Public Works Streets 2003 Ford F-450 4x2,per standard specs 1 28.655 FL Sheriffs Assn. 02-10-0826 15,000 lb.GVWR cab&chassis,w/1072"a & FL Assn of Counties dump body,84"cab to axle. Coop Bid Public Works Streets Altec Model AT30-G Telescopic Aerial 1 54,729 GSA GS-30E-1028G Device w.Relescopic upper boom(Bucket Truck). Item#A-3 Public Works/Streets John Deere 1565 commercial 72`slope 1 20,963 Orange County Schools 02-03-11 VH Mower w/36 hp anmar diesel& dual wheel Kit FT&back installed. Public Works Storms 2003 Sterling LT9500 4x6 tandem axle I 83,650 FL Sheriffs Assn. 02-10-0826 Road tractor, per standard specs w/35-ton &FL Assn of Counties lowboy trailer. Coop Bid CITY OF OCOEE VEHICLES/EQUIPMENT LEASE FISCAL YEAR 02/03 DEPARTMENT:. DESCRIPTION QTY COST BID NAME BID 8 Information Systems (6) Dell PowerEdge 4600 2.8ghz Xeon w/4GB I 59.641.98 State of Florida 250-000-03-1 Ram,8x73GB @RAIDS &2x73GB RAIDI (Servers). Includes(2)PS/2 Keyboard, (2)MS PS/2 Intellimouse w/scroll wheel.(2) Dell Ultrasharp 1802FP Monitor.(I) Powervault 132T 2-drive LTO, 100/200GB tape autoloader w/ Veritas. TOTAL FOR APPROVAL 8 306,440.98 The following items were approved by the City Commission at an earlier date: Fire 2003 Jeep Grand Cherokee I credo per I 19,477 Approved City Commission I I:19/02 Item IIIJ Standard specs,4x2,heavy duty towing ESA Cooperative Bid Pkg,third key&headlight flasher. Parks&Recreation Toro Reel Mower,21.5 hp w/ 1 18,840.86 Approved City Commission I/21/03 Item IIID 2-year warranty Bid#B03-03 Public Works,5anitation-Recycling 2002 Lodal Recycling Truck w/Evo I 147,754 Approved City Commission 2/18/03 Item IIIC Cab&chassis,w/GS products Authorized Dealer Best Source Recycling body. Public Works/Wastewater Utility Portable trailer mounted, 100kw I 27,300 Approved City Commission 2/18/03 Item IIIF Emergency generator. Orange County TOTAL CONSOLIDATED LEASE 12 519,812.84 BID AWARD ANNOUNCEMENT 02- 10-0826 PURSUIT, ADMINISTRATIVE NON-PURSUIT, UTILITY, FIRE & RESCUE VEHICLES, & OTHER FLEET EQUIPMENT Participating Sheriff's Offices & Local Governmental Agencies of the State of Florida Coordinated By The Florida Sheriffs Association & Florida Association of Counties U, ids "E""^ :2. ti FLORIDA h' of ASSOCIATION l!'ii. COUNTIES Y A "Pr FLORIDA SHERIFFS ASSOCIATION P. O. Box 12519 • Tallahassee, FL 323 1 7-2 5 19 PHONE (850) 877-2165 • FAX(850) 878-8665 WEB SITE: HTTP://WWW.FLSHERJFFS.ORG DATE: October 3. 2003 TO: ALL PROSPECTIVE PARTICIPANTS FROM: Gary E. Perkins Lynn Meek Peggy Goff Executive Director Vehicle Bid Coordinator Vehicle Contract Manager RE: SHERIFFS' OFFICES &LOCAL GOVERNMENTAL AGENCIES OF THE STATE OF FLORIDA COOPERATIVE BID FOR PURSUIT, ADMINISTRATIVE NON-PURSUIT. UTILITY, FIRE& RESCUE VEHICLES, & OTHER FLEET EQUIPMENT Bid No. 02-10-0826 We are pleased to announce that the Florida Sheriffs Association and the Florida Association of Counties has successfully conducted its tenth statewide competitive bid for vehicles which includes police pursuit, administrative non-pursuit, utility, fire & rescue vehicles, bucks & vans, and back- hoes. Bids will be extended and guaranteed to any and all units of local governments/political subdivisions including but not limited to county, local county board of public instruction munici- palities and/or police agencies, other local public or public safety agencies or authorities within the State of Florida and in accordance with the provisions of Chapter 287, RS., and 60A, Florida Administrative Code, any state agency including the Division of Universities, Department of Chil- dren and Family Services, Department of Health, Department of Juvenile Justice and Department of Corrections which elects and is authorized to purchase from a source other than the State of Florida contract. In addition to the eligible users referenced above and with the consent of the successful bidder(s) purchases may be made under the terms and conditions of this contract by governmental entities located outside the State of Florida. Appropriate governmental entitles' purchasing laws, rules and regulations shall apply to purchases made under this contract. This contract is good from October 1. 2003 thru September 30, 2003 - as long as vehicles are available thru fleet. All interested parties who wish to purchase from this contract may do so by Following these simple procedures: ORDERING INSTRUCTIONS . Contact the designated dealership (sec pages 36-38) listed in the zone from which you wish to purchase and advise them of your interest to purchase froth the Sheriffs' Offices & Local Governmental Agencies of the State of Florida Bid No. 02-10-0826. They will assist you with the placement of your order and answer any questions you may have regarding the vehicles purchased through this program. 10 Bid Award Announcement (02-10-0826) IMPORTANT NOTE: All agencies ordering any FORD, GENERAL MOTORS, or CHRYSLER product, please be advised that you must use the appropriate FIN CODE/FAN CODE for the Florida Sheriffs Association in order to obtain the manufacturer's concessions. Also, you must use your FIN CODE/ FAN CODE as a secondary number. For futher assistance call the Fleet Customer Information Center for your appropriate manufacturer. Manufacturer Type Code FSA Code Fleet Center Contact Numbers FORD FIN CODE 9E065 1-800-34-FLEET (1-800-343-5338) GENERAI MOTORS FAN CODE 917872 1-800-FLEET OP (1-800-353-3867) CHRYSLER FAN CODE 49313 1-800-999-FLEET (I-800-999-3533) 2. YOU MUST send a copy of the ORIGINAL PURCHASE ORDER (including FSA's Contract No. 02-10-0826) you submitted to the participating dealer to: Florida Sheriffs Association P. O. Box 12519 Tallahassee, Florida 32317-2519 ATTN: Lynn Meek, Cooperative Bid Coordinator 3. Basic information required on all purchase orders is listed on Page 40 of this Bid Award Announcement. Purchase orders lacking the required basic information listed may result in the delay of placement and/or confirmation of orders. NOTE: Purchasers are reminded that the issuance of a Purchase Order does not in itself guarantee the placement of an order. The agency is responsible for tilling in the requested information on the "Confirmation of Order" and sub- mitting it along with your purchase order to the respective dealership. Dealers are required to fill in the bottom section of the "Confirmation of Order" and send it to the purchaser within seven (7) calendar days after receipt of purchase order. Purchasers are encouraged to contact the dealer if a "Confirmation of Order" has not been received within a reasonable time frame and request its issuance. 4. Agencies which elect to purchase off this contract will incur the following Administrative Fees: • Pursuit, Administrative Non-Pursuit, Utility Vehicles, Trucks &Vans (Specifications 1- 26) - Due to numerous requests from various purchasing agencies, the S50.00 administra- tive fee per vehicle formerly paid to the FSA by purchasing agencies will now be paid to the FSA by the contracting dealerships. Dealers have included the $50.00 per unit fee in their bid prices and made it a part of the base unit's purchase price. This will eliminate the need for purchasing agencies to have to prepare two purchase orders and cut two checks, thereby reducing their workload. • Road Tractor, Backhoe, Fire & Rescue Units (Specifications 27-34) - Dealers arc to charge purchasing agencies an administrative fee of 1/2 percent (.005) of the total invoice amount (base unit plus options) to he collected and paid to the FSA by the contracting dealers/manufacturer's. Administrative tees for road tractors. backhoes and lire & rescue units will not be inducted or made a part of the bidders base unit purchase price. This will be a separate line item on the agency's purchase order. The dealers/manufacturer's will be responsible for calculating and advising the prospective purchasing agencies of the 1/2 percent 1.005) administrative fee to be charged and included in the total invoice amount at the Lime of order. The purchasing agencies will include the FSA administrative fee as a part of their purchase order request. Again, this will eliminate the need for purchasing agencies to have to prepare two separate purchase orders and checks. This program is designed to provide participating agencies with the most economically priced patrol, administrative non-pursuit, utility, fire & rescue vehicles, trucks &vans, and other fleet equipment tailored to their specific needs, in a prompt and timely manner. Bid Award Announcement (02-10-0826) 11 One of the unique characteristics incorporated into this program which distinguishes it from others is that this Bid Contract is awarded to the lowest responsible bidder by manufacturer by specifi- cation by zone for all police package vehicles and to each of the lowest responsible bidder(s) by manufacturer by specification by zone fur all non-police package vehicles. Whereas, under the State Contract the bid is awarded only to the single lowest bidder by zone. The Florida Sheriffs Association and the Florida Association of Counties realize that Sheriffs' Offices, Police Agencies and other units of local governments differ from the state in that they must provide economically based maintenance and stocked parts for t heir fleets. Tiny must consider overall operational cost of their vehicles instead of just considering "I"ow I3id" on the purchase of the vehicle. This program's bid award system not only provides the purchaser with the means to make sound decisions on dedicated fleet needs, but also offers the mnveait ace of shopping and purchas- ing from a single contract. IMPORTANT NOTE: The manufacturer's have announced that they would be producing limited quantities of pursuit vehicles this year and that orders would be processed on a first conic first serve basis while quantities last. To be on the safe side, we are advising ell agencies to place their orders for pursuit vehicles as soon as possible to ensure delivery of product. On a final note. prospective purchasers are reminded that pursuant to Florida State Statute all fees (title, application plate transfer, etc.) are included in the base price for each vehicle. Purchasing agencies which elect to do their own title work, may wish to consider seeking reimbursement from the dealership for those transfer fees already included in the base price of each vehicle. The Florida Sheriffs Association's and the Florida Association of Counties' bid award for full size (pursuit and administrative). -mid size (pursuit and administrative), utility. fire & rescue vehicles, and other fleet equipment are as follows (zones indicated with a * = specification low bid): FULL SIZE PURSUIT VEHICLES-RWD (Specification #01): Base Name of Dealership Type Vehicle Zone Unit Price McCotter Ford. Inc. Ford Crown Victoria *Western $ 19,448.00 Duval Ford Ford Crown Victoria *Norther 8 19,411.00 Don Reid Ford Ford Crown Victoria * Central S 19,420110 McCotter Ford. Inc. Ford Crown Victoria *Southern S 19.448.00 FULL SIZE PURSUIT VEHICLES-FWD (Specification #02): Garber Chevrolet. Inc. Chevrolet Impala Western $ 17,642.00 Garber Chevrolet, Inc. Chevrolet Impala Northern $ 17,642.00 Classic Chevrolet Chevrolet Impala Central S 17,595.00 Maroone Chevrolet of Miami. Inc. Chevrolet Impala Southern $ 17,559.00 Diu-Kelly Dodge, Inc. Dodge Intrepid * \tirslrw 5 15,941.00 Hill-Kelly Dodge. Inc. Dodge Intrepid * Northern $ 15.941.00 Maroone Dodge. LLC Dodge Intrepid * Central $ 15.829 00 Maruonr Dodge. lI C Dodge Intrepid * Southern $ 15,894 00 FULL SIZE ADMINISTRATIVE VEHICLES (Specification #03): McCotter Ford, Inc. Ford Crown Victoria Western $ 18,626.00 McCotter Ford, Inc. Ford Crown Victoria Northern $ 18.626.00 McCotter Ford. Inc. Ford Crown Victoria Central $ 18,626.00 McCotter Ford, Inc. Ford Crown Victoria Southern $ 18,626.00 12 Bid Award Announcement (02-10-OS26) • DESIGNATED DEALERS Alan Jay Chevrolet, Oldsmobile, Caruso Chrysler Plymouth Jeep Cadillac, Inc. P.O. Box 16129 P.O. Box 9200 Jacksonville. FL 32245-6129 Sebring, FL 33871-9200 Contact: William "Bill" Fut ill Contact: Chris Wilson Phone: 800/654-8426 or 904/642-5600 Phone: 561-439-0647 Fax: 904/642 7061 Fax: 561-439-1821 Champion Chevrolet. Inc. Alan Jay Chrysler, Plymouth, Jeep, Inc. 3127 W. Tennessee Street P-O. Box 9200 Tallahassee, FL 32304-2728 Sebring, FL 33871-9200 Contact: Fred It. Srhrnurker Contact: Chris Wilson Phone: 850/580-7653 Phone: 561-439-0647 Fax: 850/575-9027 Fax: 561-439-1821 Classic Chevrolet Alan Jay Pontiac, Buick, GMC, Inc. P.O. Box 1720 P.O. Box 9200 Winter Park. FL 32790 Sebring, FL 33871 9200 Contact: Peter Popiel/Skip Reiker Contact: Chris Wilson Phone: 407/298-1535 Phone: 561-439-0647 Fax: 401/298-6170 Fax: 561-439-1821 Don Reid Ford Alan Jay Toyota P.O. Box 940005 P.O. Box 9200 Maitland, FL 32794-0005 Sebring, FL 33871-9200 Contact: Eric Jore Contact: Chris Wilson Phone: 407/644-7111 ext. 293 Phone: 561-439-0647 Fax: 407/647-4779 Fax: 561-439-1821 Duval Ford American LaFrance Ocala P.O. Box 7687 1985 NW 57th Street Jacksonville, FL 32238 Ocala, FL 34475-3033 Contact: Nelson Eason Contact: Paul Stephenson Phone: 904/388-2144 Phone: 352/351-1180 Fax: 904/387-6816 Fax: 352/351-0346 Elite Fire & Safety Equipment, Inc. Atlantic Truck Center 3573 Enterprise Ave. #64 2565 W. State Road 84 Naples. FL 34104-3635 Ft Lauderdale. FL 33312-4873 Contact: fluw:ud W,tlkrr Contact: Steve Hite Phone: 8011/ 132 3626 Phone: 054/387-8220 ext. 6101 Fax: .hu0;1i13 1101 Fax: 954/797-9720 Ferrara Fire Apparatus, Inc. Beck Chrysler Dodge Jeep IG,arl 256 Hwy. 17 N. Holden, LA 70744-5309 Palatka, FL 32177-9606 Contact: Paul Christiansen Contact: Chuck Boner - Phone: 225/567-7100 ext. 4039 Phone: 800/382-3692 Fax: 225/567 7718 Fax: 386/328-0891 36 Bid Award Announcement(02-10-0826) DESIGNATED DEALERS (Continued) Fire Apparatus Service Team, Inc. Hill-Kelly Dodge, Inc. P.O. Box 831594 P.O. Box 12763 Ocala FL 34483-1594 Pensacola FL 32676-2763 Contact: Mike Supal Contact: Paul Fiveash Phone: 3.52/208-5401 Phone: 800/633-8591 352/861 2141 Fax: 850/178-5392 Fax: 352/687-8354 Holler Dodge Freightliner of Tampa, LLC P.O. Box 1720 8211 Adamo Drive Winter Park. FL 32790 Tampa. FL 33619-3513 Contact: Peter Poplel Contact: Phil E. Pottenbergcr Phone: 107/298-1535 Phone: 813/621-6931 Fax: 107/298-6170 Fax: 813/621-7262 Jack Caruso's Regency Dodge Garber Buick Pontiac GMC, Inc. 10979 Atlantic Blvd. P.O. Box 945 Jacksonville. FI. 32225-2921 Green Cove Springs. FL 32043-0945 Contact: William 'Bill" Futrill Contact: Iloward Williams Phone: 800/654-8426 Phone: 904/264-4502 Fax: 90-1/642-7061 Fax: 904/284-0054 Maroone Chevrolet of Miami, Inc. Garber Chevrolet, Inc. 4181 S.W. Slh Street P.O- Box 945 Miami. FL, 133134 Green Cove Springs. FL 32043-0945 Contact: Al.”: W-Jacobs Contact: Daniel C. Devries Phone: 305/112-1000 ext. 327 Phone: 904/264-4502 305/775 1151 (cdq Fax: 9(14/284-0054 Fax: 305/448-2105 Gatorland Toyota Maroone Chevrolet, LLC 3345 N. Main Street P.O. Box 848480 Gainesville, FL 32609-2350 Pembroke Pints. FL 33084-0480 Contact: Adam Rohlman Contact: Mike Muehlenteld Phone: 352/376-3262 Phone: 951/147-2150 800/330-0159 Fax: 954/433-8503 Fax: 352/248-2580 Maroone Dodge, LLC Gus Machado Ford, Inc. 21151 N.W. 2nd Avenue 1200 West 49th Street Miami, FL 33169-2109 I lialeah. FL 33012-3293 Contact:Sieve Henry Contact: Ed A. Machado Phone: 301;193 5310 Phone: 305/820-2596 Fax: 3n , '053 8250 Fax: 805/8202592 McCotter Ford. Inc. Hall-Mark Fire Apparatus, Inc. P.O. Box 572a P.O. Box 1770 Titusville. 11. ':2783-5729 Ocala, FL 34478-'1770 Contact: Ru is flaming Contact: Jim Hall Phone: 800/289-3279 Phone: 800/524-6072 Fax: 321/269-0009 Fax: 352/629-3471 Bid Award Announcement (02-10-0826) 37 • DESIGNATED DEALERS (Continued) Monarch Dodge, Inc. Peterbilt of Central Florida 2000 North State Road 7 12475 W. Colonial Drive Lauderdale Lakes. FL 33313-7098 Winter Garden. FL 34787-4128 Contact: Ed Proltitt Contact: Dave Mellott Phone: 800/562 4615 Phone: 407/877-3636 Fax: 954/485 5778 Fax: 407 877 6699 Nextran Truck Center- Lake City Proctor& Proctor, Inc. RR 10 Box 595 3122 Mahan Drive Lake City. FL 32025-9195 Tallahassee, Fh 32308 5538 Contact: Mike Crawford Contact: Jim Bass Phone: 386/751-8822 Phone: 850/878-3171 Fax: 386/754-8833 Fax: 850/201-3191 Nextran Truck Center -Miami Rechtien International Trucks, Inc. 6801 N.W. 74th Avenue 3787 Interstate Park Road West Miami. FL 33166 Riviera Beach, FL 33404 Contact: Francisco Blanco Contact:John Bradley Phone: 800/964-6225 Phone: 561/882-9050 Fax: 305/884-11984 1-866/882-9050 Fax: 561/882-0218 Nextran Truck Center-Pompano Beach 1490 N.W. 22nd Street Ten-8 Fire Equipment, Inc. Pompano Beach, FL 33069 2904 59th Avenue Dr N Contact: Nick Abatecola Bradenton. H. 3420:3-5312 Phone: 954/9849494 Contact: Mark Jones Fax: 954/984-9493 Phone: 800/228-8368 Fax: 941/756-2598 Nextran Truck Center-Tampa 7810 Adamo Drive The Phoenix Group Tampa. FL 33619 5334-A Old Winter Garden Road Contact: Mike Arnold Orlando, FL 3281 1-1 587 Phone: 813/626-7141 Contact: Gary Goctsch Fax: 813/622-7297 Phone: 407/292-5246 Fax: 407/292-5113 Nortrax Equipment Co. 4343 N.W. 76th Avenue Tom Nehl GMC Truck Co. Miami, FL 33166-6493 417 S. Edgewood Avenue Contact: Eny Sanchez Jacksonville, FL 32254-3792 Phone: 888/235-6333 ext. 224 Contact: Bret Catto 305/58(i-2921 (cell' Phone: 90,1/389-3653 Fax: 305/513- 1353 Fax: 4t11/31('1 2187 Orville Beckford Ford Mercury Wheeled Coach Industries 6400 I Iwy. 90 2737 N. Forsyth Road Milton, FL 32570-4572 Winter Park. FL 32792-6673 Contact:Joseph Windrow Contact: Al Roman Phone: 850/623-2234 Phone: 800/342-0720 Fax: 850/626-9591 Fax: 407/679-1337 38 Bid Award Announcement (02-10-0826) Mast of you involved with the purchasing function of your agency can appreciate the amount of time. energy and resources required to put a project of this magnitude together. However, it in the end we have been sucresslul in acquiring the most economically priced vehicle(s) we need _ _ _ and on our own specifications rather than what the state makes available for us . . I bra it was well worth the investment we nade to give this program life. But we needyour srgmp01 I and partici- pation to keep this program alive This program must maintain a certain level or volume of activity in order for the parteV:ding dealers to continue to receive the maximum level of manufacturers assistance required to remain competitive. As an added featumr to the Cf]operalive Bid Program, the Florida Sheriffs Association oilers several financing programs: The Florida Sheriffs Association Tax Exempt Installment Financing Program in available to Sheriffs, Units of Local Governments. Mon Tclpa lit ies`and Police Agencies to finance veli eIt s and n variety of other types equipment and projects. The program allows low tax 'exempt tinanting of equipment over its useful lily which allows you to update your fleet. maintain proper Ilea rotation. and control and lower ntaiu l eu ante. costs. The program is offered in conjunction with Mears Motor Leasing Any questions or requests for quotes should be directed to Mears Motor Leasing, at (407) 298-2982. Please see page 959 for additional infomration oil the lease/purchase program. The Florida Sheriffs Association Police Car Lease Program is also available to finance vehicles. This plan is not a straight lease nor a straight finance program. It is the best of both. This plan takes advantage of the special low municipal finance rate (previously only available on a finance plan) and at the same limo allows agencies to pay only for the useful life of the car. This program is also offered in eonjunr Hon with Mears Motor Leasing. Any questions or request for quotes should he directed to Mears Motor Leasing at (407) 298-2982. Please see page 929 for additional information on this program. The Florida Sheri0s Association also otters an "Operating Lease Program" for policie vehicles and equipment through Ontario Fleet Leasing. This unique program is currently financed at our low interest rate of 4.9%. Program highlights arc as follows: • Lease patrol, sport utility, motorcycles, emergency, crime scene and unmarked vehicles; • Unlimited mileage option is available; • Eliminates the formal bidding process; • The lease is recognized as an operating (ease in accordance with FASB 13 standards; • The County has the option to run the vehicles through their annual auction; • The Sheriffs Office will share in the auction's proceeds. Any questions or request for quotes should be directed to Ontario Fleet Leasing at (315) 431-4676. We would like to thank you In advance for your time and interest in this program and ask that you feel free to contact Peggy Goff with the Florida Sheriffs Association at (850) 877-2165 should you have any questionsregm'cling these programs. Bid Award Announcement (02-10-0826) 39 BASIC INFORMATION REQUIRED ON A VEHICLE PURCHASE ORDER When filling nut a purchase order for a vehicle that is to he purchased under the Florida Sheriffs Association & Florida Association of Counties Bid No. 02-10-0826, there arc certain items of information that must be on the purchase order. or enclosed with the purchase order, so as to minimize the possibility of errors on the order. This information includes, but is riot limited to. the following: '- • Date or order • Purchase order number • Originator of purchase order • Name and number (phone & fax) of contact person responsible for receiving -Confirmation of Order" and scheduling of delivery. • Delivery date required A4. • Contract number (02-10-0826) • • Contract specification number of vehicle(s). number of vehicles ordered and base price of vehicles • Type vehicle ordered (i.e. Ford F-150 4x2) Al• FIN CODE for the Florida Sheriffs Association (QE065) and your agency's FIN CODE when ordering FORD products • FAN CODE for the Florida Sheriffs Association (917872) and your agency's FAN CODE when ordering GENERAI. MOTORS products • FAN CODE for the Florida Sheriffs Association (49313) and your agency's FAN CODE when ordering CHRYSLER products • Individual listing of each option ordered under the contract, along with each option cost --• Individual listing of each non-contract option ordered, along with each option cost • Total cost of vehicle(s) • Copy of dealer's quote for non-contract option(s) • Copy of vehicle(s) specifications (if different from contract specifications) Inclusion of the above mentioned items will help prevent possible misunderstanding of the order and will assist in any audit of the purchase orders, or vehicles. that may be deemed necessary in the future. - 40 Bid Award Announcement(02-10-0826) DISTRICT MAP WESTERN NORTHERN ITihel lit ill IF illa "I I iltimir- WESTERN - NORTHERN "••°" ESCAMBIA GILCHRIST SANT ROS ALACHUA OKALOOSAWAL UNION HOLMONES BAKEI'ORD °" " w HOLMES BAKER WASHINGTON NASSAU ""° °"m• Z Q BAY DUVAL CENTRAL JACKSON CLAY ° re- CALI IOUN - PUTNAM - " °"°"`" " "" POt GULF ST.JOHNS ( LIBERTY FLAGLER FRANKLIN VOLUSIA "'"" .c. GADSDEN MARION "•"1" mammies "k, "°"" WAKULLA LEVY +,„° "°'" LEON HAMILTON JEFFERSON COLUMBIA TAYLOR SUWANNEE MADISON ��A E WE 110 CENTRAL SOUTHERN CITRUS CHARLOTTE SUMTER LEE LAKE GLADES HERNANDO MARTIN SOUTHERN iiir SEMORANGE LE HENDRY V ORANGE PALM BEACH PASCO COLLIER PINELLAS BROWARD I IILLSBOROUGI I MONROE „tot o CrPOTS( MIAMI-DADE � 4O O O P OSCEOLA BREVARD INDIAN RIVER MANATEE IIARDEE HIGHLANDS OKEECHOBEE ST. LUCIE SARASOTA DESOTO Bid Award Announcement (02-10-0826) 41 TABLE OF CONTENTS ORDERING INSTRUCTIONS 10 Overview of Awarded Specifications 12 Designated Dealers 36 Basic Information REQUIRED for Purchase Orders 40 District Map 41 Specification #01 - Full Size Vehicles RWD - (Police Package) 42 Ford Crown Victoria 44 Specification #02 - Full Size Vehicles FWD - (Police Package) 51 Chevrolet Impala 54 Dodge Intrepid 61 Specification #03 - Full Size Vehicles (Administrative) 68 Ford Crown Victoria 70 Mercury Grand Marquis 72 Chevrolet Impala 74 Cadillac DeVille 76 Oldsmobile Aurora 78 Buick LeSabre 80 Pontiac Bonneville 82 Chrysler Concorde 84 Dodge Intrepid 86 Specification #04 - Mid Size Vehicles (Administrative) 88 Ford Taurus 90 Chevrolet Malibu 92 Buick Century 94 Pontiac Grand AM 96 Pontiac Grand Prix 98 Oldsmobile Alero 100 Chrysler Sebring 102 Dodge Intrepid 104 Dodge Stratus 106 Toyota Camry 108 Specification #05 - Compact Vehicles (Non-Pursuit) 110 Ford Focus 112 Chevrolet Cavalier 114 Pontiac Grand AM 116 2 Bid Award Announcement (02-10-0826) Specification #05 — Compact Vehicles (Non-Pursuit) (continued) Chrysler PT Cruiser 118 Dodge Neon 120 Toyota Corolla 122 Specification #06 — Compact Vehicles (Hybrid) 124 Toyota Prizes 126 Specification #07 — Small Size Utility Vehicles 128 Ford Escape (4x2) 130 (4x4) 140 Jeep Liberty (4x2) 135 (4x4) 146 Specification #08 — Mid Size Utility Vehicles 151 Ford Explorer (4x2) 153 - (4x4) 201 Ford Explorer Sport Trac (4x2) - 169 (4x4) 208 Chevrolet Blazer (4x2) 165 (4x4) 213 Chevrolet Trail Blazer (4x2) 171 (4x4) 219 GMC Envoy (4x2) 178 (4x4) 224 Pontiac Aztek (4x2) 184 (4x4) 230 Jeep Grand Cherokee Laredo (4x2) 190 (4x4) 236 Dodge Durango (4x2) 196 (4x4) 242 Specification #09 — Full Size Utility Vehicles 247 Ford Expedition (4x2) 249 (4x4) 273 Chevrolet Tahoe 1500 (4x2) 255 (4x4) 279 Bid Award Announcement (02-10-0826) 3 Specification #09 - Full Size Utility Vehicles (continued) GMC Yukon 1500 (4x2) 261 (4x4) 285 Dodge Durango (4x2) 267 (4x4) 291 Specification #10 - 1/2 Ton Extended Wheelbase Utility Vehicles 297 Chevrolet Suburban 1500 (4x2) 300 (4x4) 312 GMC Yukon 1500 (4x2) 306 (4x4) 318 Specification #11 - 3/4 Ton Extended Wheelbase Utility Vehicles 324 Ford Excursion (4x2) 326 (4x4) 344 Chevrolet Suburban 2500 (4x2) 332• (4x4) 350 GMC Yukon 2500 (4x2) 338 (4x4) 356 hummer I12 (4x4) 362 Specification #12 - 7 Passenger Mini Van (FWD) 367 Ford Windstar 369 Chevrolet Venture 374 Pontiac Montana 379 Chrysler Town & Country 384 Dodge Caravan 389 Toyota Sienna 394 Specification #13 - 7 Passenger Van (RWD) 396 Ford E-150 Club Wagon 398 Chevrolet Astro 403 GMC Safari 408 GMC Savana 413 Freightliner Sprinter 418 Specification #14 - 12 Passenger Van 422 Ford E-350 Club Wagon 424 Chevrolet Express 2500 431 GMC Savana 2500 437 4 Bid Award Announcement (0Z-10-0826) Specification #15 - 15 Passenger Van 443 Ford E-350 Club Wagon Extended 446 Chevrolet Express 3500 453 GMC Savana 3500 459 Specification #16 - Utility Cargo Van 465 Ford E-250 Cargo Van 467 Chevrolet Express Cargo Van 475 GMC Savana Cargo Van 482 Dodge Ram 3500 490 Freightliner Sprinter 497 Specification #17 - Compact Pickup Truck 504 Ford Ranger (4x2) 506 (4x4) 518 Chevrolet S-10 (4x2) 509 (4x4) 521 GMC Sonoma (4x2) 512 (4x4) 524 Dodge Dakota (4x2) 515 (4x4) 527 Specification #18 - 1/2 Ton Pickup Truck 530 Ford F-150 (4x2) 532 (4x4) 548 Chevrolet Silverado 1500 (4x2) 536 (4x4) 552 GMC Sierra 1500 (4x2) 539 (4x4) 555 • Dodge Ram 1500 (4x2) 543 (4x4) 559 Toyota Tundra (4x2) 546 (4x4) 562 Specification #19 - 3/4 Ton Pickup Thick 564 Ford F-250 SD (4x2) 566 (4x4) 581 Chevrolet Silverado 2500 HD (4x2) 570 (4x4) 585 Bid Award Announcement (02-10-0826) 5 Specification #19 - 3/4 Ton Pickup Truck (continued) GMC Sierra 2500 HD (4x2) 574 (4x4) 589 Dodge Ram 2500 (4x2) 578 (4x4) 593 Specification #20 - 1 Ton Pickup Truck 596 Ford F-350 SD (4x2) 598 (4x4) 613 Chevrolet Silverado 3500 (4x2) - Ext. Cab 602 (4x4) - Reg. Cab 617 GMC Sierra 3500 (4x2) - Ext. Cab 606 (4x4) - Reg. Cab 621 Dodge Ram 3500 (4x2) 610 (4x4) 625 Specification #21 - 1 Ton Cab & Chassis 628 Ford F-350 (4x2) 630 (4x4) 645 Chevrolet Silverado 3500 (4x2) 634 (4x4) 649 GMC Sierra 3500 (4x2) 638 (4x4) 653 Dodge Ram 3500 (4x2) 642 (4x4) 657 Specification #22 - 1 Ton Tilt Cab & Chassis 660 No Bids on This Specification Specification #23 - 15,000 lb. GVWR Cab & Chassis 662 Ford F-450 (4x2) 664 (4x4) 680 Chevrolet Kodica CC4500 (4x2) 668 GMC Topkick TC4500 (4x2) 672 Freightliner M2 (4x2) 676 6 Bid Award Announcement (02-10-0826) Specification #24 - 17,500 lb. GVWR Cab & Chassis 684 Ford F-550 (4x2) 686 (4x4) 698 Chevrolet CC5500 (4x2) 690 Freightliner M2 (4x2) 694 Specification #25 -- 25,950 lb. GVWR Cab & Chassis (4x2) 702 Ford F-650 704 Chevrolet CC7500 708 Freightliner M2 712 International 4200 SBA 716 Peterbilt 330 720 Sterling Acterra 724 Specification #26 --30,000 lb. GVWR Cab & Chassis (4x2) 728 Ford F-750 730 Chevrolet CC7500 734 Freightliner M2 738 International 4200 SBA 742 Peterbilt 330 746 Sterling Acterra 750 Specification #27 - 52,000 lb. GVWR 4x6 Tandem Axle Road Tractor Cab & Chassis (4x2) 754 Freightliner FL112 757 International 7600 SBA 758 Mack C Series 759 Peterbilt 385 760 Sterling LT9500 761 Volvo V Series 762 Specification #28 - 4x4 Loader Backhoe with Canopy 763 Deere 310G 765 Specification #29 - 'Type I Ambulance 766 Ford XLT F-350 (4x2) 768 (4x4) 771 Ford XLT F-450 (4x2) 769 (4x4) 772 Chevrolet YF2 C3500 (4x2) 770 (4x4) 773 Bid Award Announcement (02-10-0826) 7 Specification #30 - Type I Ambulance (Medium Duty) 774 Freightliner FL50 776 Freightliner FL60 777 Freightliner M2 778 International 4200LP 779 International 4300LP 780 International 4400LP 781 Sterling 782 Specification #31 - Type II Ambulance 783 Ford E:350 785 Specification #32 - Type III Ambulance 786 Ford XL E-350 788 Ford XL E-450 789 Ford XL E-550 790 Specification #33 - Commercial Pumper 791 Freightliner M2 - Formed Aluminum Body American LaFrance Ocala 793 Ferrara Fire Apparatus Inc. 796 Ten-8 Fire Equipment, Inc. - 799 Freightliner FL70 - Formed Aluminum Body American LaFrance Ocala 802 Ferrara Fire Apparatus Inc 805 Ten-8 Fire Equipment. Inc. 808 Freightliner FL80 - Formed Aluminum Body American LaFrance Ocala 811 Ferrara Fire Apparatus Inc 814 Ten-8 Fire Equipment, Inc. 817 GMC Pumper - Formed Aluminum Body Ferrara Fire Apparatus Inc. 820 International 4400 - Formed Aluminum Body • Ferrara Fire Apparatus Inc. 823 Ten-8 Fire Equipment, Inc. 826 Kenworth T-300 - Formed Aluminum Body Ferrara Fire Apparatus Inc. 829 Ten-8 Fire Equipment, Inc 832 Freightliner M2 - Extruded Aluminum Body American LaFrance Ocala 835 Ferrara Fire Apparatus Inc. 838 Freightliner FL70 - Extruded Aluminum Body American LaFrance Ocala 841 Ferrara Fire Apparatus Inc 844 Hall-Mark Fire Apparat us Inc 847 Freightliner FL80 - Extruded Aluminum Body American LaFrance Ocala 850 Ferrara Fire Apparatus Inc. • 853 Hall-Mark Fire Apparatus Inc 856 GMC Pumper - Extruded Aluminum Body Ferrara Fire Apparatus Inc. 859 Hall-Mark Fire Apparatus Inc 862 8 Bid Award Announcement (02-10-0826) Specification #33 - Commercial Pumper (continued) International 4400 - Extruded Aluminum Body Ferrara Fire Apparatus Inc. 865 Hall-Mark Fire Apparatus Inc 868 Kenworth T-300 - Extruded Aluminum Body Ferrara Fire Apparatus Inc. 871 Ilall-Mark Fire Apparatus Inc 874 Freightliner M2 - All Stainless Steel Welded Body American LaFrance Ocala 877 Ferrara Fire Apparatus Inc 880 Freightliner FL70 - All Stainless Steel Welded Body American LaFrance Ocala 883 Ferrara Eire Apparatus Inc. 886 Freightliner FL80 - All Stainless Steel Welded Body American LaFrance Ocala 889 Ferrara Fire Apparatus Inc 892 Fire Apparatus Service Team, Inc. 895 GMC Pumper - All Stainless Steel Welded Body Ferrara Fire Apparatus Inc. 898 International 4400 - All Stainless Steel Welded Body Ferrara Fire Apparatus Inc. 901 Fire Apparatus Service Team, Inc. 904 Kenworth T-300 - All Stainless Steel Welded Body Ferrara Fire Apparatus Inc. 907 Specification #34 - Custom Pumper 910 Custom Chassis - Formed Aluminum Body American LaFrance Ocala 912 Ferrara Fire Apparatus Inc. 915 Ten-8 Fire Equipment, Inc. 918 Custom Chassis - Extruded Aluminum Body American LaFrance Ocala 921 Ferrara Fire Apparatus Inc. 924 Hall-Mark Fire Apparatus Inc 927 Custom Chassis - All Stainless Steel Welded Body American LaFrance Ocala 930 Ferrara Fire Apparatus Inc. 933 Spartan Chassis - Formed Aluminum Body Ferrara Fire Apparatus Inc. 936 Spartan Chassis - Extruded Aluminum Body Ferrara Fire Apparatus Inc. 939 Spartan Chassis - All Stainless Steel Welded Body Ferrara Fire Apparatus Inc. 942 Fire Apparatus Service Team, Inc. 945 LIME Chassis - Formed Aluminum Body Ferrara Fire Apparatus Inc. 948 HME Chassis - Extruded Aluminum Body Ferrara Fire Apparatus Inc. 951 HME Chassis - All Stainless Steel Welded Body Fenara Fire Apparatus Inc. 954 Manufacturer's Extended Vehicle Warranty 957 Mears Motor Leasing 959 Bid Award Announcement (02-10-0826) 9 • CITY OF ORLANDO BID AWARD REPORT AS OF 02/04/03 BID NO. TITLE AWARD CONTRACTOR AMOUNT DATE FQ03-025 Purchase of I Ieadsets and Communications 10/29/02 Jan Communications SI5,990.00 DF Equipment for Orlando Fire Department and Electronics Co., Inc- FQ03-030 Purchase of Custom Blended Fertilizer 11/04/02 Howard Fertilizer& $4550.00 DT Chemical Company SB03-010 Purchase of Two New 6,000 Lbs Capacity 11/04/02 Yale Industrial Trucks $42,626.00 RC* Forklifts FQ03-032 Mapping for Professional Upgrade 11/07/02 Sage Software S15,776.00 DT FQ03-029 Purchase of 20GB Hard Drive&21" 11/06/02 Colamco S547.00 DT Monitor B102-1675 Annual Agreement for Electric Motor& 11/06/02 Stewart's Electric $254,000.00 RC* Pump Repair Motor Works, Inc. BI03-1693 Statement of Interest Solicitation—Cationic 11/06/02 Responses were received from the DT Polymer following: Ondce Nalco Cytec Industries, Inc Polydyne,Inc. Altivia Corporation Specialized Polymers, Inc. B102-16R0 Annual Agreement for Inspection, 11/07/02 Florida Water Features, $9,100.00 EW Maintenance, and Minor Repairs of Inc. , Fountains FQ03-037 Purchase of Two Trailers 11/12/02 Item 1 S3,350.00 DE David's Trailers Item 2 $2,940.00 Trailers by Bob SB03-III R Purchase of Ride-on Trencher I1/13/02 Trail Saw & Mower $17.750.00 CR 1-QU6-0_4 Purchase at under-counter safes Item I)f (banal I-Hiulj ~rate ,: Item 2 S5,152 0(1 A-A Action Locksmiths FQ03-042 Printing and Mailing of District 3 11/20/02 International Minute $4,650.00 DF Newsletter Press CITY OF ORLANDO BID AWARD REPORT AS OF 02/04/03 BID NO. TITLE AWARD CONTRACTOR AMOUNT DATE S1303-028 Installation and Testing of New Fire 12/02/02 ILL.F. Systems S12,811.95 DP Alami/Voice Communications System (al the Callahan Neighborhood Center SB03-007 Demolition and Asbestos Abatement of 12/02/02 L & I,Demolition & S66,000.00 AAA Building and Parking Lot at Amelia and Salvage, Inc. • DF Tampa Avenue SB03-026 Purchase of Electric Powered Forklift 12/03/02 Mid Florida Forklift S22,493 00 DF FQ03-044 Church Street Garage Storefront Refurbish 12/5/02 Keating Glass Corp. S29.740.00 DF FQ03-022 Aquatic Aerial Spraying Services 12/06/02 McCraw Enterprises S9,187.50 DF FQ03-049 Purchase of Samsung Syncmaster 1200 NF 12/06/02 CDW-G $4,632.00 DT 22" Color Monitor SB03-040 Purchase and Installation of a 30 KVA UPS 12/13/02 Powercom, Inc. S30,270.00 AA and Removal and Disposal of Old UPS DF RFP03-474 Land Application Of Wastewater Residuals 12/16/02 The Show Case Of S125,100.00 RC Produced At Water Consery II Citrus, Inc. SB03-03 I Purchase and Installation of Landscape 12/18/02 Mor-rissette Electric S47200.00 A Lighting Fixtures and Cable at Leu DF Gardens, Orlando, Florida SB03-043 Purchase of Three (3) Dodge Intrepid 12/20/02 Maroone Dodge, LLC S44,496.00 DF Automobiles FQ03-051 Purchase of Seven Passenger Dodge 01/07/03 Maroon Dodge, LLC Si 9,938.00 DF Caravan Mini-Van RI0=-16')' Annual A grrrmcnt kir riro'.mds HI I 03 Shealev I.:i vn SaB4O001711 Maintenance nt Varinuc Parking Facilniva Maintenance AP BIU i-1699 Annual Agreement for Aleclrmictl 01 13,03 i Pro Sweep ul Cenoel EW Sweeping Services and Litter Removal at Florida Various City ofOrlando Parking Facilities RFP02-470 Annual Agreement for Computerized 01/13/03 Clancy Systems S76,000 00 AAA Parking Ticket Management System International, Inc. EW _ S1303-047 Purchase of One (I) Ford 4-450 With 01/13/03 Don Reid Ford S61,025.00 DF Utility Body and One (1) Utilimaster, Step Van With Ford E-450 Chassis CITY OF ORLANDO BID AWARD REPORT AS OF 02/04/03 BID NO. TITLE. AWARD CONTRACTOR AMOUNT DATE SB03-039 Purchase of Three(3) Ford Trucks, One (I) 01/13/03 Don Reid Ford $71,244.00 DF F150, One (I) F150 Extended Cab, and One (1) F450 Crewcah B102-1663 Annual Agreement for Storm Sewer 01/13./03 Metro Sewer Services, $425,000.00 EW Service Line Rehabilitation, Cleaning, and Inc. Video Recording Fquitas Sewer $175,000.00 Services. LLC _ B103-1710 Annual Agreement for Rental of Work 01/13/03 Unifirst Corporation $135,000.00 A Uniforms Aramark Uniform $41,498.00 KE Services B103-1702 Annual Purchase Agreement for Chlorine 01/13/03 DPC Enterprises, L.P. $290,000.00 A Cylinders (Six-County Cooperative KE Purchasing (SICOP)) SB03-045 Purchase and Installation of Fitness 01/27/03 Nautilus health and $108,483.00 AA Equipment Fitness Group CR FQ03-044 Church Street Garage Storefront Refurbish 12/05/02 Keating Glass $29,740.00 DF FQ03-046 Purchase of Square Posts I2/05/02 Allied Tube& Conduit $30,130.00 CR FQ03-048 Printing 2002 Mayor's Matching Grants 12/23/02 Baker Press $3,500.00 DF Program Souvenir Book FQ03-05I Purchase of Dodge Caravan Van 01/06/03 Maroone Dodge S19,938.00 DF FQ03-053 Purchase of Skid Mount Pump for Orlando 01/17/03- Walker Millio $21,842.00 OF Fire )epanment Equipment r, m n; .:,u w,!u-I rie SVCQ67.11 (R FQ03-058 Purchase of Buick Cenwry 01/14/03 Barber Buick S14,51400 DF FQ03-059 Purchase of Sewer Camera 01/09/03 Cues $32,670.00 CR • CITY OF ORLANDO BID AWARD REPORT AS OF 02/04/03 BID NO. TITLE AWARD CONTRACTOR AMOUNT DATE FQ03-060 Purchase of Tripod Safety Lilt 01/I 3/03 Walker Miller $6,537.00 CR Equipment Co. Inc. FQ03-069 Purchase of POS Equipment & Supplies 01/31/03 PUS Micro $16,119.31 DT 003-041 Purchase of Ninety-Seven (97) Rear Wheel 02/03/03 Duval Ford S2,26299300 AA Drive Police Vehicles DE R103-1707 Animal Agreement for Grounds 02/04/03 YOGI. Landscaping $49.780.00 A Maintenance at Greenwood Services AP Cemetery/Urban Wetlands Legal Ad Text- DemandStar by Onvia Page I of 2 Login I Register I I Help DemandStar by ON�IA Home My DemandStar Buyers Suppliers Account Info City of Orlando Office of Purchasing 400 S. Orange Avenue Orlando, FL. 32801 Invitation to Bid Purchase of Three (3) Ford Trucks, One (1) F150, One (1) F150 Extended Cab, and One (1) F450 Crewcab SB -039-0-2003/DF The City of Orlando, Florida requests interested parties to submit formal sealed bids/proposals for the above referenced bid. Scope of Work: Latest model Ford F-150 Vehicle in accordance with attached Specification 13866,latest model Ford F-150 4 x 4 Extended Cab Vehicle in accordance with attached Specification 13872, and latest model Ford F-450 4 X 4 Crewcab Vehicle in accordance with attached Specification 13863. Ordering Instructions: This package can be ordered directly from: City of Orlando Office of Purchasing Document Cost: $0.00 0.00 Bid Bond: Pre/Bid Proposal Conference: Due Date/Time: 12/5/2002 3:00 PM Eastern City of Orlando Office of Purchasing Must receive bic - and time, 3:00 p.m. December 5, 2002. Bids receive returned unopened. Bids are available on Internet at site http://www.city v; Documents are also available by contacting Stacy Ma 246-2291. If you wish to obtain additional informatior requirements of the bid please feel free to contact the you for considering the City of Orlando as a market fo ` services. M/WBE's are encouraged to participate in the bid proc du5 hhp://www.demandstar.com/supplier/bids/BID_LegalAd.asp?_PU=%2Fs _. .._., ..,uaVv... .i/6i2003 Legal Ad Text - DemandStar by Onvia Page 2 of 2 Contact: Dianne Farrell Purchasing Agent III Phone: (407) 246-2363 PUBLISH Orlando Times 11/21/2002 PUBLISH Orlando Times 11/28/2002 DemandStar by Onvia Phone (SOD) 711-1712 « Return 'tl Onvia.com,Inc.(c)1997-2003 DemandStar by Onvia.Inc.All rights reserved. Terms of Us http://www.demandstar.com/supplier/bidsBID_LegalAd.asp?_PU=%2Fsupplier%2Fbids%... 3/6/2003 Planholders List -DemandStar by Onvia Page I of 1 Login I Register I I Help DemandStar. by ON�IA Home My DemandStar Buyers Suppliers Account Info Planholders List Member Name City of Orlando Office of Purchasing Bid Number SB-039-0-2003/DF Purchase of Three (3) Ford Trucks, One (1) F150, • Bid Name One (1) F150 Extended Cab, and One (1) F450 Crewcab 26 Planholder(s) found. Supplier Name Sent Date Advanced Fabricators, Inc. 11/8/2002 7:47:49 AM Deerskin Mfg. Inc 11/8/2002 12:51:38 PM Orville Beckford Ford Mercury 11/12/2002 12:34:34 PM ROLLING HILLS FORD 11/18/2002 4:49:32 PM STAMM MANUFACTURING 11/11/2002 10:27:10 AM Don Reid Ford Inc 11/9/2002 9:45:34 AM Heintzelman's Truck Center, Inc. 11/8/2002 9:54:40 AM TRANSTAT EQUIPMENT 11/8/2002 8:11:49 AM Gator Ford Truck Sales 11/8/2002 2:38:53 PM Altec Industries, Inc./Marketing 11/8/2002 9:18:54 AM Page 1 of 3 first I previous I next I last Format for Printing INo . Search I «Return onvia.com,Inc.(c)1997-2003 DemandStar by Onna,Inc.All rights reserved. curb,or„s http://www.demandstar.com/supplier/bids/planholder_list.asp?_PU=%2Fsupplier%2Fbids%... 3/6/2003 Bid Details - DemandStar by Onvia Page I of 2 Login I Register I I Help DemandtarL a ONVIA Home My DemandStar Buyers Suppliers Account Info Bid Details Bid Information Agency City of Orlando Office of Purchasing Bid Type Invitation to Bid Bid Number SB-039-0-2003/DF Bid Year 2003 Bid Writer Dianne Farrell Bid Name Purchase of Three (3) Ford Trucks, One (1) F150, One (1) F150 Extended Cab, and One (1) F450 Crewcab Bid Status Awarded Bid Status Text Awarded on 01/13/03 in the amount of $71,244.00 to: Don Reid Ford Award To Award Amount Due Date/Time 12/5/2002 3:00 PM Eastern Broadcast Date 11/7/2002 Bid Bond Blueprints to be distributed by None DemandStar Distribution Method Download and Mail Distributed By Agency Distribution Notes Latest model Ford F-150 Vehicle in accordance with attached Specification 13866,latest model Ford F-150 4 x 4 Extended Cab Scope of Work Vehicle in accordance with attached Specification 13872, and latest model Ford F-450 4 X 4 Crewcab Vehicle in accordance with attached Specification 13863. http://www.demandstar.cotn/supplier/bidsBid_Detail.asp?_PU=%2Fsupplier%2Fbids%2Fa... 3/6/2003 Bid Details- DemandStar by Onvia Page 2 of 2 • Legal Ad VIEW 1 Please select either the View or Edit button to manage legal ad. Pre-Bid Conference No Pre-Bid Conference Data Found Publications Orlando Times 11/21/2002 Orlando Times 11/28/2002 Documents VIEW 1 Bid Package Purchase of Trucks - Original (33 Pages, Complete) Award Purchase of Three (3) Ford Trucks - Original (2 Pages, Complete) Commodity Codes SRV-998-14 - TRUCKS AND TRUCK PARTS TRE-070-02 - TRUCKS, PICK-UPS TRE-070-48 - Trucks (One Ton and Less Capacity) TRE-070-51 - Trucks (Over One Ton Capacity) TRE-070-54 - Trucks, Diesel (All Capacities) IND-560-75 - Trucks, Lift, Powered: Fork Lifts, etc. <<Returrn .I Onvia.com,Inc.(c)1997-2003 DemandStar by Onvia,Inc.All rights reserved. Terms of Us http://www.demandstar.com/supplier/bidsB id_DetaiLasp?_PU=%2Fsupplier%2Fbids%2Fa... 3/6/2003 Legal Ad Text - DemandStar by Onvia Page I of 2 Login I Register I I Help DemandStar. by ONV'IA Home My DemandStar Buyers Suppliers Account Info City of Orlando Office of Purchasing 400 S. Orange Avenue Orlando, FL. 32801 Invitation to Bid Purchase of One (1) Ford F-450 With Utility Body and One (1) Utilimaster, Step Van With Ford E-450 Chassis SB -047-0-2003/DF The City of Orlando, Florida requests interested parties to submit formal sealed bids/proposals for the above referenced bid. Scope of Work: In addition to equipment specified, vehicle shall be equipped with all standard equipment as specified by the manufacturer for this model and shall comply with all EPA Emission Standards and all Motor Vehicle Safety Standards as established by the U.S. Department of Transportation regarding the manufacture of motor vehicles. The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating condition. Pre-delivery service, at a minimum, shall include the following: a. Complete lubrication. b. Check all fluid levels to assure proper fill. c. Adjustment of engine to proper operating condition. d. Inflate tires to proper pressure. e. Check to assure proper operation of all accessories, gauges, lights, and mechanical features. f. Focusing of headlights. g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers, etc. DO NOT remove window price sticker or supplied line sheet. Ordering Instructions: This package can be ordered directly from: City of Orlando Office of Purchasing Document Cost: $0.00 0.00 Bid Bond: • Pre/Bid Proposal Conference: Due Date/Time: 12/26/2002 3:00 PM Eastern City of Orlando Office of Purchasing Must receive bids no later than said date and time, December 26, 2002 at 3:00 p.m. Bids received after such time will http://www.demandstar.com/supplier/bids/B ID_LegalAd.asp?_PU=%o2Fsuppl ier%2Fbids%... 3/6/2003 Legal Ad Text - DemandStar by Onvia Page 2 of 2 be returned unopened. Bids are available on Internet at site http://www.cityoforlando.net Bid Documents are also available by contacting Stacy Mahar or Ami Haley (407) 246-2291. If you wish to obtain additional information regarding the requirements of the bid please feel free to contact the Purchasing Agent. Thank you for considering the City of Orlando as a market for your goods and services. M/WBE's are encouraged to participate in the bid process. Contact: Dianne Farrell Purchasing Agent III Phone: (407) 246-2363 PUBLISH Orlando Times 12/12/2002 DemandStar by Onvia Phone(800) 711-1712 __..«Return Onvie.com,Inc.(c)1997-2003 DemandStar by Onvia,Inc.All rights reserved. Terms of Us http://www.demandStar.com/supplier/bids/BID_LegalAd.asp?_PU=%2Fsupplier%2Fbids%... 3/6/2003 Planholders List -DemandStar by Onvia Page I of 1 Login I Register I I Help DemandStar,.. by'ONVIIA Home My DemandStar Buyers Suppliers Account Info Planholders List Member Name City of Orlando Office of Purchasing Bid Number SB-047-0-2003/DF Purchase of One (1) Ford F-450 With Utility Body and Bid Name One (1) Utilimaster, Step Van With Ford E-450 Chassis 21 Planholder(s) found. Supplier Name Sent Date Advanced Fabricators, Inc. 12/5/2002 8:29:08 AM Orville Beckford Ford Mercury 12/9/2002 1:22:14 PM Peterbilt of Central Florida 12/13/2002 1:45:51 PM STAMM MANUFACTURING 12/5/2002 11:46:18 AM Don Reid Ford Inc 12/9/2002 5:21:37 PM TRANSTAT EQUIPMENT 12/5/2002 8:32:15 AM Sia Truck Bodies, Inc. 12/8/2002 10:51:46 PM O'Brien Manufacturing 12/5/2002 7:32:52 AM Gator Ford Truck Sales 12/5/2002 12:30:17 PM Classic Chevrolet 12/9/2002 10:25:15 AM Page 1 of 3 first I previous I next I last Format for Printing INo J • Search- « Return I. Onvia.com,Inc.(c)1997-2003 DemandStar by Onvie.Inc.All rights reserved. I Unu of Us http://www.demandstar.corn/supplier/bids/planholder_list.asp?_PU=%2Fsupplier%2FbidS%... 3/6/2003 Bid Details- DernandStar by Onvia Page I of 2 Login I Register I I Help DemandStar, by ONVIIA Home My DemandStar Buyers Suppliers Account Info Bid Details Bid Information Agency City of Orlando Office of Purchasing Bid Type Invitation to Bid Bid Number SB-047-0-2003/DF Bid Year 2003 Bid Writer Dianne Farrell Bid Name Purchase of One (1) Ford F-450 With Utility Body and One (1) Utilimaster, Step Van With Ford E-450 Chassis Bid Status Awarded Bid Status Text Awarded on 01/13/03 in the amount of $61,025.00 to: Don Reid Ford Award To Award Amount Due Date/Time 12/26/2002 3:00 PM Eastern Broadcast Date 12/4/2002 • Bid Bond • Blueprints to be distributed by None DemandStar Distribution Method Download and Mail Distributed By Agency Distribution Notes In addition to equipment specified, vehicle shall be equipped with all standard equipment as specified by the manufacturer for this model and shall comply with all EPA Emission Standards and all Motor Vehicle Safety Standards as established by the U.S. Department of Transportation regarding the manufacture of motor vehicles. http://www.demandstar.com/supplier/bids/Bid_Detail.asp? PU=%2Fsupplier%2Fbids%2Fa... 3/6/2003 Bid Details -DemandStar by Onvia Page 2 of 2 The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating condition. Pre-delivery service, at a minimum, shall include the following: a. Complete lubrication. Scope of Work b. Check all fluid levels to assure proper fill. c. Adjustment of engine to proper operating condition. d. Inflate tires to proper pressure. e. Check to assure proper operation of all accessories, gauges, lights, and mechanical features. f. Focusing of headlights. g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers, etc. DO NOT remove window price sticker or supplied line sheet. Legal Ad VIEW, Please select either the View or Edit button to manage legal ad. Pre-Bid Conference No Pre-Bid Conference Data Found Publications Orlando Times 12/12/2002 Documents "VIEW.: Bid Package SB03-047 Original Bid (28 Pages, Complete) Award Purchase of (1) Ford F-450 and (1) Utilimaster, Step Van - Original (1 Page, Complete) Commodity Codes • SRV-998-94 - Vehicles, Including Automobiles, Trucks, Trailers, Vans, Motor Homes, Motorcycles and Scooters, Etc. (See 998-20 for Buses) TRE-070-02 - TRUCKS, PICK-UPS TRE-070-53 - I rucks (With Specialized Sodies - Aerial Ladders and Tower Buckets, Diggers, etc.) TRE-070-92 - Vans, Cargo TRE-070-94 - Vans, Modified (Custom) «Return Onvla.com,Inc.(c)1997-2003 DemandStar by Onvia,Inc.All rights reserved. Terms of Us http://www.demandstar.com/supplier/bidsB id_Detail.asp?_PU=%2Fsupplier%2Fbids%2Fa... 3/6/2003 • Tye Le 4'LCJl FLORIDA ASSOCIATION �r COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #15 - 15 PASSENGER VAN Base Specifications CHRYSLER, FORD, GENERAL MOTORS OR APPROVED EQUIVALENT UNDER FEDERAL GUIDELINES, THIS VEHICLE IS NOT TO BE USED AS A SCHOOL BUS! ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED 1. ENGINE a. Gasoline engine, 8 cylinder, minimum 5.2L. b. Alternator: minimum 105 amp. factory installed. c. Battery, minimum 600 CCA, maintenance free. d. Cooling package, maximum cooling capacity, compatible coolant recovery system factory installed. 2. TRANSMISSION a. Four (4) speed automatic overdrive. 3. AXI ES a. lleavy-duty rear axle, (manufacturer's standard ratio acceptable). 4 PERFORMANCE ITEMS a. Sluud:ud suspension system (springs & shot Its) And .ill other rtanul, ut tici s ataml; ul heavy-duty equip mrnl that may not be so specified herein. vehicle suspension nmist support IS passenger payload. U. Oil pressure. engine water temperature. amp or volt meter gauges, it available. Gutaes to be factory installed. c. Power steering. d. Parking brake warning light. c. Power brakes with 4-wheel ABS. Bid Award Announcement(02-10-0826) 44.3 Base Specifications #I5 - 15 Passenger Van 5. COMFORT ITEMS a. Air conditioning, front and rear. b. Dome light, front and rear. c. Cigarette lighter and ash tray, front only. d. Seats: Front only, heavy-duty high back foam padded vinyl covered adjustable, matching driver and passenger seats with door mounted arm rest (both doors). e. Tinted glass all around (NOTE: factory tint). f. Manufacturer's standard AM/FM radio. g. Power door locks, factory installed. h. Power windows, factory installed. i. Speed control, factory installed. j. Tilt steering wheel, factory installed. k. Interior colors will be chosen by the agency from the manufacturer's standard color chart. 6. SAFETY ITEMS a. Dual outside mirrors, inside rearview mirror. b. Interior dome light(s), with left and right door activated switches. c. Minimum 2-speed electric wipers: windshield washers. d. Air Bag: Driver and right front passenger. e. Daytime running lights (if available). 7. TIRES AND WHEELS a. Manufacturer's standard tires. b. Wheel and tire size standard to model. 16" x 6.5". eight (8) hole, if available. c. Manufacturer's standard wheel cover or hubcaps. d. Standard spare tire and rim, factory installed. e. Jack and lug wrench to be included. 8. CHASSIS, FRAME. CAB a. Manufacturer's standard colors. b. Heavy-duty rubber floor covering, front & back. c. Double rear doors with factory standard tinted fixed glass. d. Double hinge side doors with factory standard tinted fixed glass. e. Minimum 9200 lb. GVWR f. Inside hood release. g. Wheelbase: 127" minimum. h. Keys: two (2) per vehicle, single key locking system. (each vehicle keyed differently). Third key optional. i. Standard trout and real- bumper. J. M:mfaclurers standard fuel tank. 9. CONDITIONS In addition to equipment specified, vehicle shall be equipped with all standard equipment as specified by the manufacturer for this model and shall comply with all EPA Emission Stan- dards and all Motor Vehicle Safety Standards as established by the U.S. Department of Trans- portation regarding the manufacture of motor vehicles. 444 Bid Award Announcement (02-10-0826) Base Specifications #I5 - 15 Passenger Van The successful bidder shall be responsible for delivering vehicles that are properly serviced. clean and in first class operating condition. Pre-delivery service at a minimum. shall include the following: a. Complete lubrication. b. Check all fluid levels to assure proper fill. c. Adjustment of engine to proper operating condition. d. Inflate tires to proper pressure. c. Check to assure proper operation of all accessories. gauges. lights. and mechanical features. f- Focusing of headlights. g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers. etc. DO NOT remove window price sticker or supplied line sheet. • • Bid Award Announcement (02-10-0826) 445 FLORIDA tr.',r�._ ASSOCIATION • -- o.COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2003 FORD E-350 CLUB WAGON EXTENDED Specification #15 (15 Passenger Van) The Ford E-350 Club Wagon Extended van 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 contracts vehicle base price as awarded by manufacturer by specification by zone. ZONE: * Western * Northern * Central * Southern BASE PRICE: $18,779.00 $18,706.00 $18,649.00 $ 18,799.00 While the Florida Sheriffs Association and the Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for passenger vans, 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. ho*ever, those listed here must be honored by the dealers in your zone at the stated prices. *= Specification Low Bid LEGEND FOR DELETE/ADD OFTIONs Every line will requireaDOL AR VALUE in one of the following abbreviations' Std. = m6sl liter's standard equip. Iu<I. = included with Lose specs. NC = no additional charge NA = not applicable to the vehicle = option not bid by vendor 446 Bid Award Announcement (02-10-0826) VEHICLE: E-350 Club E-350 Club E-350 Club E-350 Club Wagon Ext. Wagon Ext. Wagon Ext. Wagon Ext. DEALER: McCotter Duval Don Reid Don Reid ZONE: * Western * Northern * Central * Southern BASE PRICE: $18.779.00 $18,706.00 818.649.00 $ 18.799.00 Order Code Delete Options Western Northern Central Southern High capacity A/C NA $ 502.00 NA NA 218 12 passenger seating $ 114.00 NC NC NC (keeps extended wheelbase) 903 Power windows/door $ 300.00 $ 321.00 $ 200.00 S 200.00 locks 525 Speed control/tilt wheel S 140.00 $ 104.00 $ 100.00 S 100.00 942 Daytime running lights $ 25.00 $ 25.00 $ 10.00 S 10.00 Order Code Add Options Western Northern Central Southern 99F Engine: 7.3L V8 Diesel $ 4,990.00 $ 4,990.00 $ 4.990.00 $ 4,990.00 99S Engine: 6.8L V 1O Gas $ 700.00 $ 700.00 $ 700.00 $ 700.00 Deluxe engine cover SW. Std. Std. Std. Battery, 770 CCA NA $ 285,00 $ 145.00 $ 145.00 Alternator 130 amp. SW. Std. Std. Std. minimum Heavy-duty towing package $ 395.00 $ 303.00 $ 260.00 $ 260.00 up to 6500 lbs. Heavy-duty towing package $ 1,045.00 $ 303.00* $ 960.00 $ 960.00 up to 10,000lbs. '(requires 99S) 769 Rear step bumper $ 120.00 Std. $ 120.00 $ 120.00 18A Chrome bumpers $ 390.00 $ 390.00 $ 390.00 $ 390.00 589 AM/FM cassette radio $ 155.00 $ 285.00 $ 155.00 $ 155.00 58S/713A AM/FM radio with $ 1,580.00 - - - 6 CD find.XLT) 58K/713A AM/FM cassette/CD radio $ 1,455.00 - - - (incl. XLT) AM/FM radio with - 6 385.00 $ 275.00 $ 275.00 single CD AM/FM cassette/CD radio - S 465.00 $ 275.00 $ 275.00 XC9 Limited slip dlllerential S 270.00 S 270.00 $ 270.00 S 270.00 3K Third key S 78.00 S 78.00 S 95.00 .1 95.00 548 Reccational mirrors NC. N(' NC NC Remote power mirrors Std. S 920.00 $ 200.00 S 200.00 GOS Sliding side door NC NC NC NC (must specify) 924 Privacy glass $ 460.00 $ 460.00 $ 460.00 $ 460.00 (factory installed) Legal deep tinted film $ 460.00 $ 385.00 $ 300.00 $ 300.00 Remote keyless entry $ 845.00 $ 470.00 $ 200.00 $ 200.00 Bid Award Announcement (02-10-0826) 447 VEHICLE: E-350 Club E-350 Club E-350 Club E-350 Club Wagon Ext. Wagon Ext. Wagon Ext. Wagon Ext. DEALER: McCotter Duval Don Reid Don Reid ZONE: * Western * Northern * Central * Southern BASE PRICE: $18,779.00 $18.706.00 $18,649.00 $ 18.799.00 Order Code Add Options (writ'd) Western Northern Central Southern 18G Full carpet $ 645.00 S 645.00 $ 645.00 $ 645.00 CE Cloth seats NC NC NC NC 90P Power drivers scat S 1,570.00 $ 390.00 NA NA (requires XLTI RS Rainshields $ 93.00 $ 80.00 S 95.00 $ 95.00 153 Front license plate bracket NC NC NC NC 18G Interior upgrade S 645.00 $ 645.00 $ 645.00 $ 645.00 18A Exterior upgrade S 390.00 $ 390.00 $ 390.00 $ 390.00 XLT Manufacturer's model S 1,055.00 $ 1,980.00 $ 2,740.00 $ 2,740.00 upgrade pkg. (please specify pkg. bid) Body side molding. black S 120.00 $ 136.00 $ 200.00 $ 200.00 Full wheel covers S 390.00 $ 390.00 $ 295.00 $ 295.00 C3 Class III hitch (bar & ball) $ 290.00 $ 303.00 $ 595.00 S 595.00 C4 Class IV hitch (only) S 260.00 $ 336.00 $ 695.00 8 695.00 BUA Backup alarm $ 95.00 $ 95.00 $ 100.00 S 100.00 Dedicated compressed NA $ 5,520.00 NA NA natural gas system Federal 44"Vista Strobe/ $ 1,873.00 $ 2,088.00 $ 2,195.00 $ 2,195.00 LED/Halogen Lightbar, Features: 8 primary strobes. 4 LED flashers rear facing, 2 LED flashers front facing, center halogen traffic clearing light, 2 takedown lights, alley lights, PA400SS siren and light controller. MS100 speaker with bracket. Out of 6 LED flashers, 2 may be blue. Dealer installed. Federal All Light Streethawk $ 1.483.00 $ 1,698.00 $ 1,695.00 $ 1,695.00 Lightbar, with PA400SS combined siren/PA. light controller & dvn<unax speaker with bracket. Features: 5 rotators. intersection clearing lights. 2 front flashing lights. 4 rear flashing lights. takedown and alley lights. Dealer installed. 448 Bid Award Announcement (02-10-0826) VEHICLE: E-350 Club E-350 Club E-350 Club E-350 Club Wagon Ext. Wagon Ext. Wagon Ext. Wagon Ext. DEALER: McCotter Duval Don Reid Don Reid ZONE: * Western * Northern * Central * Southern BASE PRICE: $18.779.00 $18,706.00 $18.649.00 $ 18,799.00 Order Code Add Options (coned) Western Northern Central Southern Federal Snmrtvector $ 1,805.00 $ 2,020.00 $ 1,995.00 $ 1,995.00 Lightbar. with SS2000SM smart siren/PA with signalmaster control, with Dynamax speaker with bracket. Features: 4 rotators, 2 strobes, 2 rear flashers, and an 8 lamp signalmaster. Dealer installed. Whclen 47" Edge Ultra $ 2,210.00 $ 2,290.00 $ 2,695.00 S 2,695.00 Series Strobe/LED/ Halogen Lightbar. Features: 12 primary strobes. 2 front facing LED flashers, 2 rear facing LED flashers, 2 takedown lights, alley lights, built-in traffic advisor mode, blink control unit with light controls and siren amplifier/controller. speaker with bracket. Out of 4 LED flashers. 2 may be blue. Dealer installed. Whelen Edge 6-Strobe $ 1,387.00 $ 1,592.00 $ 1,695.00 $ 1,695.00 Lightbar with WS210O full feature siren/PA, PCC6R switch control unit and SA314 speaker with bracket. Features: 2 alleys, 2 take- downs with flash feature, and 2 rear halogen flashers. Dealer installed. WhNrn Edge 12-Strobe S 1.718.00 $ 1.925.00 $ 1,995.00 S 1,995.00 Light bar with multiple power supplies. with 29511FSA6 combined siren/ PA and light controller and SA311 speaker and bracket. Features: single set of takedowns and alley lights, 2 rear halogen flashers. Dealer installed. Bid Award Announcement (02-10-01326) 449 VEHICLE: E-350 Club E-350 Club E-350 Dub E-350 Club Wagon Ext. Wagon Ext. Wagon Ext. Wagon Ext. DEALER: McCotter Duval Don Reid Don Reid ZONE: * Western * Northern * Central * Southern BASE PRICE: $18,779.00 $18.706.00 6'18.649.00 $ 18,799.00 Order Code Add Options (cont'd) Western Northern Central Southern Code Three Strobe/Halogen S 1,959.00 $ 2.263.00 $ 2.295.00 $ 2,295.00 Lightbar. Features: 4 upper strobes. 3 fast rotators. 2 takedown lights, 2 alley lights, 2 front halogen flashers, 2 rear halogen flashers, X fire intersection strobes. hardcoat lenses, built-in traffic advisor, mastercom siren and light controller, SL100 speaker with bracket. Dealer installed. Code Three Excalibur Strobe $ 1,695.00 S 2,010.00 $ 1,995.00 $ 1,995.00 Lightbar with the following features: 8 primary strobes. 2 intersection lights. 2 alley lights, 2 takedown lights, 2 rear halogen flashers, with 3892L6 combined siren/PA&light controller &SL100 speaker with bracket. Dealer installed. Code Three MX7000 Series $ 1,710.00 $ 2,010.00 $ 1,995.00 $ 1,995.00 Lightbar, with arrowstick, 5 rotators. intersection lights, alley and takedown lights, 3892L6 combined siren/PA& light controller & SL100 speaker with bracket. Dealer installed. Whelen Model 4-Corner $ 560.00 $ 384.00 $ 395.00 $ 395.00 • Strobe System with cables as required. 4 clear tubes and SPS600 6 outlet power supply. Dealer installed- Irdrrol Model 4-Corner $ 560.00 S 414.00 S 395.00 S 395.00 SI robe System with cables as required. 4 clear tubes and SPSal 6 outlet power supply. Dealer installed. Grill strobes fWhelen. $ 369.00 $ 298.00 $ 395.00 $ 395.00 Federal or approved equivalent) 450 Bid Award Announcement(02-10-0826) VEHICLE: E-350 Club E-350 Club E-350 Club E-350 Club Wagon Ext. Wagon Ext. Wagon Ext. Wagon Ext. DEALER: McCotter Duval Don Reid Don Reid ZONE: * Western * Northern * Central * Southern BASE PRICE: S18,779.00 $18.706.00 518.649.00 $ 18.799.00 Order Code Add Options (cants()) Western Northern Central Southern Rear view mirror strobes $ 369.00 $ 298.00 NA NA (Whelan. Federal or approved equivalent) IPK-15 American Aluminum $ 1.938.00 $ 2.2050.00 $ 2.495.00 $ 2.495.00 Inmate Transport Package for a 12-Passenger Van, or approved equivalent. Kit includes complete window guards set and replacement door trim panels set, and one front security partition. Please specify year, make and model. 'Other options and combinations available, but not included: "FP-15 'Front partition $ 500.00 $ 646.00 $ 489.00 $ 489.00 "CP-15 'Center partition $ 500.00 $ 646.00 $ 489.00 $ 489.00 "RP-15 'Rear partition $ 500.00 $ 646.00 $ 489.00 $ 489.00 "FANS 'Dual forced air circulation $ 325.00 $ 341.00 $ 290.00 S 290.00 fans "RDP-15 'Replacement door panels $ 180.00 $ 220.00 $ 220.00 $ 220.00 (set) "RSTEP-15 'Rear step $ 345.00 $ 405.00 $ 350.00 $ 350.00 "SSTEP-15 'Side slide-out step $ 360.00 $ 405.00 $ 350.00 $ 350.00 "WGS-15 *Complete window guard $ 1,379.00 $ 1.413.00 $ 1.595.00 $ 1,595.00 set DSM Complete set of shop $ 297.00 $ 325.00 $ 295.00 $ 295.00 manuals ONLY 5/75 Manufacturers $ 1,565.00 $ 1,565.00 $ 1.565.00 $ 1,565.00 Extended Base Care Warranty($0 deductible) See Page 957 5/75 Manufacturer's 5 1,945.00 $ 1.945.00 $ 1.945.00 $ 1,945.00 Extended Extra Care Warranty (SO deductible) 5/75 Manufacturer's S I.055 00 $ 1.055.00 S 1,055.00 S 1.055 II() Extended Power Train Warranty (SO deductible) 5/75 Manufacturers $ 1,950.00 $ 1.950.00 5 I,'150.00 S 1.950.00 Extended Base Care Warranty (80 deductible) - Diesel Bid Award Announcement (02-10-0826) 451 VEHICLE: E-350 Club E-350 Club E-350 Club E-350 Club Wagon Ext. Wagon Ext. Wagon Ext. Wagon Ext. DEALER: McCotter Duval Don Reid Don Reid ZONE: * Western * Northern * Central * Southern BASE PRICE: $18.779.00 S18.706.00 $18,649.00 $ 18,799.00 Order Code Add Options (conEd) Western Northern Central Southern 5/75 Manufacturer's S 2,075.00 $ 2,075.00 $ 2,075.00 $ 2.075,00 Extended Extra Care Warranty ($0 deductible) - Diesel 5/75 Manufacturer's $ 1,595.00 $ 1,595.00 $ 1,595.00 $ 1.595.00 Extended Power Train Warranty ($0 deductible)- Diesel **All American Aluminum Order Codes have FCD- (i.e. FCD-IPK-15) • 452 Bid Award Announcement (02-10-0826) ."tw,^. - FLORIDA ASSOCIATION r COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2003 CHEVROLET EXPRESS 3500 Specification #15 (15 Passenger Van) The Chevrolet Express 3500 van purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and ESA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by manufacturer by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $20,998.00 $20,998.00 $20,998.00 $20,998.00 While the Florida Sheriffs Association and the Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for passenger vans, 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. LEGEND FOR DELETE/ADD OPTIONS Every line vnll require a DOLLAR VALUE e of the following abbreviations: s = manufacturer's standard equip. Incl. = included with base specs. NC no additional charge NA = ot applicable to the vehicle — = option not bid by vendor • Bid Award Announcement (02-10-0826) 453 VEHICLE: Express 3500 Express 3500 Express 3500 Express 3500 DEALER: Champion Champion Maroon Chev. Maroone Chev. ZONE: Western Northern Central Southern BASE PRICE: $20,998.00 $20,998.00 $20,998.00 $20,998.00 Order Code Delete Options Western Northern Central Southern 12 passenger seating $ 295.00 $ 295.00 $ 200.00 $ 200.00 (keeps extended wheelbase) ZQ2/AU3 Power windows $ 165.00 $ 165.00 - - ZQ2 Power windows/door $ 365.00 $ 365.00 $ 250.00 $ 250.00 locks ZQ3 Speed control/tilt wheel $ 295.00 $ 295.00 S 175.00 $ 175.00 Order Code Add Options Western Northern Central Southern Deluxe engine cover Std. Std. NA NA (requires 1SB pkg.) UA1 Battery, 770 CCA S 60.00 $ 60.00 $ 60.00 $ 60.00 Alternator 130 amp. Std. Std. Std. Std. minimum Z82 Heavy-duty towing package $ 340.00 $ 340.00 NA NA up to 6500 lbs. (incl. 2"balls) CIV Heavy-duty towing package $ 395.00 $ 395.00 NA NA up to 10.000 lbs. Chrome bumpers NC NC $ 800.00 $ 800. (requires 1SB pkg.) U1C AM/FM radio with $ 542.00 $ 542.00 $ 542.00 $ 542.00 single CD UB1 AM/FM cassette/CD radio $ 642.00 $ 642.00 $ 642.00 $ 642.00 G80 Limited slip differential $ 255.00 $ 255.00 $ 255.00 $ 255.00 3K Third key $ 14.00 $ 14.00 $ 40.00 $ 40.00 DE5 Remote power mirrors $ 115.00 $ 115.00 $ 115.00 $ 115.00 YA2 Sliding side door NC NC NC . NC AJ 1 Privacy glass $ 390.00 $ 390.00 $ 390.00 $ 390.00 (factory installed) Legal deep tinted film $ 380.00 S 380.00 $ 325.00 $ 325.00 Remote keyless entry Std. Std. $ 800.00 $ 800.00 (requires 1SB pkg.) Ball Full tarpcI 185.00 S 185.00 $ 185.00 $ 185.00 AS5 Cloth seats $ 25.00 $ 25.00 - - ISB Cloth seals - - $ 800.00 $ 800.00 AG 1 Power drivers seat $ 210 00 5 2.10 00 S 1.0-10.00 S 1.040.00 (requires 1SB pkg.) AG2 Power passenger seat $ 240.00 $ 240.00 NA NA (requires ISB pkg.) RS Rainshields $ 79.00 $ 79.00 $ 105.00 $ 105.00 Front license plate bracket NC NC NA NA 454 Bid Award Announcement (02-10-0826) VEHICLE: Express 3500 Express 3500 Express 3500 Express 3500 DEALER: Champion Champion Maroonc Chev. Maroone Chev. ZONE: Western Northern Central Southern BASE PRICE: $20.998.00 $20,998.00 $20.998.00 S20,998.00 Order Code Add Options (cant'd) Western Northern Central Southern Ash Interior upgrade $ 25.00 S 25.00 ISD Interior upgrade $ 800.00 $ 800.00 1SB Manufacturer's model $ 996.00 $ 996.00 $ 800.00 $ 800.00 - upgrade pkg. (please specify pkg. bid) Body side molding, black $ 97.00 $ 97.00 NA NA C3 Class III hitch (bar&ball) $ 340.00 $ 340.00 $ 400.00 $ 400.00 C4 Class IV hitch (only) $ 395.00 $ 395.00 $ 475.00 $ 475.00 BUA Backup alarm $ 97.00 $ 97.00 $ 95.00 $ 95.00 ILLS Compressed natural gas $ 125.00 $ 125.00 conversion ready ILLS/KL6 Compressed natural gas $ 7.545.00 $ 7,545.00 conversion ready KL6 Bi-fuel compressed $ 6.975.00 S 6.975.00 $ 7,545.00 S 7,545.00 natural gas sysem KL8 Dedicated compressed $ 7.995.00 $ 7,995.00 $ 8,425.00 $ 8,425.00 natural gas system Federal 44"Vista Strobe/ $ 1,999.00 $ 1,999.00 $ 2,250.00 $ 2,250.00 LED/Halogen Lightbar, Features: 8 primary strobes, 4 LED flashers rear facing, 2 LED flashers front facing, center halogen traffic clearing light, 2 takedown lights, alley lights, PA400SS siren and light controller, MS100 speaker with bracket. Out of 6 LED flashers, 2 may be blue. Dealer installed. Federal All Light Streethawk $ 1,599.00 $ 1,599.00 $ 1,800.00 $ 1,800.00 Lightbar, with PA400SS combined siren/PA. light controller& dynamax speaker with bracket. Features: 5 rotators. intersection clearing lights. 2 front flashing lights. 4 rear flashing lights, takedown and alley lights. Dealer installed. Bid Award Announcement (02-10-0826) 455 VEHICLE: Express 3500 Express 3500 Express 3500 Express 3500 DEALER: Champion Champion Maroone Chev. Maroon Chev. ZONE: Western Northern Central Southern BASE PRICE: $20,998.00 $20,998.00 $20.998.00 $20.998.00 Order Code Add Options (cant'd) Western Northern Central Southern Federal Smart-vector $ 1,949.00 $ 1,949.00 $ 2.155.00 S 2.155.00 Lightbar, with SS2000SM smart siren/PA with signalmaster control, with Dynamax speaker with bracket. Features: 4 rotators, 2 strobes, 2 rear flashers, and an 8 lamp signalmaster. Dealer installed. Whelen 47" Edge Ultra $ 2.193.00 $ 2.193.00 $ 2,549.00 $ 2.549.00 Series Strobe/LED/ Halogen Lightbar. Features: 12 primary strobes. 2 front facing LED flashers, 2 rear facing LED flashers, 2 takedown lights, alley lights, built-in traffic advisor mode, blink control unit with light controls and siren amplifier/controller. speaker with bracket. Out of 4 LED flashers, 2 may be blue. Dealer installed. Whelen Edge 6-Strobe $ 1,449.00 $ 1,449.00 $ 1.672.00 $ 1,672.00 Lightbar with WS2100 full feature siren/PA, PCC6R switch control unit and SA314 speaker with bracket. Features: 2 alleys, 2 take- downs with flash feature. and 2 rear halogen flashers. Dealer installed.Whelen Edge 12-Strobe $ 1.769.00 S 1.769.00 $ 2.050.00 $ 2.050.00 Lightbar with multiple power supplies. with 2951-IFSA6 combined siren/ PA and light controller and SA314 speaker and bracket Features: single set of takedowns and alley lights. 2 rear halogen flashers. Dealer installed. 456 Bid Award Announcement (02-10-0826) VEHICLE: Express 3500 Express 3500 Express 3500 Express 3500 DEALER: Champion Champion Maroone Chcv. Maroone Chev. ZONE: Western Northern Central Southern BASE PRICE: $20,998.00 $20.998.00 $20,998.00 520.998.00 Order Code Add Options (cont'd) Western Northern Central Southern Code Three Strobe/Halogen $ 2.049.00 S 2.049.00 $ 2.275.00 S 2,275.00 Lightbar. Features: 4 upper strobes, 3 fast rotators. 2 takedown lights, 2 alley lights, 2 front halogen flashers, 2 rear halogen flashers, X fire intersection strobes, hardcoat lenses. built-in traffic advisor, mastercom siren and light controller. SL100 speaker with bracket. Dealer installed. Code Three Exealibur Strobe $ 1,799.00 $ 1,799.00 $ 1,985.00 $ 1,985.00 Lightbar with the following features: 8 primary strobes. 2 intersection lights, 2 alley lights, 2 takedown lights, 2 rear halogen flashers, with 3892L6 combined siren/PA& light controller &SL100 speaker with bracket. Dealer installed. Code Three MX7000 Series $ 1,839.00 $ 1,839.00 $ 2,070.00 $ 2,070.00 Lightbar, with arrowstick, 5 rotators, intersection lights, alley and takedown lights. 3892L6 combined siren/PA& light controller & SL100 speaker with bracket. Dealer installed. Whelen Model 4-Corner $ 351.00 $ 351.00 $ 595.00 $ 595.00 Strobe System with cables as required, 4 clear tubes and SPS600 6 outlet power supply. Dealer installed. Federal Model 4-Corner $ 351.00 S 351.00 S 595.00 S 595.00 Strobe System with cables as required, 4 clear tubes and SPS6J 6 outlet power supply. Dealer installed. Grill strobes (Whelen, $ 259.00 $ 289.00 S 32:).00 S 325.00 Federal or approved - equivalent) Rear view mirror strobes $ 289.00 $ 289.00 $ 325.00 $ 325.00 (Whelen, Federal or approved equivalent) Bid Award Announcement (02-10-0826) 457 VEHICLE: Express 3500 Express 3500 Express 3500 Express 3500 DEALER: Champion Champion Maroone Chev. Maroone Chev. ZONE: Western Northern Central Southern BASE PRICE: $20,998.00 $20.998.00 $20,998.00 $20,998.00 Order Code Add Options (conic') Western Northern Central Southern IPK-15 American Aluminum $ 1.497.00 $ 1,497.00 S 1,745.00 S 1,745.00 Inmate Transport Package for a 12-Passenger Van, or approved equivalent. Kit includes complete window guards set and replacement door trim panels set, and one front security partition. Please specify year, make and model. 'Other options and combinations available, but not included: "FP-15 *Front partition $ 439.00 $ 439.00 $ 600.00 $ 600.00 "CP-15 'Center partition $ 439.00 $ 439.00 $ 600.00 $ 600.00 "RP-15 "Rear partition $ 439.00 $ 439.00 $ 600.00 $ 600.00 "FANS 'Dual forced air circulation $ 240.00 $ 240.00 $ 425.00 $ 425.00 fans "RDP-15 'Replacement door panels $ 170.00 $ 170.00 $ 225.00 $ 225.00 (set) "RSTEP-15 'Rear step $ 299.00 $ 299.00 $ 450.00 $ 450.00 "SSTEP-15 'Side slide-out step $ 299.00 $ 299.00 $ 450.00 $ 450.00 "WOS-15 'Complete window guard $ 1.154.00 $ 1,154.00 $ 1,460.00 $ 1,460.00 set DSM Complete set of shop $ 195.00 $ 195.00 $ 200.00 $ 200.00 manuals ONLY 5/75 Manufacturer's $ 680.00* $ 680.00* $ 680.00 $ 680.00 Extended Base Care Warranty($0 deductible) See Page 957 5/75 Manufacturer's $ 835.00* $ 835.00* $ 835.00 $ 835.00 Extended Extra Care Warranty($0 deductible) 5/75 Manufacturers S 450.00' $ 450.00* $ - 450.00 $ 450.00 Extended Power Train Warranty (80 deductible) "All American Aluminum Order Codes have FCD- i.e. FCD-IPK-15) NOTE: Please add all additional $1700 to warranty prces in the iWe btcrii and Northern Zone" it the vehicles are to be used for emergency service. 458 Bid Award Announcement(02-10-0826) • t.ei FLORIDA ,,_,, ASSOCIATION r e` At—COUNTIES e- FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2003 GMC SAVANA 3500 Specification #15 (15 Passenger Van) The GMC Savana 3500 purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specificationls) requirements which are included and made a part of this contract's vehicle base price as awarded by manufac- turer by specification by zone, ZONE: Western Northern Central Southern BASE PRICE: $21,032.00 $21,030.00 $21,031.00 $21,031.00 While the Florida Sheriffs Association and the Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for passenger vans. 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. LEGEND FOR DELETE/ADD OPTIONS Every Uric will require a DOLLAR VALUE or one of the following abbreviations: Std. - manufacturer's standard equip. Ind. = included with base specs. NC = no additional charge NA - not applicable to the vehicle option not bid by vendor Bid Award Announcement(02-10-0826) 459 VEHICLE: GMC Savana GMC Savana GMC Savana GMC Savana 3500 3500 3500 3500 DEALER: Garber Buick Garber Buick Alan Jay Alan Jay Pontiac Pontiac ZONE: Western Northern Central Southern BASE PRICE: S21.032.00 $21,030.00 $21.031.00 $21.031.00 Order Code Delete Options Western Northern Central Southern ZXS 12 passenger seating S 280.00 $ 280.00 $ 200.00 $ 200.00 (keeps extended wheelbase) Zg2 Power windows/door S 340.00 $ 340.00 $ 300.00 $ 300.00 locks ZQ3 Speed control/tilt wheel S 285.00 $ 285.00 $ 200.00 $ 200.00 Order Code Add Options Western Northern Central Southern 1513 Deluxe engine cover NA NA $ 725.00 $ 725.00 UAI Battery. 800 CCA $ 60.00 $ 60.00 $ 60.00 $ 60.00 KG3 Alternator 130 amp, $ 60.00 $ 60.00 Incl. Incl. minimum I Teary-duty towing package $ 425.00 $ 425.00 $ 310.00 $ 310.00 up to 6500 lbs. Heavy-duty towing package $ 425.00 $ 425.00 NA NA up to 10.000 lbs. Chrome bumpers Incl.' Inca NA NA '(incl. with 1SB) UM6 AM/FM cassette radio $ 410.00 $ 410.00 UIC AM/FM radio with $ 542.00 $ 542.00 $ 542.00 $ 542.00 single CD UB1 AM/FM cassette/CD radio $ 642.00 $ 642.00 $ 642.00 $ 642.00 G80 Limited slip differential $ 255.00 $ 255.00 $ 255.00 $ 255.00 3K Third key $ 28.00 $ 28.00 $ 40.00 $ 40.00 DE5 Remote power mirrors $ 115.00 $ 115.00 $ 115.00 $ 115.00 YA2 Sliding side door NC NC NC NC AJ1 Privacy glass $ 390.00 $ 390.00 $ 390.00 $ 390.00 (factory installed) Legal deep tinted film .. $ 400.00 $ 400.00 Remote keyless entry A 235.00 A 235.00 S 800.00 $ 800.00 Full Carpet $ 185.00 S 185.00 S 800.00 $ 800.00 ASS (loth seats S 25.00 S 25.00 $ 25.00 S 25.00 AG I/I SR Power drivers scat S 240.00 S 240.00 $ 240.00 S 240.00 AC2/ISI3 Power passenger seat S 240.00 S 240.00 $ 240-00 S 240.00 RS Rains'ileitis S 59.00 S 59.00 S 85.00 S 85.00 Front license plate bracket NC NC NA NA 1513 Interior upgrade Incl. Incl. $ 800.00 $ 800.00 lSl3 Exterior upgrade loci. Incl. $ 800.00 $ 800.00 1SB Manufacturer's model $ 800.00 $ 800.00 $ 800.00 $ 800.00 upgrade pkg. (please specify pkg. bid) 460 Bid Award Announcement(02-10-0826) VEHICLE: GMC Savana GMC Savana GMC Savana GMC Savana 3500 3500 3500 3500 DEALER: Garber Buick Garber Buick Alan Jay Alan Jay Pontiac Pontiac ZONE: Western Northern Central Southern BASE PRICE: $21,032.00 $21.030.00 $21,031.00 $21.031.00 Order Code Add Options (contd) Western Northern Central Southern C3 Class III hitch (bar& ball) $ 375.00 $ 375.00 $ 400.00 $ 400.00 C4 Class IV hitch (only) $ 425.00 $ 425.00 $ 450.00 $ 450.00 BUA Backup alarm $ 89.00 8 89.00 S 95.00 $ 95.00 KL5 Compressed natural gas $ 125.00 $ 125.00 NA NA conversion ready KL6 Bi-fuel compressed $ 7,490.00 $ 7.490.00 NA NA • natural gas sysem KL8 Dedicated compressed $ 8.300.00 $ 8,300.00 NA NA natural gas system Federal 44"Vista Strobe/ $ 1,954.00 $ 1,954.00 $ 2,198.00 $ 2,198.00 LED/Halogen Lightbar, Features: 8 primary strobes, 4 LED flashers rear facing, 2 LED flashers front facing. center halogen traffic clearing light, 2 takedown lights, alley lights. PA400SS siren and light controller. MS100 speaker with bracket. Out of 6 LED flashers, 2 may be blue. Dealer installed. Federal All Light Streethawk $ 1,587.00 $ 1,587.00 $ 1,808.00 $ 1,808.00 Lightbar, with PA400SS combined siren/PA, light controller&dynamax speaker with bracket. Features: 5 rotators, intersection clearing lights. 2 front flashing lights, 4 rear flashing lights, takedown and alley lights. Dealer installed. Federal Smartvicetor S 1,892.00 $ 1,892.00 S 2,130.00 $ 2,130.00 Lightbar. with SS2000SM smart siren/PA with vigualmaslcr control. with Dynamax speaker with bracket. Features: 4 rotators. 2 strobes. 2 rear flashers. and an 8 lamp signalmaster. Dealer installed. Bid Award Announcement(02-10-0826) 461 VEHICLE: GMC Savana GMC Savana GMC Savana GMC Savana 3500 3500 3500 3500 DEALER: Garber Buick Garber Buick Alan Jay Alan Jay Pontiac Pontiac ZONE: Western Northern Central Southern BASE PRICE: $21,032.00 $21.030.00 821,031.00 $21,031.00 Order Code Add Options front4) Western Northern Central Southern Whelen 47' Edge Ultra $ 2.196.00 $ 2.196.00 $ 2.370,00 $ 2,370.00 Series Strobe/LED/ Halogen Lightbar. Features: 12 primary strobes, 2 front facing.LED flashers, 2 rear facing LED flashers. 2 takedown lights, alley lights, built-in traffic advisor mode, blink control unit with light controls and siren amplifier/controller. speaker with bracket. Out of 4 LED flashers, 2 may be blue. Dealer installed. Whelen Edge 6-Strobe $ 1,537.00 $ 1.537.00 $ 1.642.00 $ 1,642.00 Lightbar with WS2100 full feature siren/PA, PCC6R switch control unit and SA314 speaker with bracket. Features: 2 alleys, 2 take- downs with flash feature, and 2 rear halogen flashers. Dealer installed. Whelen Edge 12-Strobe $ 1,970.00 $ 1,970.00 $ 1,960.00 $ 1,960.00 Lightbar with multiple power supplies, with 2951{FSA6 combined siren/ PA and light controller and SA314 speaker and bracket. Features: single set of takedowns and alley lights, 2 rear halogen flashers. Dealer installed. Code Three Strobe/Halogen $ 2,124.00 S 2.124.00 $ 2,243.00 S 2,243.00 Lightbar. Features: 4 upper strobes. 3 fast rotators, 2 takedown lights. 2 alley lights, 2 front halogen flashers. 2 rear halogen flashers, X fire intersection strobes, hardcoat lenses. built-in traffic advisor, mastercom siren and light controller, SLI00 speaker with bracket. Dealer installed. 462 Bid Award Announcement(02-10-O826) • VEHICLE: GMC Savana GMC Savana GMC Savana GMC Savana 3500 3500 3500 3500 DEALER: Garber Buick Garber Buick Alan Jay Alan Jay Pontiac Pontiac ZONE: Western Northern Central Southern BASE PRICE: $21.032.00 $21.030.00 $21,031.00 $21.031.00 Order Code Add Options (runt'd) Western Northern Central Southern Code Three Excalibur Strobe $ 1.966.00 S 1,966.00 $ 1.990.00 $ 1.990.00 Lightbar with the following features: 8 primary strobes, 2 intersection lights. 2 alley lights, 2 takedown lights. 2 rear halogen flashers, with 3892L6 combined siren/PA& light controller & SL100 speaker with bracket. Dealer installed. Code Three MX7000 Series $ 1.966.00 $ 1,966.00 $ 2,020.00 $ 2,020.00 Lightbar, with arrowstick, 5 rotators, intersection lights, alley and takedown lights, 3892L6 combined siren/PA&light controller & SL100 speaker with bracket. Dealer installed. Whelen Model 4-Corner $ 425.00 $ 425.00 $ 439.00 $ 439.00 Strobe System with cables as required, 4 clear tubes and SPS600 6 outlet power supply. Dealer installed. Federal Model 4-Corner $ 425.00 $ 425.00 $ 439.00 $ 439.00 Strobe System with cables as required, 4 clear tubes and SPS6J 6 outlet power supply. Dealer installed. Grill strobes (Whelen. $ 325.00 $ 325.00 $ 338.00 $ 338.00 Federal or approved equivalent) Rear view mirror strobes $ 325.00 $ 325.00 $ 338.00 $ 338.00 (Whelen, Federal or approved equivalent) IIK-I5 American Aluminum --Call for Price- - NA NA Inmate Transport Package for a 12-Passenger Van, or approved equivalent. Kit nullifies complete window guards set and replacement door trim panels set, and one front security partition. Please specify year, make and model. *Other options and combinations available. but not included: Bid Award Announcement (02-10-0826) 463 VEHICLE: GMC Savana GMC Savana GMC Savana GMC Savana 3500 3500 3500 3500 DEALER: Garber Buick Garber Buick Alan Jay Alan Jay Pontiac Pontiac ZONE: Western Northern Central Southern BASE PRICE: $21,032.00 $21,030.00 $21,031.00 $21,031.00 Order Code Add Options (rnitd) Western Northern Central Southern "FP-15 *Front partition -- Call fur Price- - NA NA "CP-15 *Center partition --Call for Price- - NA NA "RP-15 'Rear partition --Call for Price- - NA NA "FANS *Dual forced air circulation --Call for Price- - NA NA fans ""RDP-15 "Replacement door panels --Call for Price- - NA NA (set) "RSTEP-15 "Rear step -- Call for Price - - NA NA "SSTEP-15 "Side slide-out step --Call for Price- - NA NA ^WGS-15 "Complete window guard --Call for Price- - NA NA set DSM Complete set of shop NA NA $ 200.00 $ 200.00 manuals ONLY 5/75 Manufacturer's $ 970.00 $ 970.00 $ 680.011 $ 680.00 Extended Base Care Warranty ($0 deductible) See Page 957 5/75 Manufacturer's $ 1,125.00 $ 1,125.00 $ 835.00 $ 835.00 Extended Extra Care Warranty($0 deductible) 5/75 Manufacturer's S 615.00 $ 615.00 $ 450.00 $ 450.00 Extended Power Train Warranty ($0 deductible) "All American Aluminum Order Codes have FCD- (i.e. FCD-IPK-15) 464 Bid Award Announcement (02-10-0826) 44, M; FLORIDA ASSOCIATION 14 • : -rCOUNTIES • FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #19 — 3/4 TON PICKUP TRUCK 2 WHEEL DRIVE — 4 WHEEL DRIVE OPTIONAL Base Specifications CHRYSLER, FORD, GENERAL MOTORS OR APPROVED EQUIVALENT ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED I. ENGINE a. Diesel engine, 6 or 8 cylinder, minimum 5.9L displacement. The Iollowing engines. or approved equivalents are acceptable: Ford: 6.OL V8 Turbo Diesel GM: 6.6L V8 Turbo Diesel Dodge: 5.9L 16 Turbo Diesel b. Heavy-duty alternator, minimum 100 amp. c. Maintenance free heavy-duty battery, 600 CCA minimum. d. Manufacturer's heavy-duty engine cooling. 2. TRANSMISSION a. Automatic transmission, 4 speed with overdrive, with manufacturer's heavy-duty cooling. 3. KU.ES a. Manufacturer's standard drive axle ratio for specified engine and transmission combination. b. Limited slip differential on 4-wheel drive. 4. PERFORMANCE ITEMS a. Ibwrr sl VI ri nq. I). I'owcr brakes with 4-wheel ABS. . Ma a ulaclu n 's standard fuel Wok. d. Heavy-duty front and rear shocks. e. Front and rear stabilizer bars, where available. 5. COMFORT ITEMS a. Air conditioning, factory installed. 564 Bid Award Announcement(02-10-0826) Base Specifications #I9 - 3/9 Ton Pickup Truck b. Tinted glass all around (NOTE: factory lint) c. Manufacturer's standard scat, cloth or vinyl. Purchaser to specify color at time of order. d. Manufacturer's standard AM/FM radio. e. Rubber floor mats instead of carpeting. 6. SAFETY ITEMS a. Dual outside mirrors, inside rearview mirror. b. Interior dome light(s), with left and right door activated switches. c. Minimum 2-speed electric wipers; windshield washers. d. Air Bag: Driver and right front passenger. e. Daytime running lights (if available). 7. TIRES AND WHEELS a. BSW, all season tread, radial, 16" heavy-duty truck tires. b. Conventional spare tire, underbody mounted. e. Jack and wheel wrench. d Hub caps. 8. CHASSIS. FRAME. CAR a. Minimum GVWR - 8500 lbs. b. Fleetside cargo box, minimum 8' with tailgate. c. Front bumper, bright or painted. d. OEM rear step bumper. e. Single, non metallic,OEM standard color paint to be selected by buyer, to include clear coat. f. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). Third key optional. g. Cab to center of rear axle- approximately 56". 9. CONDITIONS • In addition to equipment specified, vehicle shall be equipped with all standard equipment as specified by the manufacturer for this model and shall comply with all EPA Emission Stan- dards and all Motor Vehicle Safety Standards as established by the U.S. Department of Trans- portation regarding the manufacture of motor vehicles. The successful bidder shall be responsible for delivering vehicles that arc properly serviced. clean and in first class operating conditian Pot-rlclivery service- at a minimum. shall include the following: a. Complete lulu Hat ion. h Chock all fluid levels hi assure proper till. c. Adjustment of engine la proper operating condition. d. Inflate tires to proper pressure. e. Check to assure proper operation of all accessories. gauges. lights. and mechanical features. f. Focusing of headlights. g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers, etc. DO NOT remove window price sticker or supplied line sheet. Bid Award Announcement (02-10-0826) 565 :, p ' FLORIDA ASSOCIATION or COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2003 FORD F-250 SD Specification #19 (3/4 Ton Pickup Truck, 4 x 2) The Ford F-250 SD truck 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 manufac- turer by specification by zone. ZONE: * Western * Northern * Central * Southern BASE PRICE: $19,353.00 $19,058.00 $19,058.00 $19,123.00 While the Florida Sheriffs Association and the Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for 3/ 4 ton pickup trucks, 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. * = Specification low Birl MrCortn_ Engler I torsi, I'nmrr 250 Torgnc Rating 525 LEGEND FOR GVWR 8800 DELETE/ADD OPTIONS EPA Miles Per Gallon Rating TBD Eeryline will re/DareaDOLJARVALDE Duval: Engine Horse Power 250 Std. orrmanufactu er''sstaanaardequl qu p. Torque Rating 525 ® ]600 = macaw with base specs. GVW R 8600 NC no additional charge NA = not applicable bi to the vehicle vendor EPA Miles Per Gallon Rating NA — = option not bid by venaor 566 Bid Award Announcement (02-10-0826) VEHICLE: F-250 SD F-250 SD F-250 SD F-250 SD DEALER: McCotter Duval Duval Duval ZONE: * Western * Northern * Central * Southern BASE PRICE: $19,353 00 $19,058.00 $19,058.00 $19,123.00 Order Code Delete Options Western Northern Central Southern 99L/44E Provide standard gas V8 $ 3,620.00 $ 3,169.00 $ 3,169.00 $ 3,169.00 engine, minimum, standard alternator and battery, in lieu of Diesel Engine: Ford: 5.4L GM: 6.04 Dodge: 5.7L 99S/44E Provide big block gas VS $ 3,150.00 $ 2,677.00 $ 2.677.00 $ 2.677.00 engine, minimum, standard alternator and battery, in lieu of Diesel Engine: Ford: 6.8L CM: 8.11. Dodge: 8.04 Provide 5-speed manual $ 695.00 $ 831.00 $ 831.00 $ 831.00 transmission with over- drive, in lieu of automatic overdrive 66D Cargo box & rear bumper $ 440.00 NC NC NC 512 Full size spare tire & rim $ 180.00 $ 45.00 $ 45.00 $ 45.00 572 Air conditioning $ 560.00 $ 584.00 $ 584.00 $ 584.00 6' cargo box in lieu of NA NC NC NC 8' cargo bux 6' cargo box on crew cab $ 150.00 NC NC NC 532 Stabilizer bai & aux. spgs.$ 100.00 $ 100.00 $ 100.00 $ 100.00 F17/7700 7700 lbs. GVWR 5.3L VS NA $ 3,767.00 $ 3,767.00 $ 3,767.00 AM/FM radio Std. $ 25.00 $ 25.00 $ 25.00 942 Daytime running lights $ 25.00 S 25.00 $ 25.00 $ 25.00 Order Code Add Options Western Northern Central Southern 903 Power windows/duos 425.00 S 425.00 S 425.00 $ 425.00 leeks 903 Power windows/door 5 600.00 - luclis (Crew) 52N Speed control/till.wheel $ 385.00 $ 385.00 $ 385.00 $ 385.00 Bucket seats, in lieu of $ 390.00 $ 230.00 $ 230.00 $ 230.00 bench seat Carpet in lieu of rubber NA Incl. Incl. Incl. Floor covering (requires XLT) Bid Award Announcement (02-10-O826) 567 VEHICLE: F-250 SD F-250 SD F-250 SD F-250 SD DEALER: McCotter Duval Duval Duval ZONE: * Western * Northern * Central * Southern RASE PRICE: $19,353.00 $19,058.00 $19,058.00 $19,123.00 Order Code Add Options (rnnrd) Western Northern Central Southern 433 Sliding rear window $ 125.00 $ 125.00 $ 125.00 8 125.00 Tachometer with diesel Incl. Std. Std. Sld. Electric brake controller $ 325.00 $ 325 00 S 325.00 8 325.00 3K Third key $ 78.00 $ 78.00 S 78.00 S 78.00 86R Trailer towing package, to $ 490.00 $ 335.00 $ 335.00 S 335.00 include heavy-duty flashers, wiring for trailer plug (7 prong round), and class IV, frame mounted trailer hitch with 2" square removable receiver I" shank with 2" ball. May he dealer installed. Slandard service body S 3,890.00 $ 3,550.00 $ 3,550.000 $ 3,550 00 equal to Knapheide, Reading, Omaha, or Morrison. May be dealer installed. (NOTE: If you are ordering a service body, we are advising you to contact your awarded vendor.) 589 AM/FM cassette radio $ 135.00 $ 135.00 $ 135.00 $ 135.00 581/607A AM/FM radio with $ 2,285.00 single CD 58K/607A AM/FM cassette/CD radio S 2,075.00 D58K AM/FM radio with - $ 463.00 $ 463.00 $ 463.00 single CD DMM AM/FM cassette/CD radio - $ 623.00 $ 623.00 $ 623.00 BUA Backup alarm $ 105.00 $ 95.00 $ 95.00 $ 95.00 62R PTO prov. transmission $ 250.00 17F XL decor pkg. $ 175.00 XC1 Limited slip differential S 300.00 $ 300.00 $ 300.00 $ 300.00 on 2-wheel drive Xl:f Manufacturers model $ 2,075.00 $ 2.375.00 S 2,375.00 $ ''4,37.5.00 upgrade pkg. (please specify pkg. hid) Aluminum tool box S 463.00 $ 363.00 $ 363.00 $ 363.00 RS Rainshields S 83.00 $ 80.00 $ 80.00 $ 80.00 Bedliner 8 275.00 $ 248.00 $ 248.00 $ 248.00 Spray-on bedliner S 425.00 $ 475.00 $ 475.00 $ 475.00 (Rhino or approved equivalent) HLF Headlight flashers $ 109.00 $ 124.00 $ 124.00 $ 124.00 Trailer tow mirrors $ 125.00 $ 125.00 $ 125.00 $ 125.00 568 Bid Award Announcement (02-10-0826) VEHICLE: F-250 SD F-250 SD F-250 SD F-250 SD DEALER: McCotter Duval Duval Duval ZONE: * Western * Northern * Central * Southern BASE PRICE: S19,353.00 $19,058.00 $19,058.00 $19,123.00 Order Code Add Options (cont'd) Western Northern Central Southern GG Wrap-around grille guard $ 745.00 $ 474.00 $ 474.00 $ 474.00 8,000 lb. winch with remote $ 1.200.00 $ 1,078.00* $ 1,078.00* $ 1,078.00* *(requires GG) T43 L7265 all season tires $ 195.00 $ 195.00 $ 195.00 $ 195.00 '1'413 LT265 all terrain tires $ 315.00 $ 31500 $ 315.00 $ 315.00 T3N LT235 all terrain tires $ 125.00 $ 125.00 $ 125.00 $ 125.00 X20 Extended cab model $ 2,385.00 $ 2,753.00 $ 2.753.00 $ 2.753.00 W20 Crew cab $ 3,795.00 $ 3,983.00 $ 3,983.00 $ 3,983.00 18L Cab steps $ 320.00 $ 320.00 $ 320.00 $ 320.00 181, Cab stebs (Crew) $ 370.00 4-corner strobe system $ 495.00 $ 384.00 $ 384.00 $ 384.00 (Whelen, Federal or approved equivalent) Roof-mount amber strobe $ 240.00 $ 210.00 $ 210.00 $ 210.00 beacon (Whelen. Federal or approved equivalent) 592 Roof clearance lights $ 55.00 96P Aux. idle control, diesel $ 210.00 DSM Complete set of shop $ 297.00 $ 325.00 $ 325.00 $ 325.00 manuals ONLY 5/75 Manufacturer's $ 1,565.00 $ 1,165.00 $ 1,165.00 $ 1,165.00 Extended Base Care Warranty ($0 deductible) See Page 957 5/75 Manufacturer's $ 1,945.00 $ 1,455.00 S 1.455.00 $ 1,455.00 Extended Extra Care Warranty ($0 deductible) 5/75 Manufacturers $ 1,055.00 $ 1,040.00 $ 1,040.00 $ 1,040.00 Extended Power Train Warranty ($0 deductible) 5/75 Manufacturer's Extended Base Care S 1.950.00 S 1.445.00 $ 1,445.00 Si 1.495.00 Warranty (SO deductible) - Diesel 5/75 Manufacturers S 2,070.00 S 1,92000 S I,920.00 S I,921100 Extended Extra Care Warranty ($O deductible) - Diesel 5/75 Manufacturer's $ 1,595,00 $ 1.175.00 $ 1,175.00 $ 1,175.00 Extended Power Train Warranty(SO deductible) - Diesel Bid Award Announcement (02-10-0826) 569 f , •m WfrP"Pbtt FLORIDA ASSOCIATION ,•; �; -ECOUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #19 - 3/4 TON PICKUP TRUCK 2 WHEEL DRIVE — 4 WHEEL DRIVE OPTIONAL Base Specifications CHRYSLER, FORD, GENERAL MOTORS OR APPROVED EQUIVALENT ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED 1. ENGINE a. Diesel engine, 6 or 8 cylinder, minimum 591- displacement. The following engines, or approved equivalents are acceptable: Ford: 6.OL V8 Turbo Diesel GM: 6.6L VS Turbo Diesel Dodge: 5.9L 16 Turbo Diesel b. Heavy-duty alternator, minimum 100 amp. c. Maintenance free heavy-duty battery, 600 CCA minimum. d. Manufacturer's heavy-duty engine cooling. 2. TRANSMISSION a. Automatic transmission, 4 speed with overdrive, with manufacturer's heavy-duty cooling. 3. AXLES a. Manufacturer's standard drive axle ratio for specified engine and transmission combination. b. Limited slip differential on 4-wheel drive- 4- PERFORMANCE ITEMS ICMS a Power steering. b. Power brakes with 4 wheel ABS. t. Mmutlaeluiel n ata.daid mcl Laid.. d. Ileavy-duty front and rem'shocks. e. Front and rear stabilizer bars. where available. 5. COMFORT ITEMS a. Air conditioning, factory installed. 564 Bid Award Announcement (02-10-0826) Base Specifications #19 - 3/4 Ton Pickup Truck b. Tinted glass all around (NOTE: factory tint) c. Manufacturer's standard seat, cloth or vinyl. Purchaser to specify color at time of order. d. Manufacturer's standard AM/FM radio. e. Rubber floor mats instead of carpeting. 6. SAFETY ITEMS a. Dual outside mirrors, inside rearview mirror. b. Interior dome lightish with left and right door activated switches. e. Minimum 2-speed electric wipers: windshield washers. d. Air Hag: Driver and right front passenger. e. Daytime running lights (if available). 7. TIRES AND WHEELS a. BSW, all season tread, radial, 16" heavy-duty truck tires. b. Conventional spare tire, underbody mounted. c. Jack and wheel wrench. d. flub caps. 8. CHASSIS, FRAME, CAB a. Minimum GVWR- 8500 lbs. b. Fleetside cargo box, minimum 8' with tailgate. c. Front bumper, bright or painted. d. OEM rear step bumper. e. Single, non metallic,OEM standard color paint to be selected by buyer, to include clear coat. f. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). Third key optional. g. Cab to center of rear axle - approximately 56". 9. CONDITIONS In addition to equipment specified, vehicle shall be equipped with all standard equipment as specified by the manufacturer for this model and shall comply with all EPA Emission Stan- dards and all Motor Vehicle Safety Standards as established by the U.S. Department of Trans- portation regarding the manufacture of motor vehicles. The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating condition- Pre-delivery srn•ire at n mininuim, shall incliidr His fnlInwin C: Cuniplcir luhrio:uiun. I). Check rill fluid levels to assure proper fill. c. Adjustment of engine to proper operating condition. d. Inflate tires to proper pressure. e. Check to assure proper operation of all accessories, gauges, lights, and mechanical features. f. Focusing of headlights. g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers, etc. DO NOT remove window price sticker or supplied line sheet. Bid Award Announcement (02-10-0826) 565 4, 14) FLORIDA ASSOCIATION yr e � -r COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2003 FORD F-250 SD Specification #19 (3/4 Ton Pickup Truck, 4 x 2) The Ford F-250 SD truck 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 manufac- turer by specification by zone. ZONE: * Western * Northern * Central * Southern BASE PRICE: $19,353.00 $19,058.00 $19,058.00 $19,123.00 While the Florida Sheriffs Association and the Florida Association of Counties have attempted to identity and include those equipment items most often requested by participating agencies for 3/ 4 ton pickup trucks, we realize equipment needs and preferences arc 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. * = Specification Low Bid Mrfluttrr: Engine Horse Prover 250 Torque Rating 525 LEGEND FOR GVWR 8800 DELETE/ADD OPTIONS EPA Miles Per Gallon Rating TI3D Evert- me will require a DOLLAR VALUE Duval: Engine Horse Power 250 or one maf nufacturrer'sstandardequ quip. Torque Rating 525 0 1600 Ina1. = manufacturer's with base specs. GV WR 8600 NC = no additional charge NA = not applicable to the vehicle EPA Miles Per Gallon Rating NA — = o.uon not bid • vendor 566 Bid Award Announcement (02-10-0826) VEHICLE: F-250 SD F-250 SD F-250 SD F-250 SD DEALER: McCotter Duval Duval Duval ZONE: * Western * Northern * Central * Southern BASE PRICE: $19,353.00 $19,058.00 $19,058.00 $19,123.00 Order Code Delete Options Western Northern Central Southern 99L/44E Provide standard gas V8 $ 3,620.00 $ 3,169.00 $ 3,169.00 $ 3.169.00 engine, minimum. standard alternator and battery, in lieu of Diesel Engine: Ford: 5.41. GM: 6.0L Dodge: 5.7L 99S/44E Provide big block gas V8 $ 3,150.00 $ 2,677.00 $ 2,677.00 $ 2,677.00 engine, minimum, standard alternator and battery, In lieu of Diesel Engine: Ford: 6.8L GM: 8.11. Dodge: S.OL Provide 5-speed manual $ 695.00 $ 831.00 $ 831.00 $ 831.00 transmission with over- drive, in lieu of automatic overdrive 66D Cargo box & rear bumper $ 440.00 NC NC NC 512 Full size spare tire & rim $ 180.00 $ 45.00 $ 45.00 $ 45.00 572 Air conditioning $ 560.00 $ 584.00 $ 584.00 $ 584.00 6' cargo box in lieu of NA NC NC NC 8' cargo box 6' cargo box on crew cab $ 150.00 NC NC NC 532 Stabilizer bar & aux. spgs.$ 100.00 S 100.00 $ 100.00 $ 100.00 F17/7700 7700 lbs. GVWR 5.3L V8 NA $ 3,767.00 $ 3,767.00 $ 3,767.00 AM/FM radio Std. $ 25.00 $ 25.00 $ 25.00 942 Daytime running lights $ 25.00 $ 25.00 $ 25.00 $ 25.00 Order Code Add Options Western Northern Central Southern 903 Power wiudows/door S 425.00 S 425.00 S 423.00 s 423.00 lucks 903 Power windows/door S 600.00 locks (Crew) 52N Speed control/tilt. wheel $ 385.00 $ 385.00 $ 385.00 $ 385.00 Bucket seats, in lieu of $ 390.00 $ 230.00 $ 230.00 $ 230.00 bench seat. Carpet in lieu of rubber NA Incl. Incl. Incl. floor covering (requires XLT) Bid Award Announcement (02-10-0826) 567 VEHICLE: F-250 SD F-250 SD F-250 SD F-250 SD DEALER: McCotter Duval Duval Duval ZONE: * Western * Northern * Central * Southern BASE PRICE: 619.353.00 $19,058.00 $19,058.00 $19,123.00 Order Code Add Options (coned) Western Northern Central Southern 433 Sliding rear window $ 125.00 $ 125.00 9 125.00 $ 125.00 Tachometer with diesel Incl. Std. Std. Std. Electric brake controller $ 325.00 $ 325.00 S 325.00 $ 325.00 3K Third key $ 78.00 S 78.00 S 78.00 $ 78.00 86R Trailer towing package, to $ 490.00 S 335.00 8 335.00 S 335.00 include heavy-duty flashers. wiring for trailer plug (7 prong round), and class IV. frame mounted trailer hitch with 2" square removable " receiver 1" shank with 2" ball. May be dealer installed. Standard service body $ 3,890.00 S 3.550.00 $ 3.550.000 $ 3.550.00 equal to Knapheide, Reading, Omaha, or Morrison. May be dealer installed. (NOTE: If you are ordering a service body, we are advising you to contact your awarded vendor.) 589 AM/FM cassette radio $ 135.00 $ 135.00 $ 135.00 $ 135.00 581/607A AM/FM radio with $ 2,285.00 single CD 58K/607A AM/FM cassette/CD radio S 2,075.00 D58K AM/FM radio with - $ 463.00 $ 463.00 $ 463.00 single CD DMM AM/FM cassette/CD radio - $ 623.00 $ 623.00 $ 623.00 BUA Backup alarm $ 105.00 $ 95.00 $ 95.00 $ 95.00 62R FFO prov. transmission $ 250.00 17F XL decor pkg. $ 175.00 XCI Limited slip differential $ 300.00 S 300.00 $ 300.00 $ 300.00 on 2 wheel drive XI.T Miniutuch urrs inudel 5 '2075.00 5 2.375.00 $ 2,375.00 $ 2,375.00 upgrad( pkg. fplr: tAncrilv nkv I Aluminum tool box S 463.00 S 3fi3.00 S 363.00 S 363.00 kJ hauI�biauN a3,.U0 hU.UU t Uu.uU Bedliner $ 275.00 $ 248.00 $ 248.00 $ 248.00 Spray-on hedliner $ 425.00 $ 475.00 $ 475.00 $ 475.00 (Rhino or approved equivalent) • HLF Headlight flashers $ 109.00 $ 124.00 $ 124.00 $ 124.00 Trailer tow mirrors $ 125.00 $ 125.00 $ 125.00 $ 125.00 568 Bid Award Announcement (02-10-0826) VEHICLE: F-250 SI) F-250 SD I/-250 SD F-250 SD DEALER: MeCotter Duval Duval Duval ZONE: * Western * Northern * Central * Southern BASE PRICE: $19,353.00 $19.058.00 519.058.00 819,123.00 Order Code Add Options (cont'ci) Western Northern Central Southern GO Wrap-around grille guard $ 745.00 $ 474.00 $ 474.00 S 474.00 8,000 lb. winch with remote $ 1,200.00 $ 1,078.00* $ I,078.0(r S 1,078.00' '(requires GG) T43 1,4265 all season tires S 195.00 $ 195.00 $ 195.00 S 195.00 T4B LT265 all terrain tires S 315.00 S 315.00 S 315.00 S 315.00 T3N LT235 all terrain tires $ 125.00 $ 125.00 S 125.00 $ 125.00 X20 Extended cab model $ 2,385.00 $ 2,753.00 $ 2,753.00 S 2,753.00 W20 Crew cab $ 3,795.00 $ 3,983.00 $ 3,983.00 S 3,983.00 18L Cab steps $ 320.00 $ 320.00 $ 320.00 S 320.00 18L Cab stebs (Crew) $ 370.00 4-corner strobe system 8 495.00 $ 384.00 $ 384.00 $ 384.00 (Whelen, Federal or approved equivalent) Roof-mount amber strobe S 240.00 $ 210.00 $ 210.00 $ 210.00 beacon (Whelen, Federal or approved equivalent) 592 Roof clearance lights $ 55.00 96P Aux. idle control, diesel $ 210.00 DSM Complete set of shop $ 297.00 S 325.00 S 325.00 $ 325.00 manuals ONLY 5/75 Manufacturer's $ 1,565.00 $ 1,165.00 $ 1.165.00 $ 1,165.00 Extended Base Care Warranty ($0 deductible) See Page 957 5/75 Manufacturer's S 1,945.00 $ 1,455.00 $ 1.455.00 S 1,455.00 Extended Extra Care Warranty ($0 deductible) 5/75 Manufacturer's S 1,055.00 $ 1,040.00 $ 1,040.00 S 1,040.00 Extended Power Train Warranty ($0 deductible) 5/75 Manufacturer's Extended Base Care Si 1,950.00 8 1,445.00 $ 1,445.00 $ 1,445.00 warn!ate f80 rtrrinrt.hlrl Dirsel 5/75 MawilaolmrI`s s 1.117(1 NI S I 920 On SLJGU (RI I.92tl uo Extruded l'xlla Cane Wnrrulty ISO deductible) - I)iescl 5/75 Manufacturers $ 1,595.00 $ 1,175.00 $ 1,175.00 S I,175.00 Extended Power Train Warranty ($0 deductible) - Diesel Bid Award Announcement (02-10-0826) 569 r 4 FLORIDA • • ASSOCIATION COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #23 - 15,000 lb. GVWR CAB & CHASSIS 2 WHEEL DRIVE — 4 WHEEL DRIVE OPTIONAL (DUAL REAR WHEEL) Base Specifications FORD. GENERAL MOTORS OR APPROVED EQUIVALENT ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED 1. ENGINE a. Diesel engine, 6 or 8 cylinder, minimum 5.9L displacement. The following engines, or approved equivalents are acceptable: Ford: 6.0L V8 Turbo Diesel GM: 6.6L V8 Turbo Diesel b. Heavy-duty alternator, minimum 100 amp. a Maintenance free heavy-duty battery. 750 CCA minimum. d. Manufacturer's heavy-duty engine cooling. 2. TRANSMISSION a. Automatic transmission, 4 speed with overdrive, with manufacturer's heavy-duty cooling. 3. AXLES a. Manufacturer's standard drive axle ratio for specified engine and transmission combination. b. Limited slip differential on 4-wheel drive. 4 11E104IRMAN(l> ITEMS I'nce( r slurring. I) Rear anti-lock brakes. minimum. C. Power brakes, front brakes disc type, mar brakes may be drum or disc. d. Fuel capacity. minimurn 34 gallons. e. Heavy-duty front and rear shocks. 5. COMFORT ITEMS a. Air conditioning, factory installed. 662 Bid Award Announcement (02-10-0826) Base Specifications #23 - 15,000 lb. GVWR Cab & Chassis b. Tinted glass all around (NOTE: factory tint) c. 3 passenger, vinyl bench scat with head rests. Purchaser to specify color at time of order. d. Manufacturer's standard AM/FM radio. e. Rubber floor covering instead of carpeting. 6. SAFETY ITEMS a. Dual mount outside mirrors, to provide field of vision for vehicles to 96" wide_ b. Interior dome light(s), with left and right door activated switches. c. Minimum 2-speed electric wipers; windshield washers. d. Air Bag: Driver and right front passenger. c. Daytime running lights (if available). f. Interior (day/night) rear view mirror. 7. TIRES AND WHEELS a. BSW, all season tread, radial, 19.5" heavy-duty truck tires. b. Conventional spare tire and rim. c. Jack and wheel wrench. 8. CHASSIS. FRAME. CAB a. Minimum 15,000 lbs. GVWR b. Cab &chassis only. c. Front bumper, bright or painted. d. Single, non metallic,OEM standard color paint to be selected by buyer, to include clear coat. e. Keys:two(2)per vehicle,single key locking system.(each vehicle keyed differently).Third key optional. f. Cab to center of rear axle - approximately 60". 9. CONDITIONS In addition to equipment specified, vehicle shall be equipped with all standard equipment as specified by the manufacturer for this model and shall comply with all EPA Emission Stan- dards and all Motor Vehicle Safety Standards as established by the U.S. Department of Trans- portation regarding the manufacture of motor vehicles. The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating condition. Pas delivery service, at a minimum, shall include the 4illo¢Ing_ a. Complete lubncatiou. h. Check all ❑uid levels to fissure proper fill. e. Adjustment of engine to proper operating condition_ d. Innate tires to proper pressure. e. Check to assure proper operation of all accessories, gauges, lights, and mechanical features. t. Focusing of headlights. g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers. etc. DO NOT remove window price sticker or supplied line sheet. Bid Award Announcement (02-160826) 663 • f�>> ' ly �e FLORIDA 'a7 . ASSOCIATION PECOUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2003 FORD F-450 Specification #23 (15,000 lb. GVWR Cab & Chassis, 4 x 2) The Ford F-450 cab and chassis purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specificationls) requirements which are included and made a part of this contract's vehicle base price as awarded by manufacturer by specification by zone. ZONE: * Western * Northern * Central * Southern BASE PRICE: $23,500.00 $23,105.00 $23,105.00 $23,221.00 While the Florida Sheriffs Association and the Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for the 15,000 lb. GVWR, 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. * = Specitical ion Low Hid LEGEND FOR Orville: Engine Horse Power 250 DELETE/ADD OPTIONS Torque Rating 525 tr 1600 rust nrwNrrgmre a DOLLAR VALUE or one of the following abbreviations_ GVWR 15.000 Std. manufacturer's siandardequip. Duval: Engine Horse Power 250 tit 2600 Incl. = Icluded with base specs. Torque Rating 525 @ 1600 NA = not applicable to the vehicle GVWR 15,000 — = option not bid by vendor 664 Bid Award Announcement (02-10-0826) VEHICLE: F-450 F-450 F-450 F-450 DEALER: Orville Duval Duval Duval ZONE: * Western * Northern * Central * Southern BASE PRICE: $23,500.00 $23,105.00 $23,105.00 $23,221.00 Order Code Delete Options Western Northern Central Southern 99S Provide gas engine with $ 2,800.00 $ 2,881.00 S 2,881.00 $ 2,881.00 single battery in lieu of Diesel Engine 512 Full size spare tire & rim $ 175.00 $ 151.00 $ 151.00 $ 151.00 572 Air conditioning $ 400.00 $ 584.00 $ 584.00 S 584.00 AM/FM radio Std. $ 35.00 $ 35.00 $ 35.00 942 Daytime running lights $ 20.00 $ 25.00 $ 25.00 $ 25.00 65M AFT tank for 18 gal. $ 90.00 $ 74.00 S 74.00 $ 74.00 mid ship Order Code Add Options Western Northern Central Southern 903 Power windows/door 6 600.00 $ 425.00 S 425.00 S 425.00 locks 52N Speed control/tilt wheel $ 385.00 $ 385.00 $ 385.00 $ 385.00 433 Sliding rear window $ 125.00 $ 125.00 $ 125.00 S 125.00 Trailer towing package, to $ 575.00 $ 562.00 $ 562.00 S 562.00 include heavy-duty flashers, wiring for trailer plug(7 prong round), and class W. frame mounted trailer hitch with 2" square removable receiver 1" shank with 2- ball. May be dealer installed. Standard service body S 4,495.00 $ 4,150.00 $ 4,150.00 $ 4,150.00 equal to Knapheide, Reading, Omaha, or Morrison. May be dealer installed. (NOTE: If you are ordering a service body, we are advising you to contact vont awarded vendor.) Edit_ Electric brake controller S 2,o.uu s2o-Ou 625.00 a :125.00 63T Dual altcrnatoils S 325.00 $ 1:15 00 5 R-15.00 S 325.00 96P Idle control S 210.00 $ 210 till s 210.00 S 210.00 65C Dual luel tanks $ 610.00 $ 601.00 S 601.00 $ 601.00 589 AM/FM cassette radio $ 135.00 $ 135.00 S 135.00 $ 135.00 657A/58K AM/FM radio with NC - -single CD 657A/581 AM/FM cassette/CD radio $ 210.00 - AM/FM radio with - $ 425.00 $ 425.00 $ 425.00 single CD Bid Award Announcement (02-10-0826) 665 VEHICLE: F-450 F-450 F-450 F-450 DEALER: Orville Duval Duval Duval ZONE: * Western * Northern * Central * Southern BASE PRICE: $23,500.00 $23.105.00 $23,105.00 $23,221.00 Order Code Add Options (conic!) Western Northern Central Southern AM/FM cassette/CD radio - $ 485,00 $ 485.00 S 485.00 3K Third key $ 135.00 $ 78.00 $ 78.00 S 78.00 T9B All terrain tires, in lieu $ 190.00 $ 190,00 $ 190.00 S 190.00 of all season tires W 165 84" cab to axle $ 200.00 $ 200.00 $ 200.00 $ 200.00 W201 120" cab to axle $ 410.00 $ 410.00 $ 410.00 S 410.00 4-wheel ABS brakes Std. SW. SW. Std. Limited slip differential $ 360.00 $ 360.00 $ 360.00 S 360.00 on 2-wheel drive BUA Backup alarm $ _. ._ 98.00 $ 95.00 $ 95.00 S 95.00 RS Rainshields $ 82.00 $ 78.00 $ 78.00 S 78.00 Manufacturer's model $ 2.625.00 $ 2.326.00 $ 2,326.00 $ 2.326.00 upgrade pkg. (please specify pkg. bid) X46 Extended cab $ 2.345.00 $ 2,559.00 $ 2,559.00 $ 2,559.00 W46 Crew cab $ 3,785.00 $ 3,992.00 $ 3,992.00 $ 3,992.00 I8L Cab steps $ 370.00 $ 320.00 $ 320.00 S 320.00 1000 lb. lift gate $ 2,395.00 $ 1,850.00 $ 1,850.00 S 1,850.00 11 ft, utility $ 5,595.00 $ 5.184.00 $ 5,184.00 S 5.184.00 (requires 84" CA) 8 ft. 2 yd dump $ 4,995.00 $ 5,200.00 $ 5,200.00 $ 5,200.00 10 ft. 2 yd dump $ 5,695.00 $ 5,350.00 $ 5,350.00 $ 5,350.00 (requires 84" CA) 12 ft. flat stake body $ 3,195.00 $ 2,998.00 $ 2,998.00 $ 2,998.00 (requires 84" CA) 16 ft. flat stake body $ 3,695.00 $ 3.650.00 $ 3,650.00 S 3,650.00 (requires 120" CA) 16 ft. contractors dump $ 6,295.00 $ 7,400.00 $ 7,400.00 $ 7,400.00 (requires 120" CA) GG Wrap-around grille guard $ 995.00 $ 474.00 $ 474.00 $ 474.00 12.000 lb. winch with $ 1.875.00 $ 1,413.00* $ 1,413.00* $ 1,413.00* remote "(requires GU) 4,000 lb. Ell auto crane. $ 11,995.00 $ 12,500.00 S 12.500,00 S 12,500 00 or approved equivalent. with crane reinlnmentents with manual outriggers 5,000 lb. En .lino rr.inr. $. l 1,995 0n s i7).:!T0.00 AN 15.s5o 00 S l,.3S0.00 or Approved rquivalrnt, with crane 'violin-commis with manual outriggers 62R PTO provision $ 250.00 $ 250.00 $ 250.00 $ 250.00 PPO transmission driven, $ 1.695.00 $ 1,500.00 S 1,500.00 $ 1.500.00 dealer installed. 666 Bid Award Announcement (02-10-0826) VEHICLE: F-450 F-450 F-450 F 450 DEALER: Orville Duval Duval Duval ZONE: * Western * Northern * Central * Southern BASE PRICE: $23.500.00 $23,105.00 523,105.00 $23,221.00 Order Code Add Options (coned/ Western Northern Central Southern 2515-22 auto crane body $ 10,995.00 $ 10,750.00 $ 10,750.00 - $ 10.750.00 with shelf package, 12" bumper with crank outriggers, or approved e(piivalcnl Front stabilizer bars Std. Std. Std. Sld- Spray-in liner $ 800.00 $ 569.00 $ 569.00 $ 569.00 (Rhino or approved equivalent) 4-corner strobe system $ 490.00 $ 394.00 $ 394.00 $ 394.00 (Whelen, Federal or approved equivalent) Root-mount amber strobe S 375.00 $ 210.00 $ 210.00 $ 210.00 beacon (Whelen, Federal or approved equivalent) DSM Complete set of shop $ 245.00 $ 325.00 $ 325.00 $ 325.00 manuals ONLY 5/75 Manufacturer's $ 2.295.00 $ 2.295.00 $ 2,295.00 $ 2.295.00 Extended Base Care Warranty ($0 deductible) See Page 957 5/75 Manufacturer's $ 2,080.00 $ 2,080.00 $ 2.080.00 $ 2,080.00 Extended Power Train Warranty ($0 deductible) 5/75 Manufacturer's $ 2,475.00 $ 2,475.00 $ 2,475.00 $ 2,475.00 Extended Base Care Warranty ($0 deductible) - Diesel 5/75 Manufacturer's $ 2,325.00 $ 2,325.00 $ 2,325.00 $ 2,325.00 Extended Power Train Warranty ($0 deductible) - Diesel load (e.i rr:mI6� (ciII br s50.0(1 dednrUble nn eau h rhysn9.. Bid Award Announcement (02-10-0826) 667 Alter Industries, Inc. 1730 Vanderbilt Road Birmingham,AL 35234 (205)323-8751 (205)458-3838-fax City of Ocoee Ship To: Same 301 Maguire Road Ocoee, FL 34761 (407) 905-3170-Office (407) 905-3176-Fax Attn: Buddy Elmore Inside Sales Representative: Tim Luker Senior Account Manager: Chuck Martin March 5, 2003 ALTEC QUOTATION NUMBER: GSA Contract#GS-30E-1028G,Item#A-3 UNIT: 1 ALTEC Model AT30-G telescopic aerial device with a telescopic upper boom, for installation behind chassis cab, built in accordance to ALTEC'S standard specifications and to include the following features: A. Ground to Bottom of Platform Height: 30.2 feet at 3:8 feet from centerline of rotation(9.2 m at 1.1 m) B. Working Ilcight—35.2 feet (10.7 m) ('. Maximum Reach to &lee of Pluilone: 23.6 Ibt.r :n 6.3 font nlmlArm height 17.2 in at 1.9 in U. Pedestal: Post type pedestal design with large service openings. Pedestal consists of fixture welded steel tubing 8.63 inch (219 mm) diameter. The 1.0 inch (25.4 mm) top plate of the pedestal is machined after welding to provide a rigid, flat mounting surface for the rotation bearing. This extends the life of the bearing and reduces life cycle cost. The pedestal is bolted to a quick mount Page 1 City of Ocoee AT30-G 2 QUOTE# interface frame which is attached to the chassis frame utilizing a bolt-on technique. E. Rotation: 370° noncontinuous rotation is provided by worm gear drive. equipped with extended shaft for manual rotation, driving a shear ball hearing rotation gear. Continuous rotation is an available option. The fully adjustable rotation drive assembly includes an external eccentric ring adjustment of the gearbox pinion gear to the main rotation bearing, permitting the ability to easily adjust backlash, reduce boom side play and ensure proper tooth contact over the life of the unit. This reduces life cycle cost. F. Turntable: Steel fixture-welded structure with a 1.0 inch (25.4 min) steel bottom plate. The bottom plate of the turntable is machined after welding to ensure a flat mounting surface for the rotation bearing. A steel ring is welded to the bottom plate to stiffen the plate and to protect the rotation bearing. For ease of maintenance, hydraulic valving is located on the side of the turntable and protected by a metal guard. G. Lift Cylinders: The rod eye is welded to the rod while the blind end of the cylinder is of cast steel, one piece design, which utilizes cartridge-type, bi- directional counter-balance holding valves. Non-lubricated type bushings are used at each end of the cylinder. H. Lower Boom: Fabricated, reinforced steel box structure. Ultra high molecular weight polyurethane slide pads are installed at the boom tip to guide the telescopic upper boom. These pads have a large contact area in order to reduce wear. The pads are shimmed and attached to externally removable steel plates for ease of adjustment or replacement without disassembly of the booms. I. Lower Boom Pivot Pin: high strength chrome plated steel with self- lubricating, replaceable, non-metallic bearings. J. Telescopic Upper Boom: Rectangular filament wound fiberglass, providing a minimum of Si) in (203 milli of isolation when retracted and 344 inches (874 new r:hcuchicihkal. 1112. inrr _sur!re ol :!tc fiberglass boom leis acrylic poll urcWaie applied to provide a dry, smooth inner surface which will cause moisture to bead 'Ile outer surface has a smooth gelcoat finish K. Upper Boom Extension: The upper boom is extended and retracted by a double acting hydraulic cylinder installed within the booms. The boom extends and retracts over slide bearings located in the end of the lower boom. City of Ocoee AT30-C 3 QUOTE# L. Platform Leveling System: The platform is leveled by hydraulic leveling means, contained within the upper boom and designed to maintain the dielectric integrity of the aerial device. Controls for leveling and tilting the platform are located at the platform. Leveling for the platform includes two double acting cylinders incorporating counterbalance load holding valves to lock the platform in the event of hydraulic line failure. Cylinders are located at the platform and at the end of he lower boom. The master-slave action of the cylinders maintains a level platform throughout the full range of boom articulation. M. Platform: Totally enclosed, fiberglass. N. Controls: The Control System for all models is a full pressure type, operating at 2,000 psi (138 bar) maximum. The upper control, located at the platform, consists of a single handle control of the tiller type. The single handle control, through a linkage, actuates valves in the control head to actuate the boom. The controls provide fine metering capability and allow the operator to make simultaneous multiple boom movements. The single handle control activates Lower Boom--Up and Down, Upper Boom—Extend/Retract, and Rotation-- Clockwise/Counter-clockwise. Unit rotation is accomplished by moving the control from side to side similar to a tiller. Conventional multiple lever ground controls located on the turntable include an upper control override. O. Emergency Lowering Valve: A valve located at the boom tip, easily accessible by the operator without having to remove any covers allows the lower boom to be lowered in the case of engine or hydraulic system failure. P. Hydraulic Tool Circuit: Control easily accessible to the operator activates the tool circuit which provides 5.0 gpm (18.9 1pm) at 2,000 psi (138 bar) One set of HTMA quick disconnect couplings is located in a protected location inside the control cover at the platform. Q. Diagnostic Pnesaire Test Quick Disconnect ('.oupl in es' are located at the tumrahlc to allow a mobile service technician to quickly and easily attach a test gauge to verity system anti loin citctm Pressure_ This reduces life cycle R. ISO 9001: This aerial device is designed in a facility that is certified to meet ISO 9001 requirements. S. ANSI Category C, 46 kV and below dielectric rating T. Manuals: Two(2) Operator's and two(2) Maintenance/Parts manuals. City of Ocoee AT30-G 4 QUOTE# U. Paint: Oxford White 2. 1 #201 AT30-G Aerial Device with noncontinuous rotation 3. I #223 Single one man end-mounted platform. Platform is 24 x 30 x 42 inches high (610 x 762 x 1067 nun). and is rated at 350 pounds (159 kg) capacity 4. I #373 Reservoir, 7 gallon (26.5 L) capacity, installed on the pedestal 5. 1 #293 Post Mount for installation of AT-G aerial device on a Ford Super Duty 6. 1 #355 Fall Arrest System to include one extra large (44-52 equivalent jacket size) body harness and six (6) foot fixed length decelerating type lanyard. Harness has tongue buckle type strap for leg, waist and shoulder. Decelerating lanyard has 1.0 inch (25.4 mm) nylon webbing with rip-stop deceleration device. 7. 1 #346 Primary, vertical outrigger installed at front, behind chassis cab with 85.5 inches (2172 mm) of spread at maximum penetration. Outrigger control valves, includes one single-spool valve installed at left rear of tailshelf and one single- spool valve installed at right rear of tailshelf. 8. 1 #250 Outrigger Interlock System for primary outriggers, prevents aerial device operation until outriggers are lowered. 9. 1 #350 Outrigger Motion Alarm, sense valve type, provides audible signal that the outriggers are in motion. 10. 1 #252 Soft platform cover for one man platform, 24 x 30 inches (610 x 762 mm) I I. I #25K Polyethylene platform liner for one man platform, 24 x 30 inches (610 x 7r,.7 mni), 50 kV ralmg 11111111111111111 12. I #399 Rubber Wheel chocks, (pail) 10 inches long x R inches Hide x j-I/'_ inc he. high UNIT AND HYDRAULIC ACCESSORIES: 1. 1 Hydraulic oil and lubricants City of Ocoee AT30-G 5 QUOTE# 2. 1 Vane type hydraulic pump installed in conjunction with power takeoff 3. I Power take-off to be installed in conjunction with transmission BODY AND ACCESSORIES: 1. I ALTEC Model GS-108-60 (57) Body, suitable for installing on any chassis with an approximate CA dimension of 60 inches, built in accordance with the following specifications, and ALTEC Drawing#4001-109-01: A. Body: Fabricated from A60 grade 100% zinc alloy coated steel with the following minimum gauge thickness: 16 gauge outside panels 16 gauge top panels 16 gauge end panels 20 gauge inner door panels 20 gauge outer door panels 18 gauge shelving, spangled steel 14 gauge wheel panels 12 gauge steel floor, formed checker plate Structural channel crossmembers front and rear, intermediate crossmembers are 11 gauge pressed channel Galvannealed treadplate installed on top of body compartments 5 inch high drop in metal tailgate B. Body Dimensions: 108 inch overall body length 93 inch outside width 43 inch front of body height 43 inch rear of body height I inch compartment depth 57 inch floor width C. Compartmentatiou - Right Side: First Vertical - Seven (7) fixed material hooks Horizontal -One(1)removable shelf with removable dividers on 8 inch centers Rear Vertical-Two(2) adjustable shelves with removable dividers on 4 inch centers Through Shelf—full length with hotstick brackets and rear access door City of Ocoee AT30-G 6 QUOTE# D. Compartmentation - Left Side: First Vertical - Two (2) adjustable shelves with removable dividers on 4 inch centers Horizontal -One(I) removable shelf with removable dividers on 8 inch centers Rear Vertical - Six (6) fixed material hooks E. Standard Features: Basic body fabricated from A60 grade 100% zinc alloy coated steel All doors are full, double paneled, self-sealed with built-in drainage. Electro-zinc plated, steel hinge rods extend full length of door. Door hinges are zinc alloy material attached with rivets. All doors contain zinc plated flush type, single point paddle type locks with recessed handles, including keyed locks and adjustable two-stage strikers. Door handles are riveted to the outer door panel. Back panel has opening for easy access. Heavy-gauge welded steel base construction with safety tread floor. Door header drip rail at top for maximum weather protection. Formed steel wheel fender panels. Automotive underseal applied to entire understructure. - Prime painted with two part epoxy. Automotive type non-porous door seals mechanically fastened to the door facing. 2. 1 #3I84-254-72 Tailshelf with wheel chock holders, one each side, installed at rear of body +. 2 #1 i51-500-01 Grab banciles, iu>r,lltti kme each >idc al rr.0 ,d twi.Lrl 4. - #1225-001-03 l ahlc step., installed one cash .ide at rear of laikhelf BODY ACCESSORIES: 1. 1 Boom rest installed at left rear of cargo area City of Ocoee AT3O-G 7 QUOTE# 2. 2 Splash aprons, installed 3. 1 Triangular reflector kit 4. I Five pound fire extinguisher with mounting bracket, shipped loose 5. I Holland #T-60 Heavy duty pintle hook with chassis frame reinforcement and two (2) safety chain rings ELECTRICAL: 1. 1 Lights and reflectors in accordance with FMVSS #108 lighting package, installed 2. I Trailer Receptacle, installed at rear 3. 1 Amber strobe light installed on post at left front of cargo area with switch on dash 4. I Electronic backup alarm installed INSTALLATION: 1. 1 Mounting Altec Aerial Device 2. 1 Painting Altec Aerial Device Oxford White 3. 1 Mounting body and accessories • 4. I Painting body and accessories white with urethane enamel 5. I Safety and Instructional Signs, installed �;. Delivery of completed vehicle 7. DOT cenilication of completed vehicle 8. I Black non-skid paint applied to all walking surfaces MISCELLANEOUS: 1. 1 This aerial device is designed in a facility that is certified to meet ISO 9001 City of Ocoee AT30-G 8 QUOTE# 2. 1 One(I) year parts warranty 3. 1 Ninety (90) days labor warranty at customer's location 4. I One(1) year labor warranty at an Altec service facility 5. I For so long as the initial purchaser owns the product, major components warranty at an Alice service facility (See Altec Limited Warranty) CHASSIS: 1. I 2003 Ford F450 Cab and Chassis, single rear axle Required Features: Wheelbase: 140.8 inches with 60 CA (cab-to-axle) Chassis Frame: Front Axle Rating: 6,000 pounds Rear Axle Rating: 13,500 pounds GVWR (Gross Vehicle Weight Rating): 15,000 pound Front Axle: Ford with 6,000 pound capacity Front suspension: 6,000 pounds capacity Rear Axle: 13,500 pounds capacity Rear suspension: 13,500 pounds capacity Brakes: Hydraulic Engine: 6.0 L diesel, 235 hp electronic engine Transmission: Ford 6 speed manual with PTO opening Alternator: 110 amp Paint: cab-white; frame-black enamel; wheels-white Rear Axle Ratio:4.88:1 Fuel Tank: 37 gallon, mounted behind rear axle Front Tires: LMT400. 70R 19.5 I-nmi W hcels: 19.i steel disc .��... I h.c>.: 1 Al •100, 701<17.S i<eat 1VI eel-v. 19.5 steel disc I leater and integral air conditioning AM/FM stereo radio Tinted windshield and door glass City of Ocoee AT30-G 9 QUOTE# TOTAL... $54,729.00 ALTEC INDUSTRIES, INC. BY Tim Luker, Inside Sales Representative Notes: I. F.O.B.Ocoee, FL 2. Prices do not include any state or local taxes 3. Alice Industries. Inc. to supply a customer approval drawing prior to production. 4. Delivery 180 days after receipt of purchase order and approved customer approval drawing. 5. Reference: GSA Contract#GS-30E-1028G, Item#A-3 6. This quotation is valid for 45 days. After 45 days please contact ALTEC Industries, Inc. for a possible extension of quotation. 7. Payment Terms: Four year lease, with $1 buyout, through Altec Capital Services.Monthly lease payments to be$1,270.00 8. After the initial warranty period, Altec Industries, Inc. offers mobile service units, in-shop service and same day parts shipments on most parts from service locations nationwide at an additional competitive labor and parts rate. . 01 28 03 20:17 FAX -� • AltecIndustries, Inc 1730 Vanderbilt Road Birmingham,AL 35234 (205)32341751 (205)458-3838-fa: City of Ocoee Ship To: Same 301 Maguire Road Ocoee,FL 34761 (407)905-3170-Ofce (407)905-3176-Fax Attn: Buddy Elmore Inside Sala Representative: Tim biker Senior Account Manager: Chuck Martin January 28,2003 ALTEC QUOTATION NUMBER: GSA Contract#GS-30F1028G,Item OA-3 UNIT: 1 ALTEC Model AT30-G topic aerial device with a telescopic upper boom, for installation behind chassis cab, built in accordance to ALTEC'S standard specifications and to include the Mowing features: A. Ground to Bottom of Platform Height 30.2 feet at 3.8 feet from centerline of rotation(9.2 m at 1,1m) B. Worldna Heider—35.2 feet(10.7 m) C. Maximum Reach to Edee of Platform: 23 6 feet at 6.3 foot platform height(7.2 mat l9m) D. Pedestal Post type pedestal design with large service openings. Pedestal consists of fixture welded steel tubing 8.63 inch (219 arm) diameter. She I.0 min(26.4 mart top plate of the pedestal is machined aflo welding to provide a • rigid, flat mounting surface for the rotation bearing This extends the life of the bearing and reduces life cycle cost. The pedestal is bolted to a quick mount Page 1 SL11 dA • 01(28/U3 ZU:it inn - City of Ocoee A13OG 2 QUOTES interface frame which is attached to the chassis frame utilizing a boh-on technique. E. Rotation: 370°noncontinuous rotation is provided by worm gear drive, equipped with extended shaft for manual rotation driving a shear ball bearing rotation gear.Continuous rotation is an available option.The fidly adjustable rotation drive assembly includes an external eccentric ring adjustment of the gearbox pinion gear to the main rotation bearing, permitting the ability to easily adjust backlash, reduce boom side play and ensure proper tooth contact over the life of the unit. This reduces life cycle cost. F. Turntable: Steel fixture-welded structure with a 1.0 inch(25.4 mm)steel bottom plate. The bottom plate of the turntable is machined after welding to ensure a flat mounting surface for the rotation bearing. A steel ring is welded to the bottom plate to stiffen the plate and to protect the rotation bearing. For ease of maintenance, hydraulic valuing is located on the side of the turntable and protected by a metal guard. G. Lift Cylinders: The rod eye is welded to the rod Mule the blind end of the cylinder is of cast steel, one piece design, which utilizes cartridge-type, bi- directional counter-balance holding valves. Non-lubricated type bushings an used at each end of the cylinder. H. Lower Boom: Fabricated, reinforced steel box structure. Ultra high molecular weight polyurethane slide pads are installed at the boom tip to guide the telescopic upper boom These pads have a large contact area in order to reduce wear. The pads are shimmed and attached to externally removable steel plates for ease of adjustment or replacement without disassembly ofthe booms, I. Lower Boom Pivot Pin: high strength chrome plated steel with self-lubricating, replaceable,non-metallic bearings 1. Tdcswnic Upper Boom: Rectangular filament wound fiberglass, providing a minimum of 8 0 in(203 nun) of isolation when retracted and 34.4 inches (874 mm) when extended. The inner surface of the fiberglass boom has aaylic polyurethane applied to provide a dry, smooth inner surface which will cause moisture to bead. The outer surface has a smooth gelcoat finish ..emu+:: '✓ ' era e;.cic_: 'It- ,urper eerended - 1d rr_b?rted by p drn iNe :.-ling hydraulic cylinder installed within the booms. The boom extends and retracts over slide bearings located in the end of the lower boom L. Platform Leveling System: The platform is leveled by hydraulic leveling means, contained within the upper boom and designed to maintain the dielectric 01 2B 03 20:17 FAX --- f City al Ocoee AT30-G 3 QUOTFJt • • integrity of the aerial device. Controls for leveling and tilting the platform am located at the platform. Leveling for the platform includes two double acting • cylinders incorporating counterbalance load holding valves to lock the platform • in the event of hydraulic line failure. Cylinders are located at the platform and at the end of he lower boom. The master-slave action of the cylinders maintains a level platform throughout the frill range of boom articulation. M Platform: Totally enclosed,fiberglass. N. Controls: The Control System for all models is a full pressure type, operating at 2,000 psi (138 bar) maximum- The upper control, located at the platform, consists of a single handle control of the biller type. The single handle control, through a linkage, actuates valves in the control head to acnuate the boom The controls provide fine metering capability and allow the operator to make simultaneous multiple boom movements. The single handle control activate Lower Boom—Up and Down, Upper Boom—EatendRetrart and Rotation— • C7ockwirelCaunratlockwise Unit rotation is accomplished by moving the • control from side to side similar to a tiller. Conventional multiple lea ground controls located on the turntable include an upper control override. 0. Emergency Lowering Valve: A valve located at the boom tip, easily accessible by the operator without having to remove any covers allows the lower boom to • • be lowered in the ease of engine or hydraulic system false. P. Hydraulic Tool Circuit Control easily Ransrl+ to the operator activates the tool craft which provides 5.0 gpm(18.91pm)at 2,000 psi(138 her)One set of HTMA quick disconnect couplings is located in a protected location hide the control cover at the platform. Q. Diagnostic Pressure Test Quick Disconnect Caunfneg: we located at the • turntable to allow a mobile service technician to quickly and easily attach a test • gauge to verify system and tool circuit pressure. This reduces life cycle cost. ._ r, It ISO 9001: This aerial device is designed in a facility that is certified to meet ISO 9001 requirements. S ANSI Catevory C 46 kV and below dielectric rating :. Murals. Two(2)Operator's and two(2)Main:mncer Parts nartrals. U. Pair Oxford White 2. 1 N201 AT30-G Aerial Device with nonce ominous rotation ' O1/2O/UJ ZU.0 tAA .�... • . City of Ocoee AT36G � 4 QIIOTE# 3. 1 #223 Single one man end-mounted platform. Platform is 24 x 30 x 42 inches high (610 x 762 x 1067 mm),and is rated at 350 pounds(159 kg)capacity 4. 1 #373 Reservoir, 7 gallon(26.5 L)capacity,installed on the pedestal 5. 1 #293 Post Mount for iastaiation of Al-G aerial device on a Ford Super Duty 6 1 #355 Fall Arrest System to include one extra large (44-52 equivalent jacket size) body harness and six (6) foot fixed length decelerating type lanyard. Harness has tongue buckle type strap for leg, waist and shoulder. Decelerating lanyard has 1.0 inch(25,4 mm)nylon webbing with rip-stop deceleration device. 7. 1 #346 Primary, vertical outrigger installed at front,behind chassis cab with 85.5 inches (2172 min) of spread at maximum penetration Outrigger control valves, includes one single-spool valve installed at kft rear of tailshdf and one single-spool valve installed at right rear of tailshelf 8. 1 #250 Outrigger Interlock System for primary outriggers, prevents aerial device operation until outriggers are lowered. 9. 1 #350 Outrigger Motion Alarm, sense valve type, provides audible signal that the outriggers are in motion. 10. 1 #252 Soft platform cover for one man platform,24 x 30 inches(610 x 762 mm) 11. 1 #258 Polyethylene platform liner for one man platform, 24 x 30 inches (610 x 762 mm),50 kV rating(minimum) 12. 1 #399 Rubber What clocks,(pair) 10 inches long x S inches wide x 5.1/2 inches high UNIT AND HYDRAULIC ACCESSORIES: 1. I Hydraulic oil and lubricants 2. 1 ane type hydraulic pump installed in conjunction with power takeoff 3. 1 Power take-off to be installed in conjunction with transmission 01/26/UJ ZU:It IAA City of Ocoee A130-G 5 QUOTE# 1 BODY AND ACCESSORIES: 1. 1 ALTEC Model GS-108-60 (57) Body, suitable for installing on any chassis with an approximate CA dimension of 60 inches, built in aca dance with the following specifications,and ALTEC Drawing 04001-109-01: A. Body: Fabricated from MO grade 100% zinc alloy coated steel with the following minimum gauge thickness! 16 gauge outside panels 16 gauge top panels 16 gauge end panels 20 gauge inner door panels 20 gauge outer door panels l', 18 gauge shelving,spangled steel • 14 gauge wheel panels 12 gauge steel floor,forced checker plate Structural channel crossmcnbas front and rear, intermediate aossrnenbers are 11 gauge pressed channel Galvannealed treadplate installed on top of body comparuumts 5 inch high drop in metal tailgate B. Body Dimensions: 108 inch ovaafl body length 93 inch outside width I 43 inch front of body height 43 inch rear of body height 18 inch compartment depth 57 inch floor width • C. Compartnia tation-Rieht Side: First Vertical-Seven(7)fixed material hooks Horizontal-One(1)removable shelf with removable dividers on 8 inch centers Rear Vertical-Two(2)adjustable shelves with removable dividers on 4 inch cenes Through Shelf—full length with hotstick brackets and rear access door 1 l01/Za/VJ iLV:11 me i City of Ocoee AT30G 6 QUOTEM D. Comoartmerttation-Left Side: First Vertical-Two(2)adjustable shelves with rernovable dividers on 4 inch centers Horizontal-One(1)removable shelf with removable dividers on 8 inch centers Rear Vertical-SIX(6)fixed material hooks E Standard Features: Basic body fabricated from MO grade 100%zinc alloy coated steel All doors are full, double paneled, self-sealed with built-in drainage. Media- zinc plated, steel hinge rods extend fill length of door Door hinges are zinc alloy material attached with rivets. it All doors contain zinc plated flush type, single point paddle type locks with recessed handles, including keyed locks and adjustable two-stage strikers. Door handles are riveted to the outer door panel. Back panel has opening for • easy access. Heavy-gauge welded steel base construction with safety tread floor. Door header drip rail at top for maximum weather protection. Formed steel wheel fender panels. Automotive uoderaeal applied to entire understruchxre. Prime painted with two part epoxy. Automotive type non-porous door seals mechanically fastened to the door facing 2. 1 M31842572 Tmashelf with wheel chock holders, one each side,installed at rear of body 3. 2 M1351-500-01 Grab handles,installed one each side at rear of tadshelf 4. 2 #3225-001-03 Cable steps,installed one each side at rear oftaasbelf BODY ACCESSORIES: 1 1 Boom rest installed at left rear of cargo area 2, 2 Splash aprons,installed 3. 1 Triangular reflector kit 4. 1 Five pound fire extinguisher with mounting bracket,shipped loose U1/Z8/03 ZU:1/ tnn City of Ocoee AT30.G 7 QUOTES 5. 1 Holland#T-6O Heav y duty pinde hook with chassis frame reinforcement and two(2) safety chain rings ELECTRICAL: I. I Lights and reflectors in accordance with FMVSS#108 lighting package,installed 2 I Trailer Receptacle, Stalled at rear 3. I Amber strobe light Stalled on post at left from of cargo area with switch on dash 4. 1 Electronic backup alarm installed INSTALLATION: 1. 1 Mounting Mee Aerial Device 2. 1 Painting Altec Aerial Device Oxford White 3. 1 Mounting body and accessories 4. 1 Painting body and accessories white with urethane enamel 5. I Safety and Instructional Sits,installed 6. I Delivery of completed vehicle 7. I DOT certification of completed vehicle 8. 1 Black non-skid paint applied to all walking surfaces MISCELLANEOUS. This acrid dev cr is de igncd ir, a facility rhxl i= certified to meet ISO o001 2 I One(1)year parts warranty 3, I Ninety(90)days labor warranty at customer's location ' U1/Z5/UJ GU:i rnn _ City of Ocoee AT30-G 8 QUOTFA I/ d. 1 One(1)year labor warranty at an Altec service facility 5. 1 For so long as the initial purchaser owns the product, major components warranty at an Altec service facility(See Altec Limited Warranty) CHASSIS: 1. 1 2003 Ford F450 Cab and Chassis, single rear aide Renuired Features: Wheelbase: 140,8 inches with 60 CA(cab-to-axle) Chassis Frame: Front Axle Rating: 6,000 pounds Rear Axle Rating: 13,500 pounds GVWR(Gross Vehicle Weight Rating). 15,000 pound Front Axle:Ford with 6,000 pound capacity Front suspension:6,000 pounds capacity Rear Axle: 13,500 pounds capacity Rear suspension: 13,500 pounds capacity Brakes:Hydraulic Engine: 6.0 L diesel, 235 hp electronic engine Transmission:Ford 6 speed manual with PTO opening Alternator: 110 amp Paint cab- while;frame-bledt enamel;wheels-white Rear Axle Ratio:4.88:1 Fuel Tank:37 gallon,mounted behind rear axle Front Tires:LMT400, 70R19,5 Front Wheels: 19.5 steel disc Rear Tires:LMT400,70R19,5 Rear Wheels: 19.5 steel disc Heater and integral air conditioning it AM/FM stereo radio Tinted windshield and door glass kJl Ai.... Z4,72SC3 01/Z5/UJ 4V:11 m A City of Ocoee A130-G 9 QUOTEN ALTEC INDUSTRIES,INC. BY Tim Luker,Inside Sales Representative Notes: 1. F.O.B. Ocoee,FL 2 Prices do ribt,include1 state or bcal tags 3 Altec Industries,Inc. to supply a customer approval drawing prior to production 4 Delivery 180 days after receipt of purchase order and approved customer approval drawing. 5. Reference:GSA Contract irGS-30E-l028G,item#A-3 6. This quotation is valid for 45 days. After 45 days please contact ALTEC Industries,Inc. for a possible extension of quotation t. ment Tarps: Four yelclease,with uyout, tbM1 b Altecehal Se Monthly ease paym is to be S1,2 .00 • 8 After the initial warranty period, Altec Industries,Inc_ offers mobile service units, in-shop service and same day parts shipments on most pans from service locations nationwide at an additional competitive labor and parts rate. • • • Qpitec ALTEC INDUSTRIES, INC. PRICE LIST EFFECTIVE AUGUST 1 , 2002 THROUGH JULY 31, 2003 FOR CONTRACT #GS-30E-1028G CONTRACT PERIOD: AUGUST 1, 2002 THROUGH JULY 31, 2007 UNDER THE GENERAL SERVICES ADMINISTRATION SCHEDULE # FSC GROUP 23 V FOR: "VEHICLE-MOUNTED PERSONNEL LIFTS, DIGGER DERRICKS & CABLE PLACERS" 8/1/02 ALTEC INDUSTRIES, INCORPORATED WORLD WIDE MANUFACTURER OF: MOBILE HYDRAULIC EQUIPMENT FOR THE UTLITY INDUSTRY, TELECOMMUNICATIONS INDUSTRY AND SPECIAL PURPOSE VEHICLES. GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE AUTHORIZED FEDERAL SUPPLY SCHEDULE CATALOG/PRICE LIST FSC GROUP 23 V VEHICLE-MOUNTED PERSONNEL LIFTS, DIGGER DERRICKS & CABLE PLACERS CLASS 2320 CONTRACT NUMBER GS-30E-1028G • CONTRACT PERIOD: AUGUST 1, 2002 THROUGH JULY 31, 2007 CONTRACTOR: ALTEC INDUSTRIES, INC. 210 INVERNESS CENTER DRIVE BIRMINGHAM,ALABAMA 35242 OFFICE PHONE 800-892-4081 EXT 3891 CELL PHONE 205-335-2648 FAX 205-458-3881 E-MAIL: clrobins@altec.com CONTACT: MR. CHARLES ROBINSON BUSINESS SIZE: LARGE 8/1/02 1. (a) SIN 232-1, 232-2, 232-3 Entire "Federal Gov't Price Sheet" reflects lowest price for 1. (b) Lowest Price Model: models available under contract. 2. Order Limitations: 5-8 Units per SIN: 1% Discount from Contract Price 9-14 Units per SIN: 1.5%Discount from Contract Price 15-19 Units per SIN: 2% Discount from Contract Price 20+Units per SIN: TBD at Time of Order 3. Minimum Order: $100.00 4. Geographic Area: 48 Contiguous States and District of Columbia 5. Points of Production: See Installation Centers Listed in Catalog 6. Statement of Net Price: See Price List Blocks A-1 through A-48 7. Quantity Discount: See Number 2 (Order Limitations) 8. Prompt Payment Terms: Net 30 days 9. Government Credit Card: On Request and Approval, up to and over Micro-Threshold 10. Foreign Items: Not Applicable 11. (a) Time of Delivery: 180 to 260 days after receipt of order depending upon model ordered,as indicated in Altec "Federal Government Price List Dated 8-1-2002" 11. (b)Expedited Delivery: Not Applicable 11. (c) Overnight Delivery: Not Applicable 11. (d) Urgent Requirements: Please Contact Charles Robinson for Urgent Requirements 12. FOB: Destination in the 49 contiguous states and District of Columbia 13. Ordering Address: Altec Industries, Inc. 1730 Vanderbilt Road Birmingham,AL 35234 Attn: Charles Robinson Office Phone 800-892-4081 x3891 Or 205-458-3891 Cell Phone 205-335-2648 Fax 205-458-3881 Email: clrobins@altec.com 8/1/02 ti 14. Payment Address: Altec Industries, Inc. 210 Inverness Center Drive Birmingham,AL 35242 Attn: Scott Reed Wire Transfers: AmSouth Bank Birmingham,AL Attn: Terri Odum AC-205 Phone 205-326-5248 ABA Routing#062000019 Account#30053064 15. Warranty: 12 months or 12,000 miles, whichever comes first 16. Export Packing Charges: S 100.00 17. Terms for Credit Cards: Credit Card Accepted Based on Approval 18. Terms for Rental, Maintenance and See Warranty Repair: 19. Terms & Conditions of Installation: Final installation points will be determined by Altec depending on plant loading & final delivery location. 20. Terms &.Conditions of Repair Parts Not Applicable indicating date of parts price lists and any discounts from list prices: 21. List of Service & Distribution Points: Reference Altec Product Catalog 22. List of Participating Dealers: Not Applicable 23. Preventative Maintenance: Each unit furnished by Altec under this contract will receive one full day of training in the overall proper operation and maintenance as specified in the maintenance manual. 24. Environmental Attributes: Sec Compressed Natural Gas (LNG) Option in Price List 25. DUNS Number: 625217906 26. Notification Regarding CCR Altec Industries, Inc. is CCR Registered Registration: 8/1/02 f=' Federal Government Price List With Discount //�� ,,.,, Effective August 1, 2002 Through July 31, 2003 !LOt t,,.,,c ITEM#A-1 ITEM#A-2 ITEM#A-3 MODEL AT200AV AS DESCRIBED ON PAGE MODEL AT200A AS DESCRIBED ON PAGE MODEL AT30-G AS DESCRIBED ON PAGE A-3 Al A-2 CHASSIS PER FEDERAL STANDARD 11307AE, CHASSIS PER FEDERAL STANDARD#307AE, CHASSIS PER FEDERAL STANDARD TABLE 15, ITEM 748 f TABLE 7,ITEM 34 #307AE,TABLE 15,ITEM 748 TOTAL"GSA'PRICE.,, 54,729 00 TOTAL GSK PRICE- - 46,664.00 TOTAL'GSA'PRICE... 47728.00 .. OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY EDC-12-Volt DC lowering system 877.00 AL-Air line to platform 100.00 AL-Air line to platform 100.00 HPR-Hydraulic Platform rotator 1,465.00 UCR-Continuous rotation 800.00 EDC-12-Volt DC lowering system 483.00 EDC-12-Volt DC lowering system 483.00 YO-Diesel Engine 4,424.00 - YD-Diesel Engine 4424.00 AWD-AII-wheel drive 4,575.00 5, _- AWD-All-wheel drive 4,576.00 Delivery 180 days Delivery 180 days Delivery 180 days REM#A-4 ITEM#A-5 ITEM#A£ MODEL AL32A AS DESCRIBED ON PAGE A-4 MODEL AT235 AS DESCRIBED ON PAGE MODEL AT235FSB AS DESCRIBED ON PAGE V A5 A-6 CHASSIS PER FEDERAL STANDARD#307AE, :! TABLE 15,ITEM 746 CHASSIS PER FEDERAL STANDARD CHASSIS PER FEDERAL STANDARD#307 AE, r #307AE,TABLE 15,ITEM 74B- TABLE 15,ITEM 74D .I. TOTAL G$A'PRIGE... 58,236.00 L TOTAL"GSA'PRICE 58,861.OD TOTAL'GSA'PRICE... 78,388,00 I' OPTIONS FOR THIS ITEM ONLY EDC-12-Volt DC lowering system 960.00 OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY ' YD-Diesel Engine 4,42400 AL-Air line to platform 100.00 AL-Air line to platform 100.00 AWD-All-wheel drive 4,575.00 EDC-12-Volt DC lowering system 483.00 EDC-12-Volt DC lowering system 483.00 CPP-Cable placing platform 3,485.00 UCR-Continuous rotation 80000 YD-Diesel Engine 4,424.00 YD-Diesel Engine 4,424.00 Delivery 180 days AWD-All-wheel drive 4,575.00 AWD-All-wheel drive 4,57500 • Delivery 180 days Delivery 180 days ITEM#A-7 ITEM#A-8 ITEM PA-9 MODEL AT37-G AS DESCRIBED ON PAGE MODEL L37M AS DESCRIBED ON PAGE A-6 MODEL TA37M AS DESCRIBED ON PAGE A-9 A-7 CHASSIS PER FEDERAL STANDARD CHASSIS PER FEDERAL STANDARD#194U, CHASSIS PER FEDERAL STANDARD#307AE, #307AE,TABLE 15,ITEM 74D TABLE 1,ITEM 512 EXCEPT WITH 10,000 LB. _ T TABLE 15,ITEM 74D FRONT AXLE TOTAL GSA"PRICE... 73.889.00 TOTAL'GSA'PRICE... 87,973.00 TOTAL GSA'PRICE... 61,935.00 OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY EDC-12-Volt DC lowering system 1,015.00 EDC-12-Volt DC lowering system 975.00 EDC-12-Volt DC lowering system 877.00 HPR-Hydraulic Platform rotator 830.00 INTR-Outrigger boom interlock 370.00 _ HPR-Hydraulic Platform rotator 1,465.00 YD-Diesel Engine 4,424.00 AWD-All-wheel drive, 12,00D lb. 22,218.00 UCR-Continuous rotation 800.00 AWD-All-wheel drive 4,575.00 US35-35'boom height in lieu of 37' (-500.00) YD-Diesel Engine 4,424.00 AWD-All-wheel drive 4,575.00 Delivery 180 days Delivery 180 days Delivery 180 days. ITEM*A-10 ITEM#A-11 ITEM*A-12 MODEL TA40 AS DESCRIBED ON PAGE A-I0 MODEL TA41M AS DESCRIBED ON PAGE MODEL L42A AS DESCRIBED ON PAGE A-12 A-11 CHASSIS PER FEDERAL STANDARD#794U, CHASSIS PER FEDERAL STANDARD 4794U, TAM E 1. ITEM 512 EXCEPT WITH 10,000 LB. CHASSIS PER FEDERAL STANDARD 6794U, FABLE I, ITEM 512 EXCEPT WITH 10,000 LB FRONT AXLE i TABLE :. ITEM 513 EXCEPT WITH 12,0W FRONT AXLE 19 FRONT AXLE , TOTAL GSA PRICE . 81 251100 I OTAL-GSA PRICE... 6505200 -O FAL. GSA"PHICB. 91.20-.00 i OPTIONS FOR THIS ITEM ONLY ' OPTIONS FOR THIS ITEM ONLY EDC- '2-Volt DC to - Loy5tum1 n75110 OPTIONS FOR THIS ITEM ONLY EDC 12 t PC inwering sv i,'m 1 01S 00 I HPR-Hydraulic Platform rotator 830.00 EDC-12-Volt DC lowering system 975.00 AWD-All-wheel drive, 12.000 lb. 22,218.00 INTR-Outrigger boom'interlock 370.00 AWD-All-wheel drive, 12,030 lb. 22,218,00 AWO-All-wheel drive, 12,000 lb. 16,888.00 Delivery 180 days Delivery 180 days Delivery 180 days Prices above are In D.S.Dollars 1 8/1/02 /�{�,��AILL Federal Government Price List With Discount !M Effective August 1, 2002 Through July 31, 2003 ITEM#A-13 ITEM#A-14 ITEM 4A-15 _ ---- MODEL L42M AS DESCRIBED ON PAGE A-13 MODEL TA40-T45 AS DESCRIBED ON PAGE MODEL TA45 AS DESCRIBED ON PAGE A-15 A-14 CHASSIS PEP FEDERAL STANDARD#794U, CHASSIS PER FEDERAL.STANDARD#794U. TABLE 1,ITEM 512 EXCEPT WITH 10,000 LB. CHASSIS PER FEDERAL STANDARD#794U, TABLE 1,ITEM 513 EXCEPT WITH 12,000 LB. FRONT AXLE TABLE 1,ITEM 513 EXCEPT WITH 12,000 FRONT AXLE LB. FRONT AXLE TOTAL"GSA"PRICE... 96,319.00 TOTAL GSA'PRICE - 91,39400 TOTAL°GSA"PRICE_. 98,616.00 OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY EDC-12-Volt DC lowering system 1,015.00 OPTIONS FOR THIS ITEM ONLY EDC- 12-Volt DC lowering system 975 00 INTR-Outngger boom interlock 670.00 EDC-12-Volt DC lowering system 9/5.00 INTR-Outrigger boom interlock 370.00 AWD-AII-wheel drive, 12,000 lb. 22,218.00 INTR-Outrigger boom Interlock 3/0.00 AWD-All-wheel drive, 12,000 lb. 16,888.00 AWD-All-wheel drive, 12,000 lb. 16,888.00 Delivery 180 days ITEM#A- Delivery days Delivery 180 days 180 MODEL 16 ITEM kA-1T ITEM#A-18 MODEL TA45M AS DESCRIBED ON PAGEMODEL AN546P AS DESCRIBED ON PAGE TA45450 AS DESCRIBED ON PAGE A-16 A-17 A-18 CHASSIS PER FEDERAL STANDARD#794U, CHASSIS PER FEDERAL STANDARD 01794U, CHASSIS PER FEDERAL STANDARD N794U, TABLE 1, ITEM 513 EXCEPT WITH 12,000 LB. TABLE 1,ITEM 512 EXCEPT WITH 10,000 TABLE 1, ITEM 513 EXCEPT WITH 12,000 LB. FRONT AXLE LB.FRONT AXLE FRONT AXLE TOTAL"GSA"PRICE... 95,054.00 TOTAL"GSA"PRICE._ 86,336.00 TOTAL"GSA"PRICE... 101,016.00 OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY EDC- 12-Volt DC lowering system 975-00 EDC1 -12-Volt DC lowering system 770.00 EDC- 12-Volt DC lowering system Oit 00 INTR-Outrigger boom interlock 370.00 INTR•Outngger boom inledack 296.00 INTR-Outrigger boom interlock 370.00 AWD-AII-wheel drive, 12,000 lb. 16,888.00 AWD-All-wheel drive, 12,000 lb. 22,218.00 AWD-All-wheal drive, 12,000 lb. 18.888.00 Delivery 180 days Delivery 210 days Delivery 180 days ITEM#4.-19 ITEM 4A-20 ITEM#A-21 MODEL TA45M-T50 AS DESCRIBED ON MODEL AM50 AS DESCRIBED ON PAGE MODEL AN650P AS DESCRIBED ON PAGE PAGE A-19 A-20 A-21 CHASSIS PER FEDERAL STANDARD#794U, CHASSIS PER FEDERAL STANDARD#794U, CHASSIS PER FEDERAL STANDARD#794U, TABLE 1,ITEM 513 EXCEPT WITH 12,000 LB. TABLE 1,ITEM 513 EXCEPT WITH 12,000 TABLE 1,ITEM 512 EXCEPT WITH 10,000 LB. FRONT AXLE LB.FRONT AXLE FRONT AXLE TOTAL"GSA'PRICE... 106,990.00 TOTAL"GSA"PRICE... 114,992.00 TOTAL"GSA"PRICE... 87,574.00 OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY EDC-12-Volt DC lowering system 975.00 EDC1-12-Volt DC lowering system 1,000.00 EDC1 -12-Volt DC lowering system 770.00 INTR-Outrigger boom interlock 370.00 INTR-Outrigger boom interlock 468.00 INTR-Outrigger boom interlock 296.00 AWO-All-wheel drive,12,000 lb. 16,888.00 AWD-All-wheel drive. 14,000 lb. 17,858.00 GB-Compensating boom 3,390.00 AWD-All-wheel drive, 12,000 lb. 22.218.00 Delivery 180 days Delivery 210 days Delivery 210 days REM#A-22 ITEM#A-23 ITEM#A-24 MODEL AN650MH AS DESCRIBED ON PAGE MODEL AN755P AS DESCRIBED ON PAGE MODEL AN755MH AS DESCRIBED ON PAGE A-22 A-23 A-24 CHASSIS PER FEDERAL STANDARD#794U, CHASSIS PER FEDERAL STANDARD NT94U, CHASSIS PER FFDERAI.STANDARD#794U, TABLE 1.ITEM 513 EXCEPT WITH 12,000 LB. TABLE 1, ITEM 513 EXCEP' WITH 12,000 I TABLE 1,ITEM 513 EXCEPT WITH 12,000 LB. FRONT AXLE LB. FRON I AXLE I FRONT AXLE i 61 AL USA FRILL_- L I . 00 TOT21 CCP is I'°r 17 rn o rOT41 .no "°nlrF /F.a' OPTIONS FOR THIS ITEM ONLY ' OPTIONS FOH THIS I I EM ONLY I OPTIONS FOR THIS ITEM ONLY 8001 in-Volt no lowering system 7/0.00 EDC1 12-Volt DC Immense systeni 770.00 EDC1-12 Volt DC lowering system 1.090.00 INTR Outrigger ovum relax sod Uu INTR Igg_, ' ' __: INTR '^ ri/ sea nr. CB Compensating boom 3,390.00 CB-C mpensating boom 6075.00I CB Compensaling boom 6.075.00 ' AWD-All-wheel'drive, 14,000 lb. 22,218.00 AWO-All-wheel drive, 14.000 lb. 17,558.00I AWD-AlI-wheel drive. 14.000 lb. 17,858.00 Delivery 210 days Delivery 210 days I Delivery 210 days Prices above are in U.S.Dollars 2 8/1/02 Federal Government Price List With Discount Effective August 1, 2002 Through July 31, 2003 nfiµ e,, ITEM#A-25 ITEM#A-26 - ITEM#A-27 MODEL 055E-OC AS DESCRIBED ON PAGE MODEL AM55 AS DESCRIBED ON PAGE MODEL LRV55 AS DESCRIBED ON PAGE A-27 A-25 A-26 CHASSIS PER FEDERAL STANDARD#794U, CHASSIS PER FEDERAL STANDARD 4807H, CHASSIS PER FEDERAL STANDARD#794U. TABLE 1,ITEM 513 EXCEPT WITH 12,000 LB. TABLE 1,ITEM 613A EXCEPT WITH 14,000 TABLE 1, ITEM 513 EXCEPT WITH A 12,000 FRONT AXLE LB.FRONT AXLE LB.FRONT AXLE TOTAL 65A PRICE... 102,14400 TOTAL'GSA"PRICE... 133,062,00 TOTAL"GSA'PRICE.. 120,655,00 OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY EDC1 -12-Volt DC lowering system 1,549 00 EDC1-12-Volt DC lowering system 1,000.00 EDC1 -12-Vatt DC lowering system 1,000.00 INTR-Outrigger boom interlock 296.00 INTR-Outrigger boom interlock 468.00 I INTR-Outrigger boom interlock 468.00 US58-58'boom in lieu of 55' 1 000.00 AWD-All-wheel drive, 16,000 lb. 22,605.00 AWE/-All-wheel drive, 14000 lb. 17,858.00 AWL)-All-wheel drive, 14,000 lb. 17,85800 T53-Automatic transmission 5,24000 Delivery 210 days • Delivery 210 days Delivery 210 days ITEM#A-28 ITEM#A-29 ITEM#A-30 MODEL LRV60 AS DESCRIBED ON PAGE MODEL AM900P AS DESCRIBED ON PAGE MODEL AM800MH AS DESCRIBED ON PAGE A-2B A-29 A-30 CHASSIS PER FEDERAL STANDARD#794U, CHASSIS PER FEDERAL STANDARD#]94U, CHASSIS PER FEDERAL STANDARD#794U, TABLE 1,ITEM 513 EXCEPT WITH A 12,000 TABLE 1,ITEM 513 EXCEPT WITH 14,000 TABLE 1,ITEM 513 EXCEPT WITH 14,000 LB. LB,FRONT AXLE LB.FRONT AXLE FRONT AXLE TOTAL"GSA"PRICE... 105,269,00 TOTAL"GSA"PRICE._ 116,520,00 TOTAL'GSA"PRICE._ 125,183,00 OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY MCI -12-Volt DC lowonng system 1,549.00 EDC1-12-Volt DC lowering system 840.00 EDC1- 12-Volt DC Icwenng system 840.00 INTR-Outrigger boar interlock 296.00 INTR-Outrigger boom interlock 468.00 INTR-Outrigger boom interlock 468.00 AWD-All-wheel dine, 14.000 lb. 17,858.00 AWD-All-wheelddve. 16000 lb. 20,550.00 AWD-All-wheel drive, 16,000 lb. 20,550.00 Delivery 210 days Delivery 210 days Delivery 210 days ITEM#A-31 ITEM#A32 ITEM#A-33 MODEL LRV60-E70 AS DESCRIBED ON MODEL A65MH AS DESCRIBED ON PAGE MODEL AT2T AS DESCRIBED ON PAGE A-33 PAGE A-31 A-32 CHASSIS PER FEDERAL STANDARD#807H, CHASSIS PER FEDERAL STANDARD#194U, CHASSIS PER FEDERAL STANDARD#BOTH, TABLE 1,ITEM 613A EXCEPT WITH 16,000 LB. TABLE 1,ITEM 513 EXCEPT WITH A 12,000 TABLE 1,ITEM 613A EXCEPT WITH A 14,000 FRONT AXLE LB.FRONT AXLE LB.FRONT AXLE TOTAL"GSA'PRICE... 154,825.00 TOTAL'GSA'PRICE... 118,139.00 TOTAL GSA'PRICE... 142,581.00 OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY EDCI-12-Volt DC lowering system 1,455.00 EDC1 -12-Volt DC lowering system 1,549.00 EDC1 -12-Volt DC lowering system 1.455.00 INTR-Outrigger boom interlock 468.00 INTR-Outrigger boom interlock 296.00 INTR-Outrigger boom interlock 468.00 AWD-All-wheel drive, 18.000 lb. 22,605.00 AWD-All-wheel drive, 14,000 lb. 17,858.00 AWD-All-wheel drive, 16,000 lb. 22,605.00 T53-Automatic transmission 5,240.00 T53-Automatic transmission 5,240.00 Delivery 210 days Delivery 210 days Delivery 210 days ITEM RA34 ITEM#A35 ITEM#A-36 MODEL ATTT AS DESCRIBED ON PAGE A-34 MODEL ATTT-E93 AS DESCRIBED ON PAGE MODEL AM900-E100 AS DESCRIBED ON A-35 PAGE A-36 ' CHASSIS PER FEDERAL STANDARD#807H, . TABLE 1,ITEM 613A EXCEPT WITH 18,000 CHASSIS PER FEDERAL STANDARD e807H, CHASSIS PER FEDERAL STANDARD#80T1, LS. FRONT AXLE TABLE 1, ITEM 613A EXCEPT WITH 18,000 TABLE 1, ITEM 613A EXCEPT WITH 16 000 LB. LB. FRONT AXLE FRONT AXLE TOTAL"GSA"PRICE... 163.88200 t ' TOTAI GSA"PRICE 21 531 on TOTAL"GSA'PRICE 211,122.00 OPTIONS FOR THIS ITEM ONLY EDC1 -12-Von DC toweling system 1.455 OU I OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY 'NTH Outrigger boom interlock 468 00 EMI 12 Volt DC lowering system 1,455.00 EDC1-12 V It DC lowering system I;1Th5..Xi 1 AWD -AI- lw,drivo, I a,U, . L. 22.CC5 20 INTR e,e-hr -188 no INTR-Outrimier Lti m interlock 468.00 il T53 Automa&transmission 5,240.00 AWD All-wheel dnve. 18.000 lb. 22,605.00 AWD- Ailrietreelave. 18.uuU,0 2. w..u:. T53 Automatic transmission 5,24000 T53-Automatic transmission 5,240.00 Delivery 210 days Delivery 260 days - Delivery 260 days Prices above are in U.S.Dollars 3 8/1/02 �µ�� Federal Government Price List With Discount RAtec Effective August 1, 2002 Through July 31, 2003 ITEM*A-37 ITEM#A-38 ITEM#A-39 MODEL D842-SC AS DESCRIBED ON PAGE MODEL D842-BB AS DESCRIBED ON PAGE MODEL D842-BR AS DESCRIBED ON PAGE A-37 A-38 A39 CHASSIS PER FEDERAL STANDARD#794U, CHASSIS PER FEDERAL STANDARD#794U, CHASSIS PER FEDERAL STANDARD#794U. TABLE 1,ITEM 513 EXCEPT WITH 12,000 LB. TABLE 1.ITEM 513 EXCEPT WITH 12,000 TABLE 1, ITEM 513 EXCEPT WITH 12,000 LB. FRONT AXLE LB.FRONT AXLE FRONT AXLE TOTAL"GSA'PRICE... 122,203.00 TOTAL"GSA"PRICE... 123,50500 TOTAL"GSA"PRICE... 121,923.00 OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY INTR-Outrigger boom interlock 468.00 INTR-Outrigger boom interlock 468.00 INTR-Outrigger boom interlock 468.00 TW-Turret winch (-500.00) TW-Turret winch (-500.00) TW-Turret winch (-500.00) UHTC-Upper tool circuit 920.00 UHTC-Upper tool circuit 920.00 UHTC-Upper tool circuit 920.00 U545-45'Sheave height 3,11500 U545-45'Sheave height 3,115.00 US45-45'Sheave height 3.11500 AWD-All-wheel drive, 14,000 lb. 17,858.00 AWD-All-wheel drive. 14,000 lb. 17,858.00 AWD-All-wheel drive, 14.000 lb. 17.85800 , NOTE:Select Auger from OPTIONS LIST NOTE:Select Auger from OPTIONS LIST NOTE:Select Auger from OPTIONS LIST Delivery 230 days Delivery 230 days Delivery 230 days ITEM#A-40 ITEM#0.<1 ITEM#A-42 MODEL 0945-BR AS DESCRIBED ON PAGE MODEL D2050-BR AS DESCRIBED ON MODEL 03055-BR AS DESCRIBED ON PAGE A-40 PAGE A-4I A-42 CHASSIS PER FEDERAL STANDARD 4794U, CHASSIS PER FEDERAL STANDARD#807H, CHASSIS PER FEDERAL STANDARD 4807H. TABLE 1, ITEM 513 EXCEPT WITH 14,000 LB. TABLE 1, ITEM 613A EXCEPT WITH 14,000 TABLE 1. ITEM 613A EXCEPT WITH A 16,000 FRONT AXLE LB. FRONT AXLE LB. FRONT AXLE TOTAL"GSA'PRICE... 135,479.00 TOTAL'GSA"PRICE.. 141,555.00 TOTAL"GSA"PRICE... 158,299.00 OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY INrR-Outrigger boom interlock 468.00 INTR-Outrigger boom interlock 468.00 INTR-Outrigger boom interlock 468.00 TW-Turret winch (-500.00) TW-Turret winch (-500 00) TW-Turret winch (-50000) US4T-4T Sheave height 2,135.00 USES-55'Sheave height 2,50000 US60-60'Sheave height 2,500.00 AWD-All-wheel drive,16,000 lb. 20,550.00 AWD-All-wheel drive, 16,000 lb. 22,605.00 AWO-All-wheel drive, 18,000 lb. 22,605.00 NOTE:Select Auger from OPTIONS LIST T53-Automatic transmission 5,240.00 T53-Automatic transmission 5,240.00 Delivery 230 days NOTE:Select Auger from OPTIONS LIST NOTE:Select Auger from OPTIONS LIST Delivery 240 days Delivery 240 days ITEM#A43 ITEM 10.44 ITEM#A-45 MODEL D40604R AS DESCRIBED ON PAGE MODEL D4065-TR AS DESCRIBED ON PAGE MODEL H035 AS DESCRIBED ON PAGE A-45 A43 i A-44 CHASSIS PER FEDERAL STANDARD#807H, CHASSIS PER FEDERAL STANDARD#807H, CHASSIS PER FEDERAL STANDARD#80/H, TABLE 1, ITEM 813A EXCEPT WITH A 14,000 TABLE 1,ITEM 613A EXCEPT WITH 16,000 TABLE 1.ITEM 613A EXCEPT WITH 16.000 LB.FRONT AXLE LB.FRONT AXLE LB. FRONT AXLE TOTAL GSA"PRICE. . 218,780.00 TOTAL'GSA"PRICE... 171486.00 TOTAL"GSA"PRICE_. 176.020,00 OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY OPTIONS FOR THIS ITEM ONLY INTR-Outrigger boom interlock 468.00 INTO-Outrigger boors interlock 468.00 INTR-Outrigger boom interlock 468.00 HD35-17-IT Digger (-1,000.00) AWD-Alt-wheel drive,18,000 lb. 22,605.00 AWD-All-wheel drive, 18,000 lb. 22,605.00 HD35-10-10'Digger (-2.813.00) T53-Automatic transmission 5240.00 T53-Automatic transmission 5,240.00 AWD-All-wheel dye,16,000 LB. 22,605.00 NOTE:Select Auger from OPTIONS LIST NOTE:Select Auger from OPTIONS LIST T53-Automatic Iransmission 5,2421.00 NOTE:Select Auger from OPTIONS LIST Delivery 240 days Delivery 240 days Delivery 230 days ITEM NA-46 , ITEM#A-47 ITEM#A-48 MODEL RL9 AS DESCRIBED ON PAGE A 46 I MODEL AH100 AS DI-SCHIBEE)ON PAGE MODEL HL125 AS DESCRIBED ON PAGE A-48I A . qHAS SIS PER rEUT HAI STANDARD#794U i CHASSIS PER LDERAL S ANDAHD 480/H, TABLE I,ITEM 513 EXCEPT WITH 12,000_B. CHASSIS HEN I FDL1IAL S LANL'AHU 11( H TA3LEI ITEM 6 13A EXCEP I WITH 20 Orin Ili FRONT AXLE I TABLE I ITEM 613A EXCEPT WITI l 20,0043 FRONT AXLE TOTAL"GSA"PRICE... 120,425.00 ' TOTAL"GSA"PRIGS_ 060,680.00 TOTAL-GSA"PRICE... 310.665.00 OPTIONS Al transportability FnR oNIS ITEM ONLY OPTIONS FOwhe l dry ITEM O00 LY lb AIR--Aheel 11,888.00 OPTIONS FORl THIS ITEM ONLY AWD-AII-wheal tlrive,21,000 Ile. 26,290.00 AWD-AII-wheel drive,12,000 lb. 16,888.00 AWD-AlFwheel drive.21,000 lb. 26,29000 Delivery 230 days Delivery 230 days Delivery 230 days Prices above are in U.S.Dollars 4 8/I/02 ALTEC PRICE LIST EFFECTIVE AUGUST 1,2002 THROUGH JULY 31,2003 GENERAL ACCESSORY OPTIONS !P1b3C ACCESSORIES OPTION CODES APPLICATIONS PRICE AL-Air line to platform SEE ITEM LIST SEE ITEM LIST BK-5-gallon water cask with cup dispenser and mounting bracket ALL 95.00 • CB-Compensating upper boom. Raises the upper boom in SEE ITEM LIST SEE ITEM LIST conjunction with the lower boom. CL-Compartment lights in body compartments ALL 425.00 CPP-Cable placing platform SEE ITEM LIST SEE ITEM LISTi, DRA-Drill auger set for UTW includes five(5) 8"-long augers in FOR USE WITH UTS7 168.00 sizes of 9/16", 11/16", 13/16", 15/16',and 17/16" ESG-Expert Service Guide on CD-ROM. (Operators,maintenance DOES NOT INCLUDE CHASSIS 683.00/year and parts manual for hydraulic equipment) 'This option must be renewed each year directly with Altec by user. EDC-Emergency 12-Volt DC pump for unit operation. Runs off SEE ITEM LIST SEE ITEM LIST vehicle batteries,for storing unit when truck engine quits. EDC1-Emergency 12-Volt DC pump for unit operation. Runs off SEE ITEM LIST SEE ITEM LIST vehicle batteries,for storing unit when truck engine quits. Includes • engine start/stop. EMP-Equipment/chassis monitoring package. An integrated ALL 3,059.00 satellite-driven system with 12 inputs,4 outputs,and 31708 interface, enabling one to locate equipment and capture equipment/chassis operating parameters. Includes 24-month satellite time and Web access utilizing a Low Earth Orbit(LEO)system that monitors odometer,fuel consumption,equipment usage,etc.,via the Internet FEX-Emergency Equipment.Extinguisher and Triangles. One 5- ALL 100.00 lb.ABC fire extinguisher with bracket shipped loose and three(3) weighted triangle signs with plastic storage case mounted in cab. it GEN-Gas powered generator 5,000-watt rated 6,250 surge. 12-vdc ALL 2,512.00 electric start with 5-gallon fuel tank. Runs 7 hours on tank full at 50%power. 120 and 240 Volt output. Attached to vehicle with pins for easy removal. �. 11D35-17- 17' high pressure digger in lieu of 22' digger A-45 SEE ITEM LIST 1' HD35-10- 10' high pressure digger in lieu of 22_' digger A-45 I SEE ITEM LIST j Jr HGEN Hydraulic generator 3000 watt load demand with outlet at A-7 AND ABOVE, BUT CAN BE I -216.00 i rear of body and automatic throttle advance. (Connected to GEI at INSTALLED ON SMALLER UNITS boom tip on non-insulated units). WITH ADDITIONAL PARTS AND COST RPR-Hydraulic platform rotator that rotates the platform 180 SEE ITEM LIST SEE ITEM LIST degrees around the end of the boom. • 5 8/1/02 /�{�,�,�ALTEC PRICE LIST EINECTIVE AUGUST 1,2002 THROUGH JULY 31,2003 nfl GENERAL ACCESSORY OPTIONS ACCESSORIES OPTION CODES APPLICATIONS _ PRICE HRM—Hose reel manual lake-up for mounting 25'conductive ALL INSULATED AERIAL DEVICES 452.00 hoses with HTMA quick couplings that come with the lower tool (NOTE:INCLUDED ON DERRICKS) circuit When it is an available option,lower tool circuit must be ordered separately. ARS—Hose reel spring loaded for mounting 25'conductive hoses ALL INSULATED AERIAL DEVICES 641.00 with HTMA quick couplings that come with the lower tool circuit When it is an available option,lower tool circuit must be ordered separately. HRS DERRICK—Same as above but with derricks DERRICKS ONLY 189.00 INTR—Outrigger boom interlock device that will not let boom SEE ITEM LIST SEE ITEM LIST function unless outriggers are extended. LCR—Lifting conductor holder. Kit contains a 9' cross arm with 1,292.00 three(3)conductor holders with necessary hardware to mount and brace. LCR2—Lifting conductor holder. Kit contains Gin Pole Socket 1,729.00 attached to platform,5'mast,9'cross arm with three(3)conductor holders with necessary hardware to mount and brace. LCR3—Lifting conductor holder. Kit contains mounting bracket A-37 THROUGH A-39 1.834.00 attached to boom tip. Aluminum mast holder,5'mast,and 9'cross arm with three(3)conductor holders with necessary hardware to mount and brace. Derrick also requires special pole guide to clear mounting brackets. LCR4—Lifting conductor holder. Kit contains an extendible jib A-41 THROUGH A-44 2,399.00 mounted to the boom tip and a 9'cross arm with three(3)conductor holders with necessary hardware to mount and brace. LTC—Lower tool circuit,for operation of hydraulic tools on the ALL INSULATED AERIAL DEVICES 388.00 ground. Comes with one set of quick disconnects and two(2)25' tool hoses with quick disconnects. (Required when hose reel is ordered.) • MCR—Multiple Conductor Roller,attaches to end of jib for lifting MATERIAL HANDLING AERIAL 404.00 phases. DEVICES ORP—One(1)pair 24"x 24"x 3"wooden outrigger pads with one ALL 425.00/PAIR (1)pair 25"x 25"x 4"outrigger pad holders installed under body. li PSM—Additional Manual, Additional chassis manufacturer's -- ALL , 289.00 manual and additional unit parts,service,and operational manual. PSWl—Pure sine wave inverter, 1800 watts continuous. I W-V.4C ALL 1,795.00 outlet at rear of body. RADIO—Radio controls for total control of derrick fractions from ALL DERRICKS 9,360.00 the ground up to 50' away. RDH—Rigid door holders in body compartment doors ALL 225.00 4 6 8/1/02 ALTEC PRICE LIST EFT LCTIVE AUGUST 1,2002 THROUGH JULY 31,2003 GENERAL ACCESSORY OPTIONS nf1llCii.c ACCESSORIES OPTION CODES APPLICATIONS PRICE SENTRY—Altec CD-driven SENTRY°self-training program for ALL 175.00 insulated aerials or derricks SDL—Security door locking system,utilizing a dual-rod system ALL 275.00 whereby each rod locks all doors on one side • SOC—Socket set for UTW includes eight(8)4-point sockets in FOR USE WITH I1TW 110.00 1' sizes of 9/16",5/8", 11/16",3/4", 13/16",7/8", 15/16",and l". All sockets to be 1/2"drive. • SOC1—Socket set for UTS6 includes eight 11-point sockets in sizes FOR USE WITH UTS6 331.00 • of I", 1 1/8", 1 1/4", 1 3/8", 1 1/2", 1 5/8", 13/4", 1 7/8",2",2 1/8", i and 2 1/4". All sockets to be 3/4"drive. SPOT—Post-mounted spotlight'One post-mounted spotlight ALL 130.00 mounted driver's side of chassis. Controls are extended in cab for • ease of operation. I' SPOT1—Post-mounted spotlight Two(2)post-mounted spotlights ALL 269.00 mounted one each side of chassis. Controls are extended in cab for ease of operation. SPOT2—Deck-mounted spotlight. Two(2)deck lights mounted on ALL 194.00. boom support to illuminate the cargo area. Each light has individual on/off switch and can be directed wherever required. Till—Tool holder for pistol grip chainsaw,slip-on type for platform FOR USE WITH UTS-1 105.00 • with or without liner. Keeps tool outside of platform for optimum room. TH2—Tool holder for pole saw,attaches to boom on aerial devices FOR USE WITH UTS-2 179.00 ',i to keep tool accessible and out of platform. Attaches to boom by means of non-conductive straps and buckles(2 pieces). j TH3—Tool holder for circle saw,attaches to boom on aerial devices FOR USE WITH UTS-3 158.00 to keep tool accessible and out of platform.Attaches to boom by means of non-conductive straps and buckles(2 pieces). i. TH4—Tool holder for pruner,attaches to boom on aerial devices to FOR USE WITH UTS-4 165.00 keep tool accessible and out of platform. Attaches to boom by means of non-conductive straps and buckles(2 pieces). 11 THS—Tool holder for impact wrenches and drills,clip-on type, FOR USE WITH UTW,UTS-6,AND 160.00 attaches to platform with or without liners to keep tool accessible and UTS-7 , , out of platform. , • J I THS—Tool hoses,second set. 8'of 3/8"non-conductive orange i ALL UPPER TOOLS WITH CODES 168.00 hose with clear hose guard on both ends HTMA couplers installed 1 STARTING Willi UTS, AND UNITS each end. One(1)set of hoses come with vehicle when you order a I WITH TWO SETS OF UPPER TOOL hydraulic upper tool. COUPI FRS TJ—Jack,hydraulic 12-ton with handle and a 4-way lug wrench FOR USE WITH ALL NAVISTAR 118.00 I I,. CHASSIS. SMALL CHASSIS AND °', VANS HAVE JACK AM)LUG WRENCH STANDARD. • 7 8/1/02 . //��{µ�,����tecALTEC PRICE LIST EllECTIVE AUGUST 1,2002 THROUGH JULY 31,2003 !A GENERAL ACCESSORY OPTIONS ACCESSORIES OPTION CODES APPLICATIONS PRICE TT-Tool tray,fiberglass,clips to outside of platform with or Al 1 121.00 without liner UCR-Continuous rotation SEE ITEM LIST SEE ITEM LIST US35-35'boom height in lieu of 37'boom height SEE ITEM A-7 SEE ITEM LIST US58-58'boom height in lieu of 55'boom height SEE ITEM A-27 SEE ITEM LIST US45-45'boom height in lieu of 42'boom height SEE ITEM A-37,38,39 SEE ITEM LIST US47-47'boom height in lieu of 45'boom height SEE ITEM A-40 SEE ITEM LIST DIGGER DERRICK AUGER OPTIONS AUGER OPTION CODES APPLICATIONS PRICE UA09-9"diameter din auger full flight ALL DERRICKS 1,047.00 UA12-12"diameter dirt auger full flight ALL DERRICKS 1,294.00 UA18- 18"diameter dirt auger full flight ALL DERRICKS 1,535.00 1A24-24"diameter dirt auger full flight ALL DERRICKS 1,791.00 UA30-30"diameter dirt auger full flight A-41 THROUGH A-44 2,705.00 UAR09-9"rock ripper auger full flight' ALL DERRICKS 1,223.00 UAR12-12"rock ripper auger full flight* ALL DERRICKS • 1,446.00 UAR18-18"rock ripper auger full flight* ALL DERRICKS 1,754.00 UAR24-24"rock ripper auger full flight* ALL DERRICKS 2,242.00 UAR30-30"rock ripper auger full flight* A-41 THROUGH A-44 2,993.00 *For digging in rock type surface or coral HIGH PRESSURE DIGGER AUGER OPTIONS AUGER OPTION CODES APPLICATIONS PRICE PDRO9-9"Diameter auger for Pressure Digger ITEM A-45 1,694.00 PDR 18- 18"Diameter auger for Pressure Digger ITEM A-45 2,300.00 1 PDR24-24"Diameter auger for Pressure Digger ITEM A-45 3,488.00 PDR36-36"Diameter auger for Pressure Digger ITEM A-45 3,392.00 PDR48-48"Diameter auger for Pressure Digger ITEM A-45 4,300.00 8 8/1/02 ALTEC PRICE LIST EtlECTIVE AUGUST 1,2002 THROUGH JULY 31,2003 HYDRAULIC TOOL OPTIONS n/11GLt • TOOL OPTION CODES-DESCRIPTION APPLICATIONS PRICE UHC—Hydraulic capstan,portable. Includes a hydraulic foot valve 3,095.00 for operation and a mounting bracket. This bracket attaches to poles by mans of adjustable chains. Capstan powered by lower tool circuit. 3,000 lb.capacity at 8 gpm MEP—Hydraulic sump pump. Includes 25'of 2 1/2"water hose 2,305.00 with fitting for attachment to sump pump. Pump will move 300 gpm • at a 10'height at 8 gpm- Powered by lower tool circuit. IIHPP—Hydraulic pole puller. Used to pull poles for replacement 1,013.00 Comes with 7'of 12"high tensile chain and a base. Powered by ! lower tool circuit at 8 gpm. UHT—Hydraulic tamp. With kidney-shaped head used for back- 1,523.00 filling a pole hole. Comes with 3'hose whips and a 3'handle. Powered by lower tool circuit at 8 gpm. Provides 1600 blows per minute with a 2 12"stroke. UTSI—Hydraulic chainsaw,pistol grip. Dual-spool(will work on 1,181.00 either an open center or closed center system) 15"cutting capacity standard other lengths available. • - UTS2—Hydraulic pole saw. Featuring fiberglass poles and - 1,244.00 automatic chain oiling. Dual-spool(will work on either an open • center or closed center system) 15"bar 5' handle. No other length • bar is available. UTS3—Hydraulic circle saw. Featuring fiberglass pole and angled 1,250.00 head and special trigger guard that de-activates the saw if removed. Dual-spool(will work on either an open center or closed center system)9"diameter blade. j. UTS4—Hydraulic primer. Overall length of 84"with a cutting 1,278.00 capacity of 2 1/4". Primer has a special trigger guard that de- activates the pruner if removed. This tool is dedicated or will only work on open or closed system. UTS5—Hydraulic sump pump. Includes 25'of 2 1/2"water hose 1,313.00 with fitting for attachment to sump pump. Pump will move 375 gpm at a 10'height at 8 gpm. Powered by lower tool circuit • I UTS6—Hydraulic impact wrench. Maximum output torque of up to 1,822.00 1200 ft/Ibs. comes with 3/4"square drive standard. Can be used as drill or as impact. Sockets are available as accessories. This is a dedicated tool and will be matched to the unit system provided. Sockets available as accessories. �I IITS7—Hcdoulic drill. l_=es standard 1,7"lacnbs chuck,and with J 1 1,192.00 the correct bits handle drilling wood,metal or masonry. Speed and torque proportional to flow and pressure of tool system. Drill has dual-spool for open and closed center system. UTW-Hydraulic impact wrench. Maximum output torque of 400 1,444.00 ft/lbs. Comes with 7/16"quick change chuck to 12"drive with adapter. Can be used as drill or as impact Sockets and drill bits are available as accessories. 9 8/1/02 ALTEC PRICE LIST EFFECTIVE AUGUST 1,2002 THROUGH JULY 31,2003 n ` WINCH OPTIONS n WINCH OPTION CODES APPLICATIONS PRICE1,948.00 ECP—Electric capstan package. Includes a 12-VDC utility capstan hoist with 650 lb.single-line and 1300-lb.double-line capacity. Usually mounted on curbside rear of vehicle with drum to outside. Worm gear system for positive load handling. Remote 10' switch for`hands free'operation. No extended shaft. GNT—Mid-ship two-speed winch cont levels duty wind,and planetary aderrrdrive. ve. THROUGH THE WNCH CABLE ILLHPASS 21,893.00 m 15,000lb.bare dru capacity,powered AT operation.Swivel sheave at rear and 1,000 ft.of 7/16"cable with eye PEDiROUGH A°.SDTAEX ONAR L THE REAR in one end are provided. Controls for winch,dog,and brake are VE located in light channel curbside rear. Winch is air shifted with SHEAVE. (NOT RECOMMENDED FOR mechanical drum brake. An extended shaft with body tunnel and USE WITH ANY AERIAL DEVICES) door collar is provided. Front compartment on street side is default for winch motor and hydraulics. 2,557.00 MEW—Electric winch package. 12,000 lbs.(bare drum)electric planetary drive winch and bumper package installed on small Ford chassis(not vans). Comes with roller fair leads, 125'of 3/8" aviation cable with hook,and 10' remote control pendant. Bumper replaces original and bolts to frame. Includes gravel guards. No extended shaft. MHC—Mounted hydraulic capstan. Mounted curbside on front A-9 THROUGH A-48 3,281.00 frame extension curbside. MHW—Front hydraulic winch one-speed. 20,000 lb.(bare drum) A-9 THROUGH A-48 7,749.00 capacity,bumper package. Planetary drive winch with extended shaft to curbside. Bumper package includes a four-way roller,gravel guard,auras door,winch dog,and two(2)tow eyes. Winch comes with 150'of I2"cable with an eye in one end. Air controls are located inside the cab and on the front winch. UFEI3—CR reel bayonet capstan.20"diameter collapsible reel for ANY WINCH WITH AN EXTENDED 1,260.80 SHAFT. ALSO FITS MHC CODE wire take anda bayonet capstan drum that fit any of the winch HYDRAULIC CAPSTAN extended shaftsProvv ided. WFS—Winch extended shaft. For 25,00016.bare drum capacity B W 25 WINCH SUPPLIED ON RL9 630.00 four-speed mid-ships winch supplied on RL9. This includes body tunnel and door collar with sliding door. Access panel to winch provided as required. 10 8/1/02 ALTEC PRICE LIST El I'ECTIVE AUGUST 1,2002 THROUGH JULY 31,2003 CHASSIS OPTIONS FEIP tee COMMONLY ORDERED CHASSIS OPTION APPLICATIONS PRICE A13-ALTERNATOR MIN 130 AMP A-9 AND ABOVE,NOT AVAILABLE STANDARD ON FORD CHASSIS 15,000 GVW 115 VOLT IS STANDARD AWD-ALL-WHEEL DRIVE SEE ITEM LIST SEE IL EM LIST CC-CREW CAB. Full-width 4-door crew cab. Equipped with two A-9 THROUGH A-48 $5,075.00 (2)full width seats,the front being adjustable. Six(6)sets of restraints shall be provided,three(3)to each seat with outside sets having shoulder restraints. CEC-CALIFORNIA EMISSIONS/CERTIFICATION from ALL N/C chassis supplier that engine supplied is legal in California CNG-COMPRESSED NATURAL GAS-Dual fuel system using A-9 THROUGH A-48 25,500.00 compressed natural gas and diesel. Note: Add one(1)month to delivery. DA-DELETE AIR CONDITIONING/air conditioning deleted ALL (-590.00) from chassis. (Receive credit on chassis) DCT-DRIVER CONTROL I FD TRACTION lockout for use with 1,370.00 anti-lock brakes. Air anti-lock brakes required for all trucks in 1998. D3-TRACTION TYPE DIFFERENTIAL(no-spin)/automatic 810.00 type that transfers power from slipping wheel to non-slipping wheel • EH-ENGINE BLOCK HEATER OEM. 110-VAC A-9 THROUGH A-48 106.00 FJP-AVIATION FUEL COMPATABILITY with diesel engines A-9 THROUGH A-48 N/C 114-WINTERIZATION TO-47 DEGREES. Drain and refill 89.00 radiator with antifreeze with protection down to-47 degrees -MIL-MILITARY MARKINGS Tags,Data Plates,and Forms ALL 249.00 MILL-MILITARY MARKINGS(license plate option)Data - ALL 205.00 Plates,and Forms MTL-TRADER LIGHTING CABLE 110"coiled electric cable ALL WITH TBC OR TTP 65.00 with 7-way female trailer plugs on each end. To go with option TBC or YIP. MUST BE SPECIFIED. SC- Sf ICOVP RPBRFR HOSES with grainless steel clamps A-9 THROUGH A-48 F 161.00 SERA-COOLANTT I LEA"1'IlN BLOCK&CORD. 110-VAC A-9 THROUGH A=1S � 341 (70 coolant heater with 25' cord installed in lower coolant hose _ SEHB-ENGINE OIL HEATER W/BLOCK&CORD 110-VAC A-9 THROUGH A48 394.00 , Immersion healer with 25'cord installed in oil part SEHC-IN-LINE FUEL WARMER. Uses engine coolant to warm A-9 THROUGH A-48 418.00 fuel in lines before entering engine. Maximum heated temperature for fuel 80 degrees under any circumstance. • 11 8/1/02 ALTEC PRICE LIST El FECTIVE AUGUST 1, 2002 THROUGH JULY 31,2003 CHASSIS OPTIONS COMMONLY ORDERED CHASSIS OPTION APPLICATIONS PRICE SEND-IN-TANK FUEL WARMER. Uses engine coolant to warm A-9 THROUGH A-48 502.00 fuel in tank before pumping to engine. Maximum heated temperature for fuel 80 degrees under any circumstance. SRP-STANDARD RUSIPROOFING. Manufacturers standard - ALL 205.00 rust proof installed on cab and body and in doors. RUSTPROOF MATERIAL USED ANCHOR TUFLEX RP/785,light brown in color STA-SPARE TIRE/WHEEL. Shipped loose with vehicle unless ALL 456.00 STC option is ordered. Front tire STB-SPARE TIRE/WHEEL. Shipped loose with vehicle unless A-9 THROUGH A-48 456.00 STC option is ordered. Rear tire STC-SPARE TIRE CARRIER. Mounted in the cargo area of truck ALL 195.00 with chain retainer. Can be ordered without STA or STB for use with previously owned spare tire. TJ-LUG WRENCH/HYDRAULIC JACK. 4-way lug wrench and 118.00 hydraulic jack on larger chassis. Manufacturers standard on small chassis. (See accessories) TBC-TRAILER BRAKE CONTROLLER. Tractor package ALL 320.00 installed in cab with glad hands at rear and a set of coiled hoses for trailer connection. TIE-ELECTRIC TRAILER BRAKE CONTROLLER. Controls ALL 193.00 trailers with electric brakes,wired to 7-way plug next to pintle hook TTP-TRAILER TOWING PACKAGE. Standard T-100A pintle A-9 THROUGH A-48 873.00 hook with two eyebolts installed at rear. On aerial devices,includes TBC Tractor package Stalled in cab with glad hands at rear and a set of coiled hoses for trailer connection. TTP1-TRAILER TOWING PACKAGE. Standard T-100A pintle A-9 THROUGH A-48 564.00 hook with two eyebolts installed at rear. Does not include tractor package. TTP2-TRAILER TOW PACKAGE-T-60. Pintle hook with two A-2 THROUGH A-8 509.00 e ebults installed m rear VES-VLH'I ILA!,LXHALSI. Mounted to back a wat_ 1 I tailpipe with guard rid grab handle -EXPORT PREP. Locking compartments,banding loose ALL 200.00 material,and coating cylinders - YD-DIESEL ENGINE IN LIEU OF GAS SEE ITEM LIST SEE ITEM LIST NOTE: CHASSIS EXTERIOR PAINT COLORS AVAILABLE SEE CHART AT REAR OF PRODUCT CATALOG • 77 12 8/1/02 ALTEC PRICE LIST EFFECTIVE AUGUST 1,2002 THROUGH JULY 31,2003 n np TRAILER OPTIONS TRAILER OPTION CODES APPLICATIONS PRICE AD108—Self-loading cable trailer,hydraulic cable reel winder WITH RL9 MODEL. 100,746.00 capable of lifting reels from 48"to 108"in diameter with widths ranging from 30" to 68"and weights up to 14,000 lb. Note: Specifications and options available upon request HL1W-1600T—ALTEC Hot Line Insulator Washer(HLIW) 1600- ALL INSULATED 68,393.00 gallon trailer with Cummins diesel engine,wash gun,and hose reel. AERIAL DEVICES Note: Specifications and options available upon request WC-616—ALTEC Whisper Chipper with 16"diameter,John Deere WITH LRV MODELS 20,061.00 diesel engine, 16' blades,and swivel front trailer jack Note: Specifications and options available upon request • 13 8/1/02 Jan 30 03 10: lea utUKiat ucaaun — . .— - Prepared For: Prepared By: George Ellison ATLANTIC TRUCK CENTER 2565 WEST STATE ROAD 84 FT.LAUDERDALE, FL, 33312 Phone:407-662-7408 Toll Free: 1-888-763-7626 • 1. Selected Opfio;is 2003 Ford F-550 Chassis 4x2 SD Regular Cab 141"WB DRW HD XL(F56)/60"Cab to Axle Code Description F56 Base Vehicle Price Packages 660A Order Code660A - Trader Tow Mirrors w/Manual Glass Manually Ielesaop oo milt 2-way foe. 4 Wheel ABS Brakes,Drive,&Passenger Au Bags includes ddacavation swoon(passenger side). To.v Hnnks. (99S)Engine 6 EL BPI VIO, (49E) Transm,ss,on:tledronic 4-Speed Auto(Gas).(191) Tires: L T2250ORx 19.5F BS W AS. (STDWL)Wheels. Steel(8), (V)HD Vinyl Full Bench Seat (587)Radio-FIR AM/FM Stereo w/clock Induces 2-speakers. Garpel Delete-Replaced w/Black Poor Mat,(X98)4.88 Axle Ratio.(206) GVWR. 17500 lb Payload Package#1 Powertrain 99P Engine:6.0L DI Power Stroke Diesel Duel 75 All Batteries.(41H)Engine Block Heater(LPO)Recommended when mlmmum temperature is-10 degrees F Or below.Maximum Front GAWR Suspension Package 44B Transmission: Electronic 6-Speed Auto(Diesel) Includes tow haul feature Wheels 8. Tires 512 Spare Tire&Wheel AS Other Options 572 Air Conditioning 47Z Ambulance Prep Package Not Required R2R Transmission Power Take-Off Provision Poovddr only new ¢termarker PTO w� Aux,liar y Idle Control K t(LPC) /PC 4^0d'.Ic fimcbais mco.d✓n;rl'wy et?,: a.eatI[n ma'`Idle-:avml ..:..ea r..a.._ rma-x e« emrart_nr n . . sevra.rsaw a+os e""`-i oilfZYMel.r HP VIPIZO CIM201162,F] O. Printed on January 30,2003 at 10:04 Price Level:355 Quofelf:<None> Page 1 +e/ roo Jan 30 03 10: 12a GEORGE LLLISun ao+.. r• Selected. ( °pintoed Prepared For: Prepared By: George Ellison Dealership: ATLANTIC TRUCK CENTER Code Description Other Options (Continued) and LCD RPM/voltage readout Kit includes auxiliary alc control module. mounting bracket/ha/Mrrare wring harness and instruction booklet NO FE Stationary use only KIl shipped in box to vehicle operations for in cat shipment 41 H Engine Block Heater(LPO) Recommended when minimum temperature is-10 degrees For below. Fleet Options 942 Daytime Running Lights(LAO) Primary Colors For: Primary w/XL(Reg/Super) Z1 Oxford White Clearcoat Dealer Options dura DURA ONE NEW OUR-A-LIFT ARRIAL BUCKET MODEL OTA-31-FP. WITH 12 VOLT EMERGENCY BACKUP SYSTEM PTO DRIVEN HYD SYSTEM. HYD BASKET ROTATION FRONT AND REAR TORSION BARS. ABOVE UNIT INSTALLED ON A KNAPHEIDE SERVICE BODY MODEL 6103054J WITH A 24"TAILSHELF EXTENSION WITH STEP.BODY UNDERCOATED,PRIMED AND PAINTED WHITE TO MATCH CHASSIS CAB. Vehicle Sub Total uneven Refers, Cla'NFIB2¢ an)yrr r me s v e a eeevo sorry nor See.oam a ar j a i Printed on January 30,2003 et 10:04 Price Level,355 QuotelD:<None> Page 2 Jan 30 03 10: 12a GEORGE ELL 1Sun Yurooc>o.o Prepared For: Prepared By: George Ellison ATLANTIC TRUCK CENTER 2565 WEST STATE ROAD 84 FT.LAUDEROALE,FL,33312 Phone.407-862-7408 Toll Free: 1-B8B-763-7626 TRUCKS '. Quourtion Report 2003 Ford F-550 Chassis 4x2 SD Regular Cab 141" WB DRW I1D XL(F56)160" Cab to Axle Description WSD Vehicle Price(excluding Package Discounts) $60,008.00 Vehicle Subtotal $60,008.00 Margin 5,000 DO Incentives 0 00 Total Other Items $5,000.00 Net Selling Price $65,008.00 Destination 803.0 Total Quote $65,803.00 Total S �q ( Cl Con �QA-C 565,803.00 4c.970 - 65D -01s Customer Signature Acceptance Date o,Reference c „2o a is b-] Printed on January 30,2003 al 10:04 Price Level:355 QuotelD:<None> Page 3 Jan 30 03 10: 12a GEURUE tLu bUn +to Prepared For: Prepared By: George Ellison ATLANTIC TRUCK CENTER 2565 WEST STATE ROAD 84 FT.LAUDERDALE,FL,33312 Phone:407-862-7408 Toll Free: 1-888-763-7626 I T v TRUCKS Dimensions & Com:ci/ies 2003 Ford F-550 Chassis 4x2 SD Regular Cab 141"WB DRW HD XL(F56)160" Cab to Axle Description Value Power Output _.. . . _.. . 325 hp@3.300 rpm Torque _._... . ... _.... 560 lb.-fl.@ 2,000 rpm lsl gear ratio __ _. . ... _ . ..._. _ 309 2nd gear ratio 3rd gear ratio 2 2 4th gear ratio _.. 1 60h gnat ra.o .. _. 28 Reverse gear ratio _. _ 2 88 Weights Curb weight 6,459 lbs. GVWR 17,500 lbs. Front GAWR Weight 6,000 lbs. Rear GAWR Weight 13.500 lbs. Payload . 11,031 lbs. Front curb weight 3,509 lbs. Rear curb weight _ 2.960 lbs. Front axle capacity 6.000 lbs. Rear axle capacity 13,500 lbs. Front spring rating _ 6.0001bs. Rear spring rating . 13.500 lbs. Front tire/wheel capacity 7,280 lbs. Rear lire/wheel capacity 13.660 lbs Max trailer wl(properly equipped) . 16,5001Ds. Interior Front legwork Front heaomorr. .,.r shoranpr,.,nrn „n Ck nfor.amnan- a e a en7zs s .o .. ru. nn . "IV" ne e.n et rr.,w rern Sec>o.q r.v".n, Printed on January 30,2003 at 10:04 Price Level:955 QueteiCr<Nonea Page 4 Jan 30 03 10: 13a GEOKGE ELL iSun +uraocoo-ra p. o I)inrensions & Capacities Continued Prepared For: Prepared By: George Ellison Dealership: ATLANTIC TRUCK CENTER Description Value Interior(Continued) Passenger area volume _.._ ._. . . _..... _. 66.1 cu It Exterior I.englb ... Body width __ .. . . . _... . 93.6" Height 61 J•. Wheelbase .. 1410" Front tread ._.... _ ... ._ __.... 68J. Rear tread _. _.. __.. _. . ._.... ._.._ . ._ 634" Turning radius 28 0' Fuel tank _.. 40 0 gal Cab to axle _._ _.._.._ . ... 6U.0' Axie to end of frame 495.. es 1-0 rrv-ruvr or ea. n, rr. .5:i n h a r , xsao- c ,(a.ro rn a e o .M_U cP.ra&a, h.-,,,.,..,,,. Printed on January 30,2003 al 10:04 Price Level:355 Quotele:<None> Pape 5 Jan 30 03 10: 13a letUNUL bLLibun , 3 Prepared For: Prepared By'. George Ellison ATLANTIC TRUCK CENTER 2565 WEST STATE ROAD 84 FT.LAUDERDALE, FL,33312 Phone:407-862-7408 Toll Free' 1-888-763-7626 TflUCKS Warranty C tn'e1a2e 2003 Ford F-550 Chassis 4x2 SD Regular Cab 141"WB DRW HO XL (F56)/60" Cab to Axle Description Months/Distance Bumper to bumper _.. . ...... ._ 30 month/36,000 miles Major Components 36 month/36.000 miles Corrosion Perforation 60 month/unlimited mileage Roadside Assistance 36 month/36000 miles cgcaurev'Der, local roa. n a „e .nrzn,a.m,a ecies es,* .�.n : m iliamlW n.as CTD50 rea.o-s.0v See o. . Printed on January 30,20002 at 10:04 Price Level:355 Ouoto D:cNonee Page 5 Nov 21 02 03: 38p Albert Bari 407-G56-5148 p. l SrxO rY Xceee AFL tee , gy tA.✓:✓ ptfl- t fi Ed ✓`�% St•PTO CAST of Oc:'ea rrz (_✓,L Til e 1.,e art,SGTEID P(Y,SiINE BP DWI,e.afl (t-07 (El lulus OAlE TOS'- 3/76 wlBls.r o, HOW SHIP *SALESPo81. Cf S I/7a RUMMY DESCRIPTION PRICE AMOUNT 4 �?.�/ Yy /,+owrnw 7 r �P�3LrEs' C/fR y�i✓/�?4 Qi<�reL l/ Lr 14 — frin Biz et ore (1i are rid rq tom 727 fili4 c- iL/a gat .L!:j 3 .z" FT. SAcze 74etcp BUYER a— KEEN THIS SIP FOR AEA 005002 1 IA L ) � �ti.�i . , ... . . ita , l ,c_ ( ( .. Iii /. U . �i 4'J v -J'5).,,) I� }-fr� i rkiS n / ) ck j�8 166- Sent by: GOLF VENTURES INC. 863668877E VENTURES 4:22PM JOD 24J Page 1/1 ® GOLF VE�V`� A Meadowbrook Company November 21,2002 Adam Clark City of Ikoct Via Facsimile: 107-905-3176 QUOTATION 1 IkwEze All Terrain Mower ATM-72LC' C30,576.00 30.21I11 Liquid Cooled Diesel Engine. 12 Volt,45 Amp Electrical system_ direct hydraulic.hydrostatic transmission, what motors,foot operated Speed Control. 25"x 12.5 x 12" All Terrain Tread tires, Rear discharge 36"decks. Above pricing is good tier 30 days from date of quotation and does not reflect any applicable sales lax. Should you raaluirc further information or have any questions.please call_ Sincerely. Dun DeLaney Vice Prcvdcnt ' Golf Vcmtures. Inc. RAfgk 2101 E Cdgetaooll Dew: 185 C. Indention Road,Sae. 129 1529O-IA CSnt Cowl la4RNnd.Fbada 38O3-awn Jupiter.Florida 33477-5049 Ft.Wei_Etontla 31917-2:61 —(awl 665-5 00•(800)330-8874—(561)743-9000.(888)222-7072 (239)481-1358.MOO)481-8911 Fax:(863)667-0888 Far.-(561)743-8740 Far(239)481-616G NOV-20-2002 WED 12:59 PM HARPEHIND ututtt UUUUS$N rem Nu. bet.: a3n I ILO r. Ud/U DEwEzc ATM Mower Pricing FOB Harper, Kansas USA January 1, 2003 ATM-72LC ALL Terrain Mower STANDARD EQUIPMENT FEATURES • 30.2 HP @ 3000 RPM gross rating: Yanmar • Liquid Cooled Diesel Engine-61.9 tt lb torque. Industrial Use Rating • 3 cylinder Liquid Cooled Engine with Turf Radiator • 12 VolL 45 Amp Electrical System • Direct Hydraulic Blade Drive • Sundstrand Hydrostatic Transmission • Foot operated Speed Control-Self-centering to Neutral • Steering Wheel with Power Steering • Hydraulic Filter, 10 micron • Hydraulic Oil Cooler • 0-11 MPH Ground Speed-Ross wheel motors • Deck Caster Tire- 11'X 4.00 X 5'-foam filled • Drive Tire-25"X 12.5X 12"-Alt Terrain Tread • Stabilizer The 16.5'X 6.5 X 8'-foam bled • Hydraulic Oil Pressure&Temp. Gauges with shut down protection • Volt and Hour Meters • Water Temperature Gauge • Hand Operated Parking Brake • • Automatic Self Leveling over 30 Degrees with Manual lilt Switch • Adjustable seat with arms • Seat Bek with tethers • 13 Gallon(US)Fuel Capacity • 11 Gallon(US)Hydraulic ON Capacity • 72•Cutting Width • 24' Diameter Inside Cutting Radius ▪ 2•-6'Adjustable Cutting Height • Overall Dimensions -Length- 106 -Width-74' - Height- 92" • • Two 36" decks, independently free floating. wan rear discharge D^cks Corr t ,xted ;J F cinforce:: IC 3a.g:_ Steel Formed Steel Frame • Hydraulic Center Deck Lrft l • Roll-Over Protection System (BOPS)with hazard lights Item Number Description Weight International (Approximate) List Pricing 810400 Model ATM-72w 2245 Ibsf 1020 Kg. S30.575.00(US$) Prices are Listed In US Dollar and are Subject to Change Without Notice 60101 NOV-20-2002 WED 12:59 PM HARPERIND DEWELE ODUSSEN rHX NU. b2U 886 1129 V. Ul/U2 Racer bglewies,k_ 1st Cast11mm Raw,as 67asa use Harper Industries, e04194-7231 va896-7t29(FAX) Inc. ' DewEze ramrreweenm„wenen x To: Curtis,City of Ocoee Pram: Tim Penner Face: 407 905 3176 Pager 2 Phone: 407 905 3170 Date: November 20,2002 Re: SPECS& PRICE, 72LC CC: Byron Riesen,ATM Sales Manager Utgent z Far Review ❑ Please Comment ❑Please Reply El Please Recycle • Comments: Curtis: • . It was good to talk to you a few moments ago. Our current price list Is attached. Our dealer in your area is; Golf Ventures Don Delaney Lakeland,FL Phone: 863 665 5800 Byron Riesen, our ATM sales manager, will likely lel Don Delaney know of your interest. You can either call them orthoy will be in touch with you. Thanks for 7call, tan Penner 7,.` Y /r U. .`P ('..r-.<=A' /O✓ 1-1 i f )v. ( cc a Y y mil-. 1 o4-e �ja�/tn_. /`-(311b 2- 03/06/03 THU 15:55 FAX 9198042645 JOHN DEERE EA 002 John Deere Worldwide C&CE Division: State Contact Information(Florida) Page 2 of 7 TOP Contract #6 Landscape Equipment Contract Number: 02-03-11VH Orange Counly Schools Contract Venod: 30 July 2002 -27 July 2003 Item No Category %off MSRP 23 Hand Held Equipment 10% 24 Hand Held Repair Parts 0% 25 _Lawn & Garden Equipment 24% 26 Lawn &Garden Repair Parts 0% 27 Commercial Walk-Behind Mowers(36"-60"cutting decks) 25% 28 Commercial Walk-Behind Mowers(36"—60"decks) Repair Parts 0% 29 Commercial Front Mount Mowers (60"and up) 26% 30 Commercial Front Mount Mowers (60"and up) Repair Parts 0% 31 Zero Turn Radius Mowers (54"—60"cut) 25% 32 Zero Turn Radius Mowers(54"-60") Repair Parts 0% 33 Golf&Turf Equipment 20% 34 Golf& Turf Equipment Repair Parts 0% 35 Off-Road Utility Maintenance Vehicle 26% 36 Off-Road Utility Maintenance Vehicle Repair Parts 0% 37 Compact Utility Tractors& Equipment(16—40 PTO HP) 25% " Exception*790/990 Compact Utility Tractors&Equipment` 10%' 38 Compact Utility Tractors&Repair Parts (16—40 PTO HP) 0% 39 Utility Tractors& Equipment(40—95 PTO HP) 28% 40 Utility Tractors&Repair Parts (40—95 PTO HP) 0% Cooperative Purchase: This is a cooperative purchase contract. State law allows any government agency and any accredited school in the state to buy off of this contract without going to bid, as long as it does not conflict with-any of their local regulations. • http://dlydoc.deere.com/cce/Sales/GovtSales/florida.htm al u,�$Jw MAR—a7-20-2003 12:11 OCPS FAG ILI TY PURCHASING P.02 or ORANGE COUNTY PUBLIC SCHOOL PPecililie.Semces 6501 Magic Way Orlando,FlcIrida 32809 IJ\ (407)352-0031 FAX007)35I-4553 I F.clraa SUNen Cnvirt nninui Mcinlananw Colnpli.l,cc Facdi lie Financial • C'O,S1NCbml Manofen,enl Iulonnnllan Scr ota • Facilities Seaetic Planing pyililies SapDort Services Purchasing COMPLETE BID MUST BE RETURNED (ALL PAGES) CALL FOR BIDS i Sealed bids or proposals addressed to the School Board of Orange County, Florida, and marked, PROPOSAL FOR LANDSCAPE EQUIPMENT, in accordance with stipulations and specifications available from the SCHOOL BOARD OF ORANGE COUNTY, FliORIDA, FACILITY SERVICES CENTER, 6501 MAGIC WAY, BUILDING 100B, ORLANDO, FLbRIDA 32809 will be received I until 2:00 p.m., May 22, 2002. Bids or proposals received afte the specified time will not be opened or considered. Complete specifications are attached. I SCHOOL BOARD OF ORANGE COUNTY, FLORIDA 7c h9 Wit. BY SUPERINTENDENT Bid No.: 02-03-11VH 020311/1-04/22/02--1:39 PM Page 1 of 6 RIO Na:02-03-11 VN MAR—id7-2003 12:14 DCPS FRC IL ITT PURCHASING P.33 OC Submit bids to, �a School Board of Orange County, Florida P , E 1 Facility Purchasing Section, Building100B INVI ATION TO BID 1\J 6501 Magic Way Orlando, FL 32809 VENDOR NAME: MAILING ADDRESS: REASON FOR NO elD: CITY, STATE, ZIP CODE: BID NAME: BID It TELEPHONE NO,: FAX NO.: SIGNATURE: GENERAL CONDITIONS Bidder: To Insure acceptance of the Old,follow Nose Instructions: through Friday. . 7:30 a.m.-3:00 p.m., excluding holidays unless SEALED SIDS: All bid sheets and Inls tone must be executed and submitted otherwise specified. In a sealed envelop (DO NOT INCLUDE MORE THAN ONE BID PER 6. MANUFACTURER'S NAMES AND APPROVED EQUIVALENTS: Any ENVELOPE). The face of the envelope shall contain.In addition to the above francraeturer5 names. trade names. brand names. information and/or address. the date and time of the bid opening, bid name, bid number and catalog numbers Igstml in a specification are for information and not vendor name and return address. Alt bids are subject to the conditions intended to limit dxnpelitin. The bidder may offer any brand for which specified herein. Those which do not comply with these conditions are zubjci he is an aut01ket representative, which meets or exceeds the to rejection. specifications (orIany item(s). Note: Sometimes substicles are not 1. EXECUTION OF BID: Bid shall contain a signature of a representative acceptable. Ifbid4 are based on equivalent products.Indicate on the bid In the space provided on attached sheet. Bid must be typed or printed in form the manufaclurefs name and number. Bidder sham submit with his ink. Use of erasable ink Is not permitted. All conedtons made by bidder bid. cuts sketches, and descriptive literature, and/or complete to his bid shall be initialed. specifications. R4ference to ftelature submitted with a previous bid win 2. NO BID: If not submitting a bid.respond by returning this coml.marking not satisfy this provision. The bidder shag also explain 'm detail the it'NO Bib'and explain the reason in the space provided above. Failure reasonswhy the proposed equivalent will meet the spec/I Inns and not to respond without justifca lion may be Cause for removal of the bidders be onsidered ad exception thereto. The Senors Board of Orange name trom the bid mailing IIs!. County.Ronda reserves the right to determine acceptance of item(s)as 1. BID OPENING: Shall be public,on the date and at the lime specified on an approved a ivalent. Sins which do not comply with these the bid loan. II is the bidder's responsibility to assure that his bid Is requirements are object to rejection. Bids lacking any written indication delivered at the proper time and to the proper place of the bid opening. of intent to quote an alternate brand will be received and considered in Bids which for any reason are not so delivered,win not he considered. complete comptia ce with the specifications as fisted on the bid form. Offers by telegram.facsimile machine.or telephone are not acceptable. 1. (NTERPRETATI NS: Any questions concerning conditions and NOTE: end tabulations will be furnished upon request with an endosed. specifications s I be diected to this off_ Inquiries must referenoe sefaddressed stamped envelope_ the dale of bid opening, andbid number, No interpretation shall be 4. PRICES AND TERMS: Finn pdcec shall be bin and include all packing, considered betdr unless provided in wdUng by the School Board of nano g.shipping charges and delivery to the destination shown herein. Orange County, otda In resonate to request in full compliance with (al TAXES: The School Board Of Orange Counky. Florida does not this prevision. pay Fiddle Excise and Sales Taxes on direct purchases of tangible a. AWARDS: As best Interest of the School Board of Orange County. personal property. See exemption number on lace Of purchase Florida may red ' !the right is reserved to make award(s)by IMividual Order. item,group of to ,all or none.of a combination thereof;to reject any (h) DISCOUNTS: Bidders shall reflect cash discounts in the unit and at bids or halve " any tar inegutariry or tedWcality in bids prices quoted. Discounts than not be considered in"delennming received. Whenilt is'del ermined there Is campemticn to the lowest the lowest net cost for bid evaluation purposes.- _.- -----_-vespwaivebiddAeeESrthen,-aw�,'ro_Nr lud9•rray-nob be evaluated. Bidders are (e) MISTAKES: Bide are expected to examine the spcdficaIIans, cautioned to make'rw as Gans unless their bid has been evaluated delivery schedule, bid prices, extensions. aM am nsbucUons as being mapoasiye. pertaining to this bid. Failure to do to wit be at bidder's risk. In 9. SERVICE AND WARRANTY: Unless otherwise sped1 ed, the bidder case of mistake In extension,the unit pine will govern. shall define any Warranty service arid replacements that wit be provided (d) CONDITION AND PACKAGING: It is understood and agreed that during and subs uent to the contrail Bidders rust explain on an any item offered or shipped as a resort of this bid shall be a new, atlachod sheet o what extent warranty and senior facilities are current production model available at the lime of this bid unless provided. ogmrwisn rimed. Containers shall be suitable for storage or 10. SAMPLES- Samples v:items when cored for.must he tnnuhed hoe of Shipment and all pads shall include dtalldard cemmerdal expense on.beige.or after bid opening lime and dale as specified,and ,xaotnn Fah cation. Oacv a pge. box noror container'shall be if nor destroyed'brae.v n reotiesl be relumed at the kidders croon s e i „ r.rn n„rnc or f am. quantity cnmainec, Po number. and h,act, ion..dual I sample must Ire laaw wan bidders nanno. plidor normissliseds orand name arid number bid number and hem relernna. Id IAYMENI. i. :.an:. ry OCPS alto, the der ini II I.'VUIC:N',t ;he..Accelisib:b'du urrvt he required to suers(tosonts n awarded 1 nod �.. , t .I moor-red and found a p ruust r dolor e vaii,. onnV se . r, '. ' nitre-sr compd., +Ire award sueuaubessust of damage or desert and I. statement., a list reference void Accounting. :counti r numoege properlyum Invoiced.Pyn WI invoices must shay Ind bepurcmado order less Orlandos, shall be mailed t to: Pcc u rec rioter Ic Aged. nmoor Payment for partial eshipments shall may macro ely n Omchas,Florida numbe. A separateent invoicerp must be received l n tacit pr c Rea.si Failure to follow y instructions mayeresultd in nmb in made unless orderssp number. Payment for partial shipments shell nor be must ust processing on fell payment. The, purchase order number VENDOe wraii that rots and s invoices,dec bills of lading,paCkaQCt.cases, delivery 12. compVENDOR w en hehM hasn not employed or retained any lists Y: rgess actual de. company or peogee other than a bona and employee a working t for a. DELIVERY: Ut), ho udelivery Is sp0tlfi ( t specifieddelivery dryllwery VENDOR,to t 'ogee or non.sedum com bid and that ios in has al, paid or cannel be men. show number cf days required. Delivery to make Wery after oe tall pay nary peemp, wmw working corporation.olel VENDOR,, firm, receipt of purchase making anor er in space Special ditions)time may bShalt otherthan a bonaertttg employee any other solely for VENDOR, anytpen a thibasis for award(see School Be re al ran).g Delivery shall be commission,sutng percentage,ie aga,gilt, or or other didemldn wnlirgenl upon within the working hours of the Stlhoal Beare CI OfanQC,Florida Monday or resulting from me award Or making al this bid. PR22/1 -4/2Y02.-10:45 AM • MAR-07-2003 12:15 UCES FRCILITY PURCIIRSLNr P.04 l If VENDOR vrogles thin provision OWNER Shall have the rightright (Adorn deliver Ire iremrs sreflfecEN Mese snanfingines he sham recompense Shall be 0umV1011Ve to the other rights OWNER may have) to IoMedrh Inc School Boarca of Orange Counly Florida for any damage to the sad terminate his bid vnlhout liability and, WMor OWNER may, at its Board caused by his foliose ID pentane as slaq-rZ decretion f deduct from monies then owed to VENDOR It any or 75. OSHA: The I:M rwarran51he the product yr product supplied to thg 9lherwSe Meander from VENDOR Me lull amount of such lee Sidled Board of range County,Florida shall conform In all respects to rAmmission percenlaae,gift Or Wn5rderaliOn. me standards set Ic lh Irl the Occupational Safety and Health Ad of 13. INSPECTION,ACCEPTANCE AND TITLE: Inspection are acce 1979 as ameMeoaand the failorelo comply we be considered a breach will be al destination unless Otherwise➢rovided. Elle and risk nl loss or Of contract ' damage ID all Items shall Or the rgsponsiblllly of contract supplier uni I 26. ASBESTOS STATEMENT_ All molenal supplied to the$1h001 Board or eceP P by the ordenne agency unless loss or damage resulls from Orange Count, Elond4 under hi;bid must be 100 percent asbestel nepllgence by he School Board or Orange CoyntY.Florida. free unless olhenYAse specified. Bidder by virtue of bidding CeNOes by' 14. LEGAL REQUIREMENT: Applicable orovisons of all Pederal Stair Sianinq bid that if awarded any portion Dittos bid will supply Only malMal County and Local laws, and all ordingnres rules and regulations shall or egviprngpl thbl is 100 percent ashestos free No No will Qe govern any and alt claims and disputes which may anse between considered unless Mg is agreed by the.endo-. person(S) submitting a bid response hereto and ON School BCprd Of U. MATERIAL SAFETY DATA SHEET[ The successful U4der(s) mull Orange crucify Florida by and lhrNNph its officers employees and ubmit a Material Safety Data Shed MISES)will earthshipmeOldfeagh ru authoee represcntarves, or any Other p+,rtonS natural or,dnerwlae, (heroical ma{ynui are awarded For bid e'vacation Furposses an MSD$ and luck uf kr 1 D ie tis ars bidder snarl not condo/re a cognizable may be respired prior 10 a recommend recommendaliap for awed_Failure O Sdbme del¢ se agan5h the legal rfisal lheerl : Material Safely Pala Shee thin VOh'1481 hour of Speh_a 1b. PATENTS AND ROYALTIES. The o_od wllnout exception s witl make aver Ogg unacceptable In¢ onmust M mdpmn fy and Save Ilan-oleo, IM1�ScM Room of O ange roomy E ded ircompliance,nob surf R-M1I To-Know I ay.' e Flonda nnd its emp.cyc li yin hilarity of ma nEILde or kind inrludinr 28. i'UUL IC ENTI TV[CRIME d eS fc, . ,owl of any copyr al nil eel el u - r y d e wvp hay l t. no the { 9 Mende:Hi unpatenled invention,poems,gr ail cle �anufanuned Or uste in the rail: oe o c el'op Ierpgh I :ray 1 b l as D'b n n esm.-nr Oraa nge y IM1e cndrira J including ors use b the Schostand very of tad ID tiprovide0.n ono goods services tti a publicentity may nor mmateria County Hondo n de If the o copyi any Is mgl, ply i gr, O - b.mll a old OOR [daU:ri with l entitym forytoe ubmity bids on lie an n Covered th w' exception patent or copyright d S mutually agreed lea of rr1l Vhrp DUI dIn pu or public may not red it birds rm and understoodcosts% arse gfmrnDt that Ma bid corJ, rl ignll Includdevice all leaseswk s conal rdo((ctor to pudic entity may for be awarded or perform mroateriasl ornyway arising d inim a use of sur]t design device or work ay. 3 hg any!pub Semite s dnlra der or t bust .ss under y materials Sn NG:wa sub - nthe work. 1 entity won any pubic ent V y _I I aunt t ovd_i WIe son 16. theVER➢RING' Id of a lco m a hid.biadvt tgines not to use the resulps Lbl9 7frIn Excess Of O r a b Ill ,col provided tr n Section therefrom asapan of any i ,set Or Cr •soued 2ft •noro:CATEGORYTWOd yeDen IS of 36 months from the dale 1I. ASSIGNMENT: _ C'Ce[ u.2 p..he eu c a e nyi UT erg cln 4 P`he C;AL Ad ENCIE IS' ssigl d t .mC. to y ors M1r'r.hnol act DI 'g OTIIFR n In Obtain GOVERNMENTAL AGENCIES:r: -.I this rein L coo- 1- a Orag be except t prior Amu- sal, a of the crl,00l flooRl DI 9 ecitie.Is In oIcain b'oa Ib IOr nl e my rts g herein OB hy seemlDnai a' diednthe slat Beard e Orange Corny F -r - finer m of 16 LIABILITY:OrageT�seem da,as Is era and ee Ina School Road Cards and govemm;niq_a eg o =enlle-. may Durdhase from thin of mrany County jlgmen,itsceis andawarri% p and harmleindudias prOdufsj lr permittedto ey, me In acor Di n withtar. $a:d fromadorned; any and all jnd also ts,an orders n awards, noel ono ages ID inleerhg rrsd�(emrhis' are to oben fi m eh d e n Contrad att insthrc fees and also an oasts on account 01 damages ID Odleh y resulting item N B)TlABULA. e be rid te ( the ! b r' employees ray d I gp. POST by OF 8tt TAEUs ti fill IMiens i s willwe ee poxlaa mr (b j Bcbpor s1390(0ned Orange@r hs its ploye s or s n nt remain wposte f motes .r the location wllp a bids were Opened and (bp ohs ;f me O of i Orange Countyio Florida'sFli t nmplt arid « thirdc Anilccnbcd posted for 72 hours Failure to to a rod cal a n time detteop�;name OVUM or in connection t ion vnth this cbelleq which are Waiveratp N edIrdS 1de cha Florida Statutes shall constitute a determined by a rpyrt of competent iurisdic4on to be lemaltiabiliN of the D al RAWIN'edpOs under Cnagfer 120 Flefda$lases. seller, at wITNORAWING MID: THE BID PROPOSAL as submitted oy the 19. FACILITIES: The School Beam of at rLmeUwth Florida reserves the Monet,shall remain in r es Tor a period of ola'(601 days from Ibe bid right to inspect the bidders radicles at any time with Sc notice. opening. The ddeer agrees del to withdraw from W1c evon during this 20. EQUAL EMPLOYMENT OPPORTUNITY: The School Board of sixty tan day POSch 10 provide ample time IN evalealbn and Orange County Florida does not discriminate triad-N.15Rn or access to acceptance by thd School Board. Of treatment or employmenLin its programs and activities on the dams of 12. DAMAGED ITEMS In The syanl an Jam1s' is received end it is later race calor reaction age sex national°darn marital slalu5 handicap er data-mined there is concealed damage wrren the Castle_ $thCtl Any Other reason ptpance I by law The Equal Oproddshe may b urFet_ I (tin °er gs) must be repraCN oy the venom T no theCast_le_ " I'll responsible for compliance Is Emma Brown and she may be gantadoa Saint I at 407/317-3239d ` 33. METHOD OF ORDERING 0[ders shall be processed orW upon fe of 21. ESCALATION: Escalation provisions by the bidder arc not accegtabie of an avthorLed pWehase order issued by the SrMpl Board of Orange unless Specified County,Florida. ' 22. QUANTITY CHANGES_ THE SCHOOL BOARD OF ORANGE 34, APPROVED EQUIVALENTS THE SCHOOL BOARD OF ORANGE COUNTY reserves the right Co purchase any addljonal quantifies of COUNTY Fl QF VA RESERVES ERE EWal ISIVE RIGI-CI 1 the Did litem(s)'s) from the ossly!odder al Eros bid price far a yieiiDil E R11.1.'yj-pkO :'il < of on f 1 -,:_Iror In J :The ,o d oF Mgt-i 2r -cad IM1.. J -AU1T - — a arvJ I _ t. ill' Iq _ I'D in n ( ego:_ s J ., or lads In 4 v r ] Note: Any and all special conditions attached hereto which vary from these!general Conditions shall have precedence. i PR222-4r23f021045 AM MAR-07-2003 12:15 OCRS FACILITY PURCHASING P.05 LANDSCAPE EQUIPMENT GENERAL SPECIFICATIONS I 1. SCOPE 1.1 THIS SPECIFICATION establishes the minimum requirements for LANDSCAPE EQUIPMENT listed and described in the body of these specifications, to be used as noted, by the School Board of Orange County, Florida, 6501 Magic Way, Orlando, Florida 32809. II 1.2 THE INTENT of this bid is to establish a contract for a period of ozIe (1) year horn date of award, during which time the successful bidder shall guarantee firm discount(s) for the item(s) awarded to him as specified in this bid. 2. TECHNICAL SPECIFICATIONS 2.1 Bidders shall bid a discount percentage off manufacturer's curretlt, published list price. Bidders shall provide, with bid {or within twenty-four(24) hours after request}, three(3)copies of said price lists. 2.2 This discount shall cover the entire line sold under that manufacturer's label. 3_ TERMS AND CONDITIONS 3,1 METHOD OF AWARD BID PRICES will be accepted and considered by the following mete ods: An "All or None" Bid per group of items. The Board reserves the right to reject any or all bids or to *eat any bid or part thereof, that in its judgment, will be for the best interest of the Orange County School Isystem. The Board also reserves the right to waive all informalities. • 3.2 LENGTH OF CONTRACT Prices shall remain firm for a period of one (1) year from date of award of bid. This stipulation shall be subject to a thirty(30)day written notice of cancellation by either pa 3.3 CONTRACT RENEWAL The Orange County School Board reserves the right to renew this c ntract or any portion thereof, for up to four(4) additional one-year periods, upon mutual agreement, in writing. 3.4 DELIVERY CHARGES 1 - The bid price must include all delivery charges to the delivery point: any School Board location within Orange County, Florida. The term "DELIVERY POINT' includes tie performance by the supplier or his agent, of tailgating the materials delivered. Palletized cargo will to off-loaded by the County, with the assistance of the supplier. Nonpalletized cargo wilt be palletized by, the supplier. Delivery charges, if any, shall be included in your bid and none shall be noted on your invoice. No common carrier/drayage charges will be honored by the School Board of Orange County, Florida. 5 DELIVERY Delivery, as specined herein, shall be roan two (2) calendar days 'ism, the date 0' the receipt of the O __.-. erya e c. , '.eel L _ de,. r. , pass ale c - c '. ,, prlec 3.6 NOTIFICATION OF DELIVERY • Orange County School Board Personnel must be notified at leash twenty-four (24) hours in advance or delivery. Telephone(407) 317-3700, extension 5301. Hours for delkiery are T30 A.M. to 3:00 P.M. 3.7 LOCAL BIDDERS As most of the materials are picked up by the School Board of Orange County, bidders must be located in Orange County. Please indicate, on the Bid Price Sheet, the corhI plete address where material wilt be located for pick-up. 020311/2--0422102-1:39 PM Page 2 or 6 ale NO.:02-03-11 VH MAR-07-2003 12: 16 OCPS FPO IL I TY PURCHASING P.06 3.8 MINIMUM ORDER DELIVERED i Items shall be ordered as needed. The minimum dollar amount to beiordered at one time shall be$200.00. 3.9 LABELING l Each carton, package. box and/or container shall be labeled. Ealh label shall identify each carton as follows: A. Name of item. B_ Quantity of item contained. C. Purchase Order Number. D. Vendor. 3.10 DAMAGED ITEMS In the event an item or items is received and it is later determined the e is concealed damage when the item or items is unpacked, the item or items must be replaced by the vend Dr at no cost to the School Board. 3.11 QUANTITY The estimated dollar amount that will be spent during this bid perio of twelve (12) months is $60,000.00. Please note that these are estimates only and in no way obligate the School Board to purchase these amounts. These estimates are intended as a guide in submitting yo r bid_ The actual quantities purchased under this bid may be more or may be less. 3.12 QUANTITY CHANGES The School Board reserves the right to increase or decrease the total,quantities necessary. 3.13 WARRANTY The manufacturer's standard warranty shall apply from the date of the acceptance by the School Board. 3.14 APPROVED EQUIVALENTS • THE SCHOOL BOARD OF ORANGE COUNTY, FLORIDA RESERVES'THE EXCLUSIVE RIGHT TO DETERMINE APPROVED EQUIVALENTS. 3.15 QUESTIONS REGARDING SPECIFICATIONS OR BIDDING PROCESS: A. To ensure fair consideration for all bidders, the school board prohibits communication to or with any department, bureau, or employee during the submission process, except as provided in paragraph 'B"below. Such communications initiated by a bidder may be grounds for disqualifying the offending bidder from consideration or award of the bid then in evaluatioi and/or any future bid. B. s INTERPRETATION OF BIDDING DOCUMENTS 1 j No interpretation of the meaning of the Bid Document, no porrection of any apparent ambiguity, inconsistency or error therein, will be made to any Sid tler"orally. Every request for such interpretation or correction should be in writing, seven (7) d�ys prior to bid date. addressed to the Purchasing Representative. Al!such interpretations and supp emental instructions will be in the form of written Addenda to the Bidding Documents. Only the interkretation or correction so given by the Purchasing Representative, in writing, shall be binCino and prospective Bidders are advised that no other source is authorized to Give information concerning, or to explain or interpret the Bid r,r,"Tani.; ,: :, � . -I pIPVI ,t ., a e - S __. r L .,._In al loch cicidence, end tc reazti x c..._c addenda with the hid 3.16 RECEIPT OF BID PACKAGE It is the bidder's responsibility to assure that his bid is delivered at tte proper time, in the proper form, and to the proper place of the bid opening. Submit bid to Orange County Public Schools. Purchasing Section, Building 100B, 6501 Magic Way, Orlando, Florida 32809. Bids, which.for any reason are not so delivered, will not be considered. Offers by telegram, facsimile machine, or telephone are not acceptable unless otherwise specified. 020311/3-04/22/02-1:39 PM Page 3 of 6 BID NO.:02-03-11 VN MAR-07-2003 12: 16 OCPS FACILITY PURCHASING P.07 3.17 FAILURE OF PERFORMANCE AND/OR DELIVERY If the successful bidder fails to perform as required per these specifications, or fails to deliver the item(s) specified in these specifications, he shall recompense the School Board of Orange County, Florida, for any damages to the said Board caused by his failure to perform as slated. If the vendor is unable to perform/deliver the work in a timely manner as agreed upon, the School Board shall have the right to rescind the purchase order and award to another vendor. 3.18 BID PROTESTS A. BIDDERS are advised that any and all Bid Protests must be made in accordance with the requirements of the TERMS AND CONDITIONS of this bid, the Administrative Rules of (he Florida Department of Education, and Chapter 120, Florida Statutes. B. ALL BIDDERS acknowledge That the significant damages and tosse that will be suffered by the OWNER as a result of the time lost and costs associated with an unsuccessful Bid Protest will he difficult, if not impossible to prove_ Therefore,any and all Bid Protests must be accompanied by ECURITY in an amount equal to ono (1%) percent of the total value of the contract or 65000.00.whichever is le i C. THE SECURITY may be in the form of a bank cashier's check or bank certified check payable to "The School Board of Orange County, Florida" Or the Security may be in the form of a Bond naming as Obligee therein'The School Board of Orange County, Florida" Each such Bond shall be executed by the BIDDER, as the PRINCIPAL therein,and by a Surety. The Protest Bond shall be dated the same date as the date shown on the BIDDER'S Protest. There must be attached to each Protest Bond a duly authenticated or certified Power of Attorney evidencing that the Attorney-In-Fact who executes the Protest Bond on behalf of an in the name of the SURETY thereon, has the authority to so execute the Protest Bond on the date of the Protest Bond. D. Should the protesting BIDDER be successful in its Bid Protest, the SECURITY submitted by that BIDDER shall be returned to the Protesting BIDDER in full. E. Should the protesting BIDDER'S protest be unsuccessful, the SECURITY submitted by the protestlag BIDDER in the form of a cashier's check Cr certified check shall be kept and retained by the OWNER and OWNER may receive and retain all monies represented by such check and the Protesting BIDDER shall have no right to same or to a refund of any part of same. F. If the Protesting BIDDER'S protest is unsuccessful, and the SECURI submitted by the BIDDER is in the form of a Protest Bond,the BIDDER and the Surety on said Protest Bond hall forthwith pay over to the OWNER the full monetary amount and penal sum of said Protest Bond, and s h amount and sum shall be retained by OWNER. To qualify as a successful Bid Protest: In the case of a protest of another BIDDER'S Bid, the Bid being protested by the Protesting BIDDER must be rejected by the School Board for the reasons stated l!in the Protesting Bidders Protest. In the case of the BIDDER protesting the rejection of its owlp Bid, for the protest to be successful the School Board must award the contract to the Protesting Bid r 3.19 INVOICING The successful bidder will be required to submit invoices and reference purchase order numbers on all requests for payment. All statements must reference valid purchase order numbers. Invoices shall be mailed directly to: Accounting. P.O. Box 4984 , Orlando, Forida 32802. A Separate invoice must be received for each _, _ s .- -h.s .;-.ir r^ rape! short—opts roll not ne =no unless sper.9ed. melees welch do not reference vs::id purchase order num'ne's or welch are erroneous (incon Hut contract pllces- .. ,,uisL.. L. .) „ , li ItL,r Io,: U I C •mldw fuel n.oe,u6J!t ai me UIaulcpQIJ Iv. '. •.; SOLE RESPON.S!BIL!TY OF THE VENDOR FO�RECONCILE THE PURCHASE ORDER AND THE VENDOR'S INVOICE AND TO NOTIFY 1HE PURCHASING REPRESENTATIVE OF ANY DESCREPANCICS PRIOR TO BILLING. THE SCHOOL BOARD WILL ONLY PAY THE DOLLAR AMOUNTS AUTHORIZED ON THE PURCHASE ORDER. 3.20 INQUIRIES Please direct all inquiries concerning this bid to: Valerie Hightower, Ffrcilitie$ Purchasing, 6501 Magic Way, Building 1008, Orlando, Florida 32809, facsimile: (407)317-3783. 020311/4--04/22102—1,39 PM Page 4 of 6 BID NO.:02-03-01VH MAR-07-2003 12:16 OCPS FACILITY PURCHASING P.08 LANDSCAPE EQUIPMENT BID PRICE SHEET MANUFACTURER PERCENTAGE OFF MANUFACTURER'S LIST PRICE GROUP 1 1. Echo Equipment 2. Echo Repair Pads • • GROUP 2 3. Briggs 8 Stratton Equipment 4. Briggs 8 Stratton Repair Parts GROUP 3 5- Gravely Equipment 6. Gravely Repair Parts GROUP 4 7. Jacobsen Equipment 8. Jacobsen Repair Parts GROUPS 9. Stihi Equipment • 10. Stihi Repair Parts • GROUP 6 11. Tanaka Equipment % 12_ Tanaka Repair Parts GROUP 7 13. Toro Equipment 14. Toro Repair Parts GROUP 8 15. Exmark Equipment 16. Exmark Repair Parts GROUP 9 • -_. _. • 17. Honda Equipment Ie. Honda Repair Parts GROUP 10 19. Hustler Equipment 20. Hustler Repair Parts GROUP II 71 Scag Equipment w, 020311/5-04,22/02--1:39 PM Page 5 of 6 BID NO.:02_03-11VH MAR-07-2003 12: 17 OOPS FAG IL I TY PURCHRS ING P.09 LANDSCAPE EQUIPMENT BID PRICE SHEET MANUFACTURER PERCENTAGE OFF MANUFACTURERS LIST PRICE GROUP 12-John Deere Equipment and Repair Parts only 23. Hand Held Equipment 24. Hand Held Repair Parts % 25. Lawn &Garden Equipment 26. Lawn & Garden Repair Parts 27. Commercial Walk-Behind Mowers (36"-60" culling decks) 28_ Commercial Walk-Behind Mowers (36"-60" cutting decks) Repair Parts - 29. Commercial Front Mount Mowers (60"and up) /D 30. Commercial Front Mount Mowers (60"and up) Repair Parts 31. Zero Turn Radius Mowers (54"-60"cut) 9/0 32. Zero Turn Radius Mowers (54"-60"cut) Repair Parts 33. Golf& Turf Equipment 34. Golf&Turf Repair Parts 35. Off-Road Utility Mtc. Vehicle 36. Off-Road Utility Mtc. Vehicle Repair Pads 37. Compact Utility Tractor Equipment (16-40 PTO HP) ' % 238. Compact Utility Tractor Equipment(16-40 PTO HP) Repair Parts 39. Utility Tractors& Equipment(40-95 PTO HP) 40. Utility Tractors & Repair Parts (40-95 PTO HP) "Best Delivery lime "Address Where Equipment can be picked up . - - . ""This is an "ALL OR NONE"Bid per Group- Bidders must bid on both items Ih•t make up a Group. I certify that this bid is made without prior understanding, agreement or connec'on with any corporation, firm, or person submitting a bid for the same materials, supplies or equipment, and in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder 14A;wE'ITypear •n , t.= SIGNATURE VENDOR NAME DATE TELEPHONE NUMBER FACSIMILE NUMBER 0 2 0 311/6-0 4I22/02-Y39 PM Page 6 of G BID NO.. 02-0341 VH MAR-07-2003 12: 17 OCPS FACILITY PURCHASING P.10 • DRUG-FREE WORKPLACE CERTIFICATION FORM In accordance with Florida Statute 287 087, preference shall be giv n to business with drug-free workplace programs. Whenever two or more bids which ace equal ith respect to price, quality, and service are received by the State or by any political subdiv sion for the procurement of commodities or contractual services, a bid received from a busi ess that certifies that it has implemented a drug-free workplace program shall be given pref rence in the award process. Established procedures for processing tic bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall- (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is pilohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition- (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug Counseling, rehabilitation, and employee assistance ptogtams, and the penalties hat may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities ix contractual services that are under bid a copy of the statement specified in subsection(l), (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chaster 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five(5)days after such conviction. (5) Impose a sanction On, or require the'sati factory participation in a drug abuse assistance or rehabilitation program if such is available in the employee' community by,any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section ., . . Hu h. -..I tr : -, r . ..fir.. .,..• c.• its full- with the above requirement:: - BIDDER'S SIGNATURE • PR40 MAR-07-2003 12: 17 OCHS FRCILIIY PURCHASING P. 11 I Is more than 51% of this business owned by a minority (or minorities)? CI Yes No The following are classified as minorities. Black, Hispanic, Asian, ' American Indian, and/or females All Bidders shall sign the following: (I) (We) certify mat this bid is made without any previous understanding. agreement or connection with any person, firm or corporation making a bid for the same supplies, materials and equipment, and is in all respects fair and without collusion or fraud. (I) (We) proposed to furnish and deliver the above (I) (We) materials in accordance with the above specification, at the prices quoted above_ Signed by If individual- Address Name of Owner _- -- -- Telephone Number If individual trading and doing business under a name Firm Name - and style other than his own. Address Signed by ' ___ . If Partnership, State Name of Partners. Telephone Number Name of Partnership. I Signed by I - iAddress • If a Corporation, in what State Incorporated. Telephone Number Name of Corporation' If not incorporated under the laws of Florida- are VOL Signed by - hreo.(!d to du business ir. Forider adcegerg Date Telephone Number PLEASE HAVE AN OFFICIAL OF YOUR COMPANY SIGN THIS PAGE ANCI) HAVE THE SIGNATURE WITNESSED. PR3611-423/02-10:45 AM MAR-07-2003 12:17 OCPS FACILITY PURCHASING P. 12 March 24, 2000 MEMORANDUM TO: HENRY R. BOEKHOFF 1 Chief Financial-Officer ATTENTION: KEVIN GASTON Director, Procurement Services FROM: VALERIE HIGHTOWER Procurement Specialist, Purchasing SUBJECT: AWARDING OF BID FOR LANDSCAPE EQUIPMENT — BID NO.: 02-03-11 VH VENDOR(S) RECOMMENDED FOR AWARD: VENDOR NAME AMOUNT AWARD Trait Saw & Mower Selvico ITEM OR LOT tt Percentage Discount . Groups#1, 2. 3, b, 7, 8, 9& 11 Lawn Power& Equipment, Inc Percentage Discount Group#12 CONTRACT TERM July 28, 2002 through July 27, 2003 NUMBER OF BIDS MAILED: 15 RECEIVED: 6 FUND SOURCE Operations & Maintenance Dept. SCHOOL OR DEPT.: Operations & Maintenance Dept. COMMENTS: There will be no recommendation for award for Groups#4 & 10. No viable bids were received. I CONCUR WITH THE RECOMMENDED AWARD rn low. riA MANSElt WILY-- 1�=MBE DEPT /t. W/L azo;ilwq-Enecz70:02 an WARDED ^i" BOARD A? IttII�JG OF . IrU 4•1 00? 4 EQUIPMENT LANDSCAPE EQU I • - -- li • • l May 22, 2002 • _. - - _ I In - - I a_ _ . Cook's Mower John Deere 'Lawn Power '7 hr.filkil 3i;e I 'Trail Saw& - Wesco Turf & Coil Carts Company & Equipment Mower( er 'e,Mower Service. Supply, Inc. % OFF %OFF % OFF % CF:- %OFF %OFF ITEM MFR'S MFR'S MFR'S KFR'ti MFR'S MFR'S NO MANUFACTURER LIST PRICE LIST PRICE LIST PRICE LIST PR CE LIST PRICE LIST PRICE GROUP 1 _ -- -I 1 Echo Equipment 2% °1'2: 26% 2 Echo Repair Parts 5% 3°6 � 23% TOTAL GROUP 1: 7% :4% Cer.9%__D _-- _ GROUP 7 - -- -- - ---- _ - _ -- _ - 3.._(BnggsBStralton€quipment- - -- - --- 10%---- - j. _ - 5%: _ anY . 4 Briggs & Stratton Repair Parts - - _-_20% I Q5,- 25% - _ - -- TOTAL GROUP 2: 30% l7% C_ 50% i GROI P_'t - --_.— - - • 5 Gravely Equipment_ _ -- - - 25% z 6 ,Gravely Repair Parts _ -- _ - 20% - - --- iii cc TOTAL GROUP 3:1 _-_ _- _ 45° u GROUP 4 __- . d 7 Jacobsen Equipment -- _-- > 8 Jacobsen Repair Parts -- --"-- _ TOTAL GROUP 4:' - - - - - - • GROUP 5 E 9 15tihl Equipment 22% 26% m 10 Slihl Repair Parts _ :% 30% u TOTAL GROUP 5: --- - 52° Ca") I 11 Tanaka Equipment 10% 12 Tanaka Repair Parts 10% I • TOTAL GROUP 6: C p s 1`. :GROUP 7 nr 13 limo Equipment -_-__- _ - ----- 27°4; 32% 35% ti 14 Toro Repair Parts --- _.-- •;'5 302% 18% ri .-- -_ m _ TOTAL GROUP 7:_l 1-' 62' g3 RIIGROUP$ - 1. 16 q Exmark Equipment meal TOTAL GROUP 6: �. - 2,o 23% 1 16 Exmark Repair Parts - _ -_- _ 22% --- 24% Y 44/e I 47% Bid No.:02-0341 VH Page 1 of 2 5/23102 10:15 AM ,-F,lYvYFr C c 4Wr IvICIYI May 22, 2002 i • ._i _ Cook's Mower John Deere `Lawn Powers 'Thra!kill Bike `Trail Saw& Wesco Turf a & Golf Carts Company &Equipment I Mower C,Inte!Mower Service: Supply. Inc. % OFF % OFF I %OFF ' % OFF %OFF %OFF TEM MFRS MFRS MFRS MFR'S MFR'S r MFR'S NO MANUFACTURER LIST PRICE LIST PRICE LIST PRICE LIST PRIDE LIST PRICE LIST PRICE GROUP 17 Honda Equipment 11% - 15% • 18 Honda Repair Paris 'I 13% 15% TOTAL GROUP 9:1 24% : c.,---30A ) GRnup io - •• 19 Hustler Equipment eked-_ - -___ _ • -_.- - —_- -_ 20 Hustler Repair Parts . TOTAL GROUP '0: GROUP 11 21 Scag Equipment ' -"Th 25% to .—._] z 22 IScag Repair Parts 2.1% 23% m I TOTAL GROUP 11: -_- A% _4B% i—' 5 GROUP 12 -John Caere Fmlipmant R Repair Part4 I 23 Hand Held Equipment 10% 20% a >- 24 Ha nd Held Repair Parts - 0% 5% 1- 25 Lawn &Garden Equipment 24% 28% • J 26 Lawn & Garden Repair Parts _ _ 0% 5% __. 0l _deck .____ __ -_ _- - a 27 Commercial Wafk-Behind Mowers (36 -GO" culling decks) I 25% 28% 28 !Commercial Commercial Walk-Behind Mowers (36 -60" cutting decks)Repair Parts 0% 5% b 29 (Commercial Front Mount Mowers (60'and up) 26% 28% _-- T ---- - - ' D 30 [Commercial Front Mount Mowers (60"and up) Repair Parts ' 0% 5% -I 31 ;Zero Turn Radius Mowers(54" -60' cut) 25% 23% 32 Zero Turn Radius Mowers (54" -60' cut) Repair Parts 0% 5% 33 Golf& Turf Equipment 20% 0% w 34 Golf&Turf Equipment Repair Parts 0% _ 0% _ _ I i ry 35 Off-Road Utility Maintenance Vehicle ! 26% 28% '" 36 Off-Road Utility Maintenance Vehicle Repair Parts 0% 5% m 37 Compact Utility Tractor Equipment(16 -40 PTO HP) ! 25% 28% m 38 'Compact Utility Tractor Equipment(16 -40 PTO HP) Repair Parts 0% I 5% rL 39 UtilityTractors& Equipment 40 95 PTO HP), TOTAL GROUP 12: 20% C 25 Y � ( - - - - 40 Utility Tractors 8 Equipment 40 95 PTO H. Repair Parts 0% 5Y°tY l ) P I f �� Bid No.:02-03-11 VH Page 2 of 2 5123102 10.15 AM MAR-07-2003 12:18 OCAS FACILITY PURCHASING P.15 • July 10, 2002 • • MEMORANDUM TO: HENRY R. BOEKHOFF Chief Financial Officer ATTENTION: KEVIN GASTON Director, Procurement SSces FROM: VALERIE HIGHTOWER Procurement Specialist, Purchasing • SUBJECT: RESCINDING AND REAWARDING OF BID FO LANDSCAPE EQUIPMENT -- BID NO.: 02-02-01 VH On June 11, 2002, an award was made to Lawn Power& Equipment, Inc. for Group #12. A letter has been received, dated June 27, 2002, from Albert Sari of Lawn Power & Equipment, Inc. stating that they will not be able to honor the bid they submitted. • It is recommended that the second "Lowest' vendor, John Deere Company, be awarded for Group #12. • a. 020311/1-07/15102-204 PM PR19 TOTAL P.15 FLORIDA ASSOCIATION l or COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #27 - 52,000 lb. GVWR CAB & CHASSIS 47E6 TANDEM AXLE ROAD TRACTOR Base Specifications FREIGHTLINER, INTERNATIONAL, MACK, STERLING, VOLVO OR APPROVED EQUIVALENT .. ATTENTION ORDERING AGENCY: PLEASE BE ADVISED TO CALL YOUR AWARDED VENDOR TO DISCUSS AXLE RATIOS - i.e. SPEED & PULLING REQUIREMENTS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED 1. ENGINE a. The following engines, or approved equivalents are acceptable: GM: Cummins 3451IP 6 cylinder Mack: Mack E-Tech 35011P 6 cylinder Volvo: Volvo VED 34511P 6 cylinder Mercedes: MDE 4000 350HP 6 cylinder 2. TRANSMISSION &CLUTCH a. The following or approved equivalents are acceptable: Fuller 14210B 10 Speed Manual with OD R_ ENGINE EQUIPMENT a. Alternator-Deku 12 volt I UUA 122A1) b Engine hoses-silicone c. Injection pump-electronic engine control d. kadlnlor-ahnnlnum Corr C. Air restrict ion monitor-intake mounted 4. CAB a. Cab-welded steel galanized shell with rust preventative coating. b. Cab suspension-air ride 754 Bid Award Announcement (02-10-0826) Base Specifications #27 - 52,000 lb. GVWR Cab & Chassis c. Floor covering-black rubber mats with closed cell vinyl nitrite foam backing. d. Seating-driver air suspension mid back, passenger fixed mid back. e. Steering wheel- 18" two spoke f. Standard air conditioning 5. FRAME a. Frame-steel construction with 10.0"x 3.38"x 24" (254 x 86 x 6 min)section modulus 10.44 cu in / RBM, 1,150,000 in lbs per rail. b. Wheelbase - 187" c. Load platform- 161" 56"Alt d. Front bumper-non-metallic argent silver e. Fuel tanks -dual steel 75 gal. f. Air dryer-bendix AD9 heated, or approved equivalent. g. Stationary left-hand release fifth wheel. 6. SAFETY a. Horn -single air trumpet b. Mirrors-West Coast for 102" trailer widths to include 7.5" convex mounted to lower mirror bracket. c. Windshield wipers-2 speed sprauge with intermittant feature. d. Brakes-Meritor"S"cam type 15"x 4"Q+front and Mentor 16.5"x 7"Q+ rear with antilock without automatic traction control, or approved equivalent. e. Slack adjusters- Haldex automatic front and rear. f. Daytime running lights. g. Backup alarm - pollak 41-722 constant audible, or approved equivalent (mounted on rear cross member). h. Electrical plug holder includes glad hand storage. 7. FRONT AXLE a. Axle- Eaton E12001 12,000 lb., or approved equivalent. b. Front wheels-steel 10 hole hub piloted c. Front fires- 11R22.5 Goodyear G3971,1-1S, steer or approved equivalent. d. Front hubs-Ferrous, or approved equivalent. 8. REAR AXLE a. The ibllowine or approved equivalents are areepiable: Sate - Mack S3H' Suspension - Mark SS3B ranaiback Axle - Mentor IYI'40-145A) Suspension-Volvo T-Ride b. Rear wheels- steel 10 hole hub piloted r Rear tires- 11 R22.5 Goodyear G124 unisteel traction or approved equivalent d. I luU: Ferruus. of approved equivalent. c. Powder divider with warning light and buzzer includes in cab control) 9. ELECTRICAL 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 Bid Award Announcement (02-10-0826) 755 Base Specifications #27 - 52,000 lb. GVWR Cab & Chassis only. c. Engine protection—engine shut down system monitoring high water temp, low oil pressure. high exhaust temp, high transmission temp. 10. CONDITIONS In addition to equipment specified, vehicle shall be equipped with all standard equipment as specified by the manufacturer for this model and shall comply with all EPA Emission Stan- dards and all Motor Vehicle Safety Standards as established by the U.S. Department of Trans- portation regarding the manufacture of motor vehicles. The successful bidder shall be responsible for delivering vehicles that are properly serviced. clean and in first class operating condition. Pre-delivery service, at a minimum, shall include the following: a. Complete lubrication. b. Check all fluid levels to assure proper fill. c. Adjustment of engine to proper operating condition. d. Inflate tires to proper pressure. e. Check to assure proper operation of all accessories, gauges, lights, and mechanical features. f. Focusing of headlights. g. Cleaning of vehicles. if necessary, and removal of all unnecessary tags, stickers, papers, etc. DO NOT remove window price sticker or supplied line sheet. NOTE: An official listing of all add/delete options and their prices should be obtained from the awarded vendor. Customers may select from any published optional items within this bid contract,or from any unpublished options submitted to the purchaser by the manufacturer. 756 Bid Award Announcement (02-10-0826) Y , ri FLORIDA * t- ASSOCIATION r COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2003 STERLING LT9500 Specification #27 52,000 lb. GVWR, 4x6 Tandem Axle Road Tractor (Cab & Chassis) The Sterling road tractor purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specificatianls) requirements which are included and made a part of this contract's vehicle base price as awarded by manufac- turer by specification by zone. ZONE: * Western * Northern * Central * Southern BASE PRICE: $55,400.00 $55,400.00 $55.400.00 $55,400.00 DEALER: Atlantic Atlantic Atlantic Atlantic Truck Center Truck Center Truck Center Truck Center Purchasers are advised that the above referenced vehicle specification comes equipped as a base unit only. The Florida Sheriffs Association and the Florida Association of Counties have identified and equipped the base unit with those specifications and equipment items required to meet Na- tional Standards. Since equipment needs and preferences are going to vary from agency to agency 11. - any additional options required or changes to the base unit desired by the purchaser shall be made through the vendor listed. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate vendor. * = Specification Low Bid LEGEND FOR DELETE/ADD OPTIONS Envy line will«qutreaDOLI RVALUE or e of the following abbreviations: • 'Std. = manufacturer's standardequlp. Atlantic: Engine Horse Power 350 Incl. = cluded with base specs. Torque Rating 1350 NC = not applicable charge vehicle GVWR 52,000 — = aeon not bid • vendor Bid Award Announcement (02-10-0826) 761 Mar 04 03 03: 22p GEORGE ELLISON 4070623040 p. 1 ATLANTIC TRUCK CENTER 2565 WEST STATE ROAD 84 FT. LAUDERDALE FL. 33312 FAX FAX FAX TO �� vC_ ATTENTION FAX NUMBER `fd7 376 33-0/ DATE NUMBER OF PAGES FROM GEORGE & DREW ELLISON FAX NUMBER 407-862-3849 PHONE NUMBER 407-862-7408 MESSAGE Mar 04 03 03: 23p GEORGE ELLISON 4078623049 p. 2 STHRLII�IC+ 1 R SUMMARY QUOTATION 03-04 2003 Page 1 of 1 CTTY OF OCOEP: ATLANTIC TRUCK CENTE 2565 W. ST.RD. 84 HI .LAUDERDAI I: FI. 33312 1 954 587 8220 PREPARED BY: GEORGEKDREW ELLISON (Prices in U.S. Dollars) - - -- EQUIPMENT Total 1 STERLING 119500 CHJ.SSTS S 03650 '1'OTAI, EQUIPMENT PRICE $_-__ 83650 OTHER CHARGES FET $ 0 TAXES 0 FEES 0 Other 0 TOTAL OTHER CHARGES $ 0 TOTAL QUOTE $ 83650 COMMENTS: 2003 FLORIDA SHERIFFS BID • APPRUVA1 : Gst op DaLc You ' II Lilco The Way We WorEc . Mar 04 03 03: 23p GEORGE ELLISON 4078623849 p. 3 SmaRLIr4C T R V C K 5 SPECPRO 1 .81 SPECIFICATION PROPOSAL. 03 04-2003 CITY OF OCOEII': ATLANTIC TRUCK CENTS; 2565 W.ST.RD. 84 E'T.LAUDERDALE FL 33312 1-954-587 8220 PREPARED BY: GELORGE&DREW ELLf.SON - SPECIFICATIONS MODEL SIERLING . T9500 - CHASSIS SET FORWARD AXLE - 'CRACIOR AR PRIMARY STEERING =.00A'T10N GENERAL, SERVICE IRACTOR/TRAILER CONFIGURATION LINEIIAUT/LONG HAUL SERVICE GOVERNMENT BUSINESS SEGMENT ELATSED TRAILER SINGLE ( 1 ) TRAILER GENERAL FREIGHT COMMODITY 1005 ON GHVJAY/Cll'Y TERRAIN BMOC E11 GONG:LIE OR ASPHALT ROAD SURFACE MAXIMUM 2 . 5$ EXPECTED GRADE DOMICILED, USA 49 STATES(W/0 EXP FRT AXLE LOAD 12000 LBS EXP REAR AXLE LOAD 40000 LBS PIXP GVW CAPACITY 52000 LBS MAXJ.MDI'1 IiXP CCW 80000 LDS ' RACI'OP SIyI<VLGI, T'RAITER FRONT TO KP 36 N IO2 IN I DEC LANDING GLAR CLEAR 96 IN You ' II Like The Way Vile V1lorK . Mar 04 03 03: 23p GEORGE ELLISON 4070623849 p. 4 STERLITIG T x O c K f SPECIFICATION PROPOSAL, 03-04-2003 CITY OF OCOEE page 2 S PI:CIF I CAT IONS - --. ENGINE YIK44000 350 12 . BL 350 HP @ 2000 RPM; 1350 LR/P'L @ 1100 RPM ENGINE EQUIPMENT 1998 I:PA P.MISSION CIfRI II ICA'I ION RACINE 55.181I ISO OII. CHECK X. FILL SIX P14CF VALVE COVER DUAL AIR INTAKE THRO'GII L_H ANJ RH SIDES W/DOXALDSON AIR CLEANER, FIRKWA_.:, MID DR I2V 1 30 AMP 22- 51 OUADRA?CIUN'I PAD ALTERNATOR ( 2) ALI,IANCE 931 GRP31 12V MF 1300 CCA THREADED S'IUD BATTERIES STEEL BATT BOX FRAME MTD LH, LONG SIDE TO RAIL, MTD AFT OF CAB FRAME GROUND RETURN FOR BATTERY CABLES BATTERY SHUTOFF SWITCH AT BATTERY BOX . FATON FULLER 15 1 /2" DAMP CERAMIC 2P?AT 4 BUTTON, 7 SPRING,LOW RATE, EASY PFDAI, TORQUE-LIMITING CLUTCH BRAKE ZERK FITTING AT CLUTCH RELEASE BEARING WARCO ' 5_ 5 CFM AIR COMPRESSOR STANDARD AIR COMPRESSOR GOVERNOR ELEC ENG INTEGRAL SHUTDOWN PROTECTION SYSTEM MERCEDES BENZ ON/OFF COMPRESSION BRAKE AND I:XIIAUSI' BRAKE 0i$P. : 'ONTAI, RII M11P1 II; W/FPAM1(M'IC : „PITH. i20UTItt:; CHROME EXHAUS= RA:N CA? HORTON DRIVFMASTER ON/OFF FAN DIVE - FflFf. FITTFP :30 16 COL ..Thh . BR4fl:i RADLATUR ANI'I_R1L/E TO -34E, ETHYLENE GLYCOL PRE-CHARGED SCA HEAVY DUTY COOLANI GATES BLUE STRIPE COOLANT HOSES You ' ll Lice The Way We Work . Mar 04 03 03: 23p GEORGE ELLISON 4078623849 p. 5 ST E I L II'IG SPECIFICATION PROPOSAL 03-04-2003 CITY OF OCOEE page 3 SPECIFICATIONS CONSTANT TENSION HOSK CIAFIPS FOR (:OOTA\T 'POSES RADIAJOR LRAINCOCK MITSUBISHI I2V 105P55 _LYPE STARTER COMPRESSION TYPE FRONT ENGINE MOUNTS TRANSMISSION & EQUIPMENT EALCX FUI.I.ER FR - 4210B LRANSL/I.SS OL CAST IRON CLUTCH HOUSING YACNEMEC PLUGS, EN';INI. DRAIN TRANSMISS=ON DRAIN, AXLE(S) FILL & DRAIN PAINTED SHIFT :EVER, SOLID SINKAGE FRONT AXLE & SUSPENSION MERITOI MPS-12-143A 1'HONT AXI,F. CC 12, 000 MERITOR 15 X 4 Q4 CAM FRONT BRAKES NON-ASBESTOS FRONTFRONT' DRAKE.. LINING CONMET CAST IRON FRONT BRAKE DRUMS FRONT BRAKE DUST SHIELDS CHICAGO RAWHIDE SCOTSEAL PLUS XL FRONT OIL SEALS MHRTTOR AUTOMATIC FRONT SLACK ADSUSTRS TRW TA.S-65 POWER STEERING POWER STEERING PUMP 2 QUART POWER STEERING RESERVOIR 12, 000# HAT LEAF AF FRONT SUSPENSION . . . BRONZE BUSHINGS — FRONT SUSPENSION REAR AXLE & SUSPENSION A_XIF i 41 , 000i% 4 . 11 AXLE RATIO KEN L- P [ : y7Tr 4./GALE ROUND YOKES 171 MERITOR INTERAXL" DRIV LI E WHALE ROUND YOKES You ' II Like TI-le Way We Work . Mar 04 03 03: 24p GEORGE ELLISON 4076623849 p. 6 STERLING SPECIFICATION PROPOSAL 03 04 2003 CITY OF OCOER: page 4 SPECIFTCATIONS - MRRII'Oi1 16 . :X7 Q- CAS^ SPIDER CAN REAR SINKS, IBI.E ANCHOR, FABUD SHOES �^.. NON ASBESTOS REAR BRAKE LINING CONMKT CAST IRON REAR _BRA1$E DRUMS REAR BRAKE NEST SHIELDS CHICAGO RAWHIDE SC07SEAL REAR OIL SEALS HALDEX LONGSI'ROKE 2-DRY AXLE SPRING PARKING CHAMBERS MERITOR AUTOMATIC NL AR SLACK AMU-COTES HENDRICKSON RT403 REAR SUSPINSION 40 , 000H . HENDRICKSON RC/R'fF 7 . 19' SADDLE Iv'CN_ 52" AXLE SPACING STERI. BEAMS AND RUBBER CENTER BUSHINGS W/BAR PIN ADJUSTABLE END CONN FORE/AFT CONTROL RODS BRAKE SYSTEM EQUIPMENT WABCO 4S/4M ABS W/O '1'RAC'1'10N CONTROL ENHANCEMENT REINFORCED NYLON, FABRIC BRAD & WIREBRAID CHASSIS AIR LINES STANDARD BRAKE SYSTEM VALVES COMBO-ABS/SERVICE BRAKE VALVE WITH - -- 4 PSI CRACK PRESSURE BW AD 9 BRAKE IEINR AIR DRYER 4/I!IIA571P STEEL AIR BRAKE RESERVOIRS PETCOCK DRAIN VALVES ON AI.I. A1N TANKS . TRA ' I,RP CONN] C'I 'ON : 10 ' PIRBICS. _RAI AIR ! NN BCC MOUNTED BRACTRT ["IIH SPR . NC l'YPT . . i -:,L-C I`OT DER PRIMARY CONNECTOR/RFCEPPACLE CENTER PIN POWERED THROUGH IGNITION - You ' II Like The Way We Work . Mar 04 03 03: 24p GEORGE ELLISON 4078623849 p. 7 IKUCKS STERLIIMO SPECIFICATION PROPOSAL 03 04 2003 CITY OF' OCOEE page 5 SPECIFICATIONS - — SAT J560 7 WAY PRIMARY TRIG[ [ 1R CABLE -_CHPIACLL BRACKET MID LOWER LH BOC SUPPLEMENTAL ISO 3731 7 WAY RECEPTACLE LOCATED lo'ITEI PRIMARY RECEPTACLE _. 10 ' ...:PACHABT.E STRAIGHT PRIMARY TRAILER ELECTRICAL CABLE WITH SAEJ560 CONNECTOR FRAME: & WHEELBASE * 187" WHIN I •BASI: 3i H" X 3-3 / - 6" X 10— . /4 STY1:i.. .'RAMS: . 63 IN. OVERHANG FLANGED TAPERED EN: OF FRAME STANDARD MIDSHIP #1 CROSSMEMBER(S) STANDARD REARMOST CROSSMNMBIP STANDARD SUSPENSION CROSSMEMBER CHASSIS EQUIPMENT LH BACK OF CAB ACCESS 16 . 5" PAINTED STEEL STRAIGEF BUMPER BELTS 8-7 PAINTED MUD FLAP BRACKETS BLACK MUDFLAPS 11 UCK—SPIN ROUND COLLAR CHASSISE AS'1'ENERS REAR CAB SUPT, INTERMEDIATE & SUSP XMBRS PLASTIC QUARTER FENDERS—WITIIOU'P _LOGO . FIFTH WHEEL, & EQUIPMENT :7 N?AINE NO—SLACK iI 6000 SERIES 6PMA . N1J h ! I 1 A I PLAILI MUU'I it II 6iIIL 4 i N . . . _ 5TH WHEEL. 61OM4(24 . 0" IAP.iAJ QE SUSP C/ N 197MM ( 7 . 757 ) 5"71 WHEEL HEIGHT FUE:I, TANKS & EQUIPMENT 75 CAI / 283 LITER RECTANGULAR STEEL FUEL TANK — RH You ' II Like The Way We work. Mar 04 03 03: 24p GEORGE ELLISON 4078623849 p. 8 STaRLInIG TRUCK , SPECIFICATION PROPOSAL 03-04 2003 CITY OF OCOEI; page 6 SPECIFICATIONS 75 TATIOI 1 283 I!ITFR R:.CTASGJ_AR STEF.]. FUEL i'ANR - i II REC'I'ASGC:,AR PURL TANR(S ) STEEL FUEL TANK BRACI<hl'(.S) PLAIN ALUMINUM/PAINTED STEEL FUEL/ HYDRAULIC TANK(S ) WITH PAINTED RANDS IUFL IANK(S ) FORWARD EQUIRLO INBOARD FUEL SYSTEM RFINIORCFD NYLON FUEL HOSE IN l'ANX FUEL :3VEL SENDER(S) FRONT TIRES, HUBS, & WHEELS MICHELIN XZ11 I1R 22 . 5 14 PI.V CONMFT PRE SET BEARING ALUMINUM FRONT . HUBS ACCORIDE 28487 22 .5X8 . 25 10-HUB PILOT . 5-FAND STEEL DISC FRONT WHEELS REAR DRIVE TIRES, HUBS, & WHEELS MICHELIN X.34 " 1R 22 . 5 14 PLY COAMET IRON REAR HUBS ACCUR_DE 28487 22. 5)(8 . 25 10-HUB PILOT 5-HAND STEEL DISC REAR WHEELS CAB EXTERIOR 1118 BBC CONJENTIONAI. . TIE. CAB RE CAB DOOR IQ/55 :,EGREF DOOR STOP 'AP 'A L , BECKIT DOOR .TOP GRA BIIAND . .. 100D MOUNTED SILVER METALLIC PAIN'PED : _,KLKLAIS rOGD HUAI. Rh:'.'7 AIR HORNS , S_NCLE BASE, CAB ROOF M'i'D DJAL ELECTRIC HORNS You ' II Like The Way We Work . Mar 04 03 03: 25p GEORGE ELLISON 4078623849 p. 9 SmartLING T R WGK 5 SPECTFTCATION PROPOSAL 03-04-2003 CITY OF OCOF.R page 7 SPECIFICATIONS SINGLE! RECT ANGUI.AR HALOGEN HHADLIOHPS . WITH SILVER METAL! IC PAINTED BEZELS AERODYNAMIC MARKER L'_GEY'S - SMAI. DAYTIME RUNNING LIGHTS GROTE FUSE MOUNTED STOP/TAIL/BACKUP LIGFI'IS MOUNTED INSIDE FRAME RAIL STANDARD PROM TURN SI_GNAI, LAMPS ( 1 ) ']'RUCK-LI:I : 20 I;'PI I,IT)/ 'AGM MOUNTED BOC/BUS DUAL SST WEST COAST MIRRORS DOOR MOUNI'E'D MIRRORS 1 02" - _-.PYENT WIDTH T - ARN 8 CONVEX G .RORS, BRIG. MTD UNDER PRIMARY MIRRORS REAR REFLECTIVE DEVICE (2) 15"X26" TINTED REAR WINDOWS TINTFD DOOR GLASS LH g RH WITH TINTED OPERATING WING WINDOWS MANUAL DOOR WINDOW REGULATORS TINTED WINDSHIELD 8 I:I'I'ER WINDSHIELD WASHER RESERVOIR W/0 FLUID LEVEL INDICATOR CAB 1 NTIS RI OR BASE OASIS TAN INTERIOR MOLDED PLASTIC DOOR PANEL MOLDED PLASTIC DOOR PANEL, DANK 'TAUPE VINYL MATS WITH SINGLE INSULA'I ION DASH MORWITI AOH MAYO NO IN, FI D ,-.V. SAMARA/ASH VWING DASH HEATER, DEEHOSPER AND AIR CONDITIONER MAIN KNISH ATR INS PH N MA II, NI ANTTARIT HINATIP DTI V3iNC SANDEN CIUMI'ACP AII CONDITIONER COMPRESSOR RADIATOR MTD " /C CONDENSER Yoii ' II Like The Way We Work . Mar 04 03 03: 25p GEORGE ELLISON 4078623849 p. 10 d Sma It LIICIC WICKS SPECIFICATION PROPOSAL. 03-04. 2003 CITY OF OCOEE page 8 SPKCI PTCAT I ONS HINA.2Y C:R:TROL, R-134A CIRCUIT 11196.'; 12V NRGATTVF. GROUND ELECTRICAL SYSTEM CENTER MOUNTED DOME LIGHT AND LH/Rli COURTESY LIGHT TN KICK PANELS CAB DOOR LATCHES WITH MANUAL DOOR LOCKS FZYRIDER MTD BACK AIR SUSPENSION DRIVER SEAT W/AD.iUSIABT.h. '.UNBAR SUPPORT EZYRIDER MID BACK NON- SIISPHNS I ON PASSENGER SEAT VI NY], WV NYL INSERT, DRIVERS SEA'.' 3 POINT ADJUSTABLE D-RING RETRACTOR DRIVI,R AND PASSENGER SEATBELTS FIXED STEERING COLUMN 2-SPK 450MM(18" ) BLACK STEERING WHEEL(S ) DRIVER/PASSENGER INTERIOR SUN VISORS INSTRLIMNNT PANELS & CONTROLS STERLING ELECTRONIC GAUGE CLUSTER - ICU3 BLACK GAUGE BEZELS NON-ADJUSTABL SUSP CLUTCH &ACCELERATOR PEDELS W/NON-ADJ FLR MTD BRAKE PEDAL . - - MULTIPLEX INSTRUMENT PANEL DARK TAUPE CENTER INSTRUMENT PANEL WITH FLAT GAUGE INSERT LOW AIR PRESSURE LIGHT AND BUZZER PR'h'A.RY R. .,-CCNDAR'I ATR EEIRIIIRE GAIT:Is I .:TAKI PHRINIER AIR 'RUC SI . , ER - ET/ A.TART CRUISE CONTROL-ELECTRONIC, CON'I'RC' S ON SPEARING RHLL._, SPOKES T I II+ti D G II N N ' G N 1 T T I liI ( )U-' -1JPII / IIUUR 'D-IAGNS STICVC _.T ^-EUI.SPI AY 1X7 CHAR, 26 WRNG LAMPS, DATA LINKED ICJ3 - DIAGNOSTIC INTERFACE CONNECTOR, 6 PIN, SAE J1587/1708, LOCATED BELOW DASH You ' 1I Like The Way We Work . Mar ❑4 03 ❑3: 25p GEORGE ELLISON 407082304E p. 11 STERLING T 2 Y C K 5 SPECIFICATION PROPOSAL 03-04-2003 CITY OP OCOEE page 9 SPECIFICATIONS --- - ELECTRIC FUFI (;AUGH FLEC'_:CCP._ ENGINP COOI.AN'I HEW' CAUCL - - ENGINE AND TRI? HOUR METERS IN I'H.GRAI, __. 4i:'1111N DRIVER DISPLAY FIECTRIC ENGINE OIL PRESSURE GAUGE S'IERI,ING AM/FM STEREO RADIO (2) RADIO SPEAKERS (CAB ONLY ) NO CB RADIO/PROVIS:ON 4'IULd'I-HAND AM/1M/WH/CR LB MIRROR MOUNTED ANTFN^'A SYSTEM ET.HC'I RON I C N PIT SPLLiOMETER Fij SFLONDARY KPH SCALE, WO ODOMETER ELEC'R0NIC TACHOMETER 3000 RPM BW TRACTOR PROTECTION VALVE TRAILER BRAKE VALVE, HAND CONTROT. DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY ICU3 SINGLE ELECTRIC WINDSHTFS,D WIPER MOTOR W/DELAY (3 ) POS ' N ROTARY HEADLAMP SW W/SEP MKR LT INTERRUPTER SW, DIMMER W/T_NT DOME CM. VALVE PARKING BRAKE SYSTEK WITH WARNING INDICATOR SIGNAL STA'T NON CANCELLING TURN SIGNAL, SWITCH WITH BRAKE OVERRIDE HEAVY DUTY MECHANICAL FLASHER PAINT HIT: ONE UI_ 1 ., FECNT WHEN ('(L,CR : : RI 4 LL PALM' - . . PRIMER WHY] ] You ' II Like The We.y We Work . Mar 04 03 03: 25p GEORGE ELLISON 4078623849 p. 12 al STERLING SPECIFICATION PROPOSAL. 03- 04-2003 CITY OF OCOEE page 10 -. - SDACIFICATTONS -- — DEALER SPECIAL. ADD-ON OPTIONS T RAT[,BOSS 35 TON SLANT NECK LOWBOY . . - LOW PROFILE TRAILER AS PISS ATTACHED SPECS You ' II Like The Way We Work . a oJeeil ,oe//vea y CEN_rail IL en TERS03 N C /7y D -- OcobE TRAILERS,'INC co f, l-DDy/ 6/o'v4 SPECIFICATIONS FOR 35-TON SLANT NECK LOWBOY(LOW PROFILE) FRAMEWORK: MISCELLANEOUS SPECIFICATIONS: Main Frame: 24"wide range I-beam 55#per fl. Twin 2-speed jacks Cross Members: 8"I-beam 104 per R. D.O.T.sealed beam lights Side Rails: IT channel 20.74 per R. Mud flaps Protected wiring system with circuit breaker$ UNDERCARRIAGE: Stake pockets and Et-rings along each side Tandem 25,000A oil bath axles 2"hardwood decking w 12 1/4"x 71/2"brakes,both axles Color: Gloss Black:':(options available) wheels(10-hole Budd-type - )(8) 9700 Hutch Suspension 235/75Ri 7.5 16-ply radial lives(8) Air brakes rur Sp �( g/Maxi brakes optional) OPTIONS. DIMENSIONS: EXTRA LENGTH N Bed Length including 5'dove tail 10-HOLE BUDD WHEELS LelaWidth 8 1/2' Height 35 3/4" (unloaded) 6'HYDRAULIC RAMPS/ tet787L 0 5'adjustable self-supporting removable ramps,with spring assist WI WET LINE 15'neck(including 6'slant) • W/12V ELEC.SYSTEM 0 Overall Length j4 ' W/IIHPHONDA 1121914512. Onet k 02 QlL a 00 GASOLINE ENGINE Tor,#L fi2tc, / 5 ,0,aS')- ril Mar 04 03 03: 26p GEORGE ELLISON 4078623849 p. 14 REE. 26. 22303 10:03AM NORTE AMEUICAN TRALER CENTERS C. 09E9 P. I . ii 1 0 It c. O 0 o un r 0 1 I a x ' I) 4 + Z I 11 1 , ` cn 0 I Lr" I m tO a)i\ \V k ' a a / 6a$ L�%� //UeAIc, 0 N �" o PSIAl C T/) / cn annants r! J i U. SS m C /7Y Or r>C0IE4. TRAILERS, WC m m \\ • r r SPECIFICATIONS FOR 35-TON SLANT NECK LOWBOY(LOW PROFILE) 2 z FRAMEWORK: MISCELLANEOUS SPECIFICATIONS: Main Frame: 24"wide flange 1-beam55#per ft. Twin2-speed jacks Cross Members: 8"I-beam 10#per ft. D.O.T. sealed beam lights Side Rails. 12'channe120.7#per ft. Mud flaps Protected wiling system with=ircuit breakers UNDERCARRIAGE: Stake pockets and D-rings along each side Tandem 25,000#oil bath axles 2"hardwood decking a 12 1/4"x 7 l it brakes,both axles Color: Gloss Black(options available) 0 wheels(10-hole Budd-type ' )(8) m co 9700 Hutch Suspension xi 235/75R 17,5 16p1y radial Wes(8) m 0 A'u brakes(Spring/Maxi brakes optional) a OPTIONS, to DIMENSIONS: EXTRA LENGTH Bed Length 1,5±including 5'dove tail 10-HOLE BUDD WHEELS Width 8I/2' Height 151/4" (unloaded) 6'HYDRAULIC RAMPS//Lrlec7/2/4 tfrfitir S'adjustable self-supporting removable ramps,with spring assist W/WET LINE 15'neck(including 6'slant) W/I2V ELEC.SYSTEM / Overall Length 051 W/IIHP HONDA �CfA2- uicL d6 412 at- GASOLINE ENGINE TorRL Pk/cc / a ,8�e .� - N SPURSview-Search for a Vendor by Commodity Page 1 of 4 search I directory contact us i 411 subscribe i tour I help Services Business & Industry > Search > Commodity Categories > Vendor Search by Co Agriculture IIndustrys & Search for a Vendor by Commodity Calendars & Events Vendors for: Community TRAILERS, ALL TYPES (EXCEPT, HOUSE. Resources TRAILER, TILT BED, PINTLE HITCH, 10 TON OPTION: TRAILER, TILT BED, PINTLE HITCH, Consumer 2 INCH THICK (NOMINAL) OAK DECKING. Assistance SPARE TIRE AND WHEEL, MOUNTED AND Disaster TRAILER, PINTLE HITCH, 10 TON CAPACITY Management OPTION: TRAILER, PINTLE HITCH, 10 TON Education 2 INCH THICK (NOMINAL) OAK DECKING. SPARE TIRE AND WHEEL, MOUNTED AND Elders LOW BED TRAILER, LEVEL DECK, 5TH WHEEL, Employment OPTION: LOW BED TRAILER, LEVEL DECK, 5TH EnvironmentTEN FOOT DECK WIDTH (WITHOUT OUTRIGGERS) FULL WIDTH, HYDRAULIC OPERATED BEAVER Health& Human REAR WHEEL OPENINGS COVERED. ALL STEEL Services SPARE TIRE AND WHEEL, MOUNTED AND Licensing & SPECIAL STATE COLORS PER CONTRACT SPEC. Permitting LOW BED TRAILER, DETACHABLE NECK, Public Safety LOWBOY TRAILER, FIFTH WHEEL, 25 TON, Science& LOWBOY TRAILER, FIFTH WHEEL, 30 TON Technology LOWBOY TRAILER, FIFTH WHEEL, 40 TON LOWBOY TRAILER, FIFTH WHEEL, 40 TON Tra_n_sportation LOWBOY TRAILER, FIFTH WHEEL, 50 TON - -- LOWBOY TRAILER, PAVERS SPECIAL, 25 TON, LOWBOY TRAILER, PAVERS SPECIAL, 30 TON, • LOWBOY TRAILER, PAVERS SPECIAL, 35 TON, LOWBOY TRAILER, PAVERS SPECIAL, 40 TON, LOWBOY TRAILER, PAVERS SPECIAL, 40 TON LOWBOY TRAILER. PAVERS SPECIAL, 50 TON LOWBOY TRAILER, DETACHABLE. 35 TON LOWBOY TRAILER, DETACHABLE. 10 TON LOWBOY TRAILER, DETACHABLE, 40 TON, LOWBOY TRAILER, DETACHABLE, 50 TON LOWBOY TRAILER, DETACHABLE, 60 TON TRAILER, 5TH WHEEL TYPE, AIR BRAKES, Vendor Name City n Phone MBE Vendor PRO TAINER INC ALEXANDRIA MN 8002487761 C DM1 ------ REGIS- LOWES HOME CENTERS ALTAMONTE • FL 4077884305 A Dfv INC ASF 0604 SPGS REGIS" http://fcn.state.fl.us/owa spurs/owa/spurs_www.cornmodities.display_vendors?commodity... 2/26/2003 SPURSvicw - Search for a Vendor by Commodity Page 2 of 4 CLARK TRAILEIR SERVICE�� ANDALUSIA I AL 133422272161 G REGS ORLANDO FREIGHTLINER APOPKA FL 4072953846 A DM1 INC REGIS- Dk WILSON TRAILER ATLANTIC BEACH FL 9042462627 B REGIS - BARTOW FORD CO INC BARTOW FL 8635330425 A D6 REGIS LQR E FIRST NCRESPONSE I BELLINGHAM WA 3606475277 AI REG S IRONDOG TRUCK & BLOUNTSTOWN FL 8506747222 A DN TRAILER REGIS KYZER ALUMINUM INC BRADENTON FL 9417521530 B D6 REGIS NAPA AUTO PARTS BRONSON FL 3524861050 A ------ REGISIS- WEBSTERS MACHINE & BROOKSVILLE FL 3527960574 A Dh WELDING INC REGIS- AMERICAN BOOM & CAPE CANAVERAL FL 3217842110 A D6 BARRIER CORP REGIS- S&S RENTAL& CHIPLEY FL 8506382222 A D. EQUIPMENT SALES REGIS- OINC ORTH ENTERPRISES CLARKSVILLE FL 8506743222 A DA REGIS- ACTION FABRICATION & CLEARWATER FL 8003301229 A D6 TRUCK _ REGIS- BRETTEL EQUIPMENT CLEARWATER FL 7277264385 M Dh CORP REGIS' EXPRESS TRAILERS CLEARWATER FL 7275724265 A DL REGIS" BOB KS MARINE SUPPLY COCOA FL 3216362888 A _._. REGIS- LOU BACHRODT Dh COCONUT CREEK FL 9542473000 A REGIS- CHEVROLET INC NORTH FLORIDA • CRAWFORDVILLE FL 8505626871 B REGI MATERIAL HANDLING WISE EQUIPMENT SALES CRESTVIEW FL 8506823366 A REGL & SERVICE BRE I I EQUIPMENT CORP CRESTWOOD IL 7083852030 A DL REGIS- HITCH N POST OF DELAND FL 9047382892 A I DM1 DELAND INC REGIS KAISER PONTIAC-BUICK DELAND FL 9047346882 B Df GMC TRUCK REGIS- BILL WALLACE FORD DELRAY BEACH FL 3052780303 D REGI INC. CANTWAY TRAILER MFG DELRAY BEACH FL 0000000000 A TEMPC INC TRUCK EQUIPMENT DOTHAN AL 3347924124 C Dh SALES INC — REGIS' ire I I http://fcn.state. Lus/owa_spurs/owa/spurs_www.commodities.display_vendors?commodity... 2/26/2003 SPURSview - Search for a Vendor by Commodity Page 3 of 4 BETTER BUILT TRAILERS DOUBLE SPRINGS"AL H20548951291 A I REGDSE INTERNATIONAL TRUCK &' Dtv ENGINE DULUTH GA 6785842777 A REGIS" SUNDOWNER OF DM1 DUNDEE FL 8634396976 A FLORIDA INC REGIS" Dk WESTERN GENTLEMAN DUNDEE FL 8634396976 A REGISIS" DN D & L SALES EAST PALATKA FL 9043289444 A REGISIS- DN COUNTRY SIDE MFG FLORALA AL 8505374735 B IS REGIS FONTAINE TRUCK FORT FL 3057647720 A REGL EQUIPMENT CO LAUDERDALE PALM PETERBILT GMC FORT FL 9545843200 A Dh TRUCKS INC LAUDERDALE REGIS- SAM GALLOWAY FORD FORT MYERS FL 8139362193 A Dk INC REGIS TERRY WVNTER AUTO DM1 FORT MYERS FL 9419392500 I SERVICE - —.- . REGIS Dk OMR CORP. FORT PIERCE FL 5614609200 0 IS REGIS TONYS TOWING INC FORT PIERCE FL 5614652995 B REGI GARY SMITH FORD INC FORT WA FL 8502444111 AB REGIDS� HONDA OF FORT FORT WALTON FL 8508624622 A REGI WALTON BCH HOME FOLKS MOBILE DN FT MYERS FL 2399955010 A HOMES INC REGIS- HAW ES CHRYSLER- D6 GAINESVILLE FL 9043722561 A PLYMOUTH REGIS" WADE RAULERSON GAINESVILLE FL 9043722583 A REGI PONTIAC GMC TVI CORPORATION-1 GLENN DALE MD 3013528800 C D6 REGIS` CUSTOM TRAILER INC GRIFFIN GA 7702286091 A Dh REGIS CUSTOM THAILER PARTS GRIFFIN GA 7702286091 A D6 r REGIS EVACO ACQUICORPSITIONS DN GRIFFIN GA 7704678644 I A REG Sy CAI -KFN TRAIT FRS,INC. GULF BREEZE FL 8509341120 A IS REGIS CROSLEY PRODUCTS Dh HAMPTON FL 3524681998 R DIVISION,_INC. REGIS SPURSView found 172 Vendor(s)matching your query. Records 1-50 am shown. - 1 - 2 - 3-4 - http://fcn.state.fl.us/owa_spurs/owa/spurs_www.commodities.display_vendors?commodity... 2/26/2003 G. " FLORIDA ASSOCIATION ._ -a .: COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIE 2003 FREIGHTLINER FL112 / Specification #27 52,000 lb. GVWR, 4x6 Tandem Axle Ro Tractor (Cab & Chassis) The Freightliner road tractor purchased through this contract roes with all the standard equip- ment as specified by the manufacturer for this model and FSA' ase vehicle specification(s) require- ments which are included and made a part of this contrs vehicle base price as awarded by manufacturer by specification by zone. ZONE: Western Nort rn Central Southern BASE PRICE: $55,769.00 $5 69.00 $55, 9.00 $55,694.00 DEALER: Freightliner F ightliner F ghtliner Freightliner of Tampa f Tampa f Tampa of Tampa Purchasers are advised that the above re fenced vehicle specification comes equipped as a base unit only. The Florida Sheriffs Associa ' n and the Florida Association of Counties have identified and equipped the base unit with tho, a specifications and equipment items required to meet Na- tional Standards. Since equipment eeds and preferences are going to vary from agency to agency - any additional options require or changes to the base unit desired by the purchaser shall be made through the vendor listed. NOTE: An official listing o all add/delete options and their prices should be obtained from the appropriate vendor. LEGEND FOR DELETE/ADD OPTIONS Every line will requlle a DOLLAR VALUE or one of the following abbreviation: Std. - anufacturefsstandard equip. Freightliner: Engine Horse Power 370 Incl. = included with base specs. Torque Rating 1350 NC = not additional ableeto the vehicle GVWR 52,000 — = option not bid by vendor Bid Award Announcement (02-10-0826) 757 a. il. - • m- ' •r • FLORIDA . ASSOCIATION , ECOUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2003 INTERNATIONAL 7600 SBA / Specification #27 /' 52,000 lb. GVWR, 4x6 Tandem Axle Road Tmctor (Cab & Chassis) The International road tractor purchased through this contract comes th all the standard equip- ment as specified by the manufacturer for this model and FSA's base vehicle specifications) require- ments which are included and made a part of this contract's ve icle base price as awarded by manufacturer by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $61,995.00 $61,995. $61, .0O $61,995.00 DEALER: Rechtien Rechtie Re Lien Rechtien International lnte tional ernational International Trucks, Inc. s. Inc. Trucks, Inc. Trucks, Inc. Purchasers are advised that the above refere ed vehicle specification comes equipped as a base unit only. The Florida Sheriffs Association d the Florida Association of Counties have identified and equipped the base unit with those s ecifications and equipment items required to meet Na- tional Standards. Since equipment needs and preferences are going to vary from agency to agency - any additional options required or anges to the base unit desired by the purchaser shall be madc through the vendor listed. NOTE: An official listing of all dd/delete options and their prices should be obtained from the appropriate vendor. LEGEND FOR / DELETE/ADD OPTIONS Every line will equtre,DOLLAR VALUE or one of the following abbrevlabons'. Std. = manufacturer's standard equip. Rechtien: Engine Horse Power 350 mei. = included with base specs. NTorque Rating 1450 rNAA = not additional t charge vehicle GVWR 52,000 — = option not and by vendor 758 Bid Award Announcement (02-10-0826) .1 FLORIDA ' r ASSOCIATION „ � , or COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2003 MACK C SERIES Specification #27 52,000 lb. GVWR, 4x6 Tandem Axle Road Trrr,actor (Cab & Chassis) / The Mack road tractor purchased through this contract comes with affhe 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 manufac- turer by specification by zone. ZONE: Western Northern / Central / Southern BASE PRICE: $63,771.00 $63,42 . $63,4 .00 $63,421.00 DEALER: Nextran Truck Nextr Truck Ne n Thick Nextran Truck Center - Ce er - nter - Center - Lake City e City ampa Miami Purchasers are advised that the above refs need vehicle specification comes equipped as a base unit only. The Florida Sheriffs Associati and the Florida Association of Counties have identified and equipped the base unit with thos specifications and equipment items required to meet Na- tional Standards. Since equipment q-eds and preferences are going to vary from agency to agency - any additional options required ' changes to the base unit desired by the purchaser shall be made through the vendor listed. NOTE: An official listing of add/delete options and their prices should be obtained from the appropriate vendor. I LEGEND FOR / DELETE/ADO OPTIONS Every line witl I equii e a DOLLAR VALUE or one of the following abbreviations: • Std. = nufacturer's standard equip. Nextran: Engine Horse Power 350 mat. = included with base specs. Torque Rating 1360 NC = notaappucameeto the vehicle GVWR 52,000 - = option not bid by vendor Bid Award Announcement (02-10-0826) 759 • FLORIDA ASSOCIATION COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2003 PETERBILT 385 Specification #27 52,000 lb. GVWR, 4x6 Tandem Axle Road Tractor (Cab & Chassis) The Peterbilt road tractor 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 contracts vehicle base price as awarded by manufac- turer by specification by zone. ZONE: Western No hem Centr Southern RASE PRICE: $68,399.00 •8.315.00 $68 9.00 $68,375.00 DEALER: Peterbilt of Peterbilt of P erbilt of Peterbilt of Central Florida Central Florida entral Florida Central Florida Purchasers are advised that the above eferenced vehicle sp ification comes equipped as a base unit only. The Florida Sheriffs Asso -Lion and the Florida Association of Counties have identified and equipped the base unit with •ose specifications and equipment items required to meet Na- tional Standards. Since equipme needs and preferences are going to vary from agency to agency - any additional options requir-d or changes to the base unit desired by the purchaser shall be made through the vendor lis -d NOTE: An official listing < all add/delete options and their prices should be obtained from the appropriate vendor. LEGEND FOR DELETE/ADD OPTIONS Every Wewill require aDOLIM VALUE or one of the following abbreviations: Std. = manufacturer's standardequip. Peterbilt: Engine Horse Power 350® 2100 Incl.= included with base specs. Torque Rating 1350 1200 NC = no additional charge NA = not applicable to the vehicle GVWR 52,000 — = option not bid by vendor 760 Bid Award Announcement (02-10-0826) IP d' . FLORIDA .I,‘It ASSOCIATION Q COUNTIES • FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2003 VOLVO V SERIES Specification #27 52,000 lb. GVWR, 4x6 Tandem Axle ,Road Tractor (Cab & Chassis)/ The Volvo road tractor purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA' base vehicle specification(s) requirements which are included and made a part of this contract vehicle base price as awarded by manufac- turer by specification by zone. ZONE: Western orthern Centr Southern BASE PRICE: $59,967.00 $59,617.00 $59. 7.00 $59,617.00 DEALER: Nextran Truc Nextran Truck Ne ran Truck Nextran'Truck Center - Center - ,Center - Center - Lake Ci Lake City / Tampa Pompano Purchasers are advised that above referenced vehicle specification comes equipped as a base unit only. The Florida Sheri s Association and the Florida Association of Counties have identified and equipped the base u with those specifications and equipment items required to meet Na- tional Standards. Since equipment needs and preferences are going to vary from agency to agency - any additional optio s required or changes to the base unit desired by the purchaser shall be made through the v dor listed. NOTE: An oMci listing of all add/delete options and their prices should be obtained from the appropriate v dor. LEGEND FOR DELETE/ADD OPTIONS Evci y line will require a DOLLAR VALUE Std�e of me fallowing abbreviations: = manufacturersstandardequip. Nextran: Engine Horse Power 350 met - included with base specs. Torque Rating 1350 oaplicaNA = ntapble charge vehicle GVWR 52.000 - = option not bid by vendor 762 Bid Award Announcement (02-10-0826) 01/24/03 FRI 12:20 FAA 1 407 053 15Re KIAUMA,CK Ringhaver c_T BmOR.R.n eowRRlRa rA. January 22,2003 MR BUDDY ELMORE CITY OF OCOFF /50N LAKESIIORE DRIVE OCOEE,FLORIDA 3476I RE: TRAIL KING TRAINER STATE BID COMMODITY COOS U 070-780430,TKTORG TRAILER $273573 CITY OF OCOEE SPECIFICATIONS: 40 FOOT LENGTH - S 720 FULL UPPER DECK, 15 DEGREE SLOPE 1,200 TWO SPEED LANDING GEAR 615 FULL WIDTH REAR DECK 680 7 FOOT RAMP,42"W1DE,ELECTRIC/HYDRAIJL IC 3,000 COLOR:BRIGHT WHITE N/C 25570R-25S TIRES 355 CROSSMEMBERS ON IT"CENTERS 800 TOTAL LAST PRICE: S5,930 LESS STATE BID DISCOUNT—14.56% - 869 TOTAL COST OF OCOEE SPECIFICATIONS S5,066 $ 5.066.08 TOTAL COST OF TK7ORG 532,223:89 RESPECTFULLY, /�n ED PAULEY BRANCH MANAGER TAMPA CORPORATE REMOUMBERS: 97970106omon Dave.RlrervlwR,FL 33569•PO 90x 30169 Tampa.FL 33830-3169 TEL:613-G714700•FAIL:313•6713116•URI:www.ringhavecom M1MD0 MOOR6910.E MIM Am Hamann 18111 most Tanan...._—. _._-...--. 01/24/0a !R1 12:21 FAA 1 int aa1 ♦ash 070-780-030 MAKE Trail King 'DISCOUNT -- CONTRACTOR MODEL F.O.B.CONTRACTOR PRICE $240.00 (3) Ringhaver TK70AG $27,157.89 3A. Percentage discount off Manufacturer's current published rcui! P� eprtent for non specifiedp Optionsd for a State fa Florida Base Unit and any tail Optional models bid. (The percentage discount is applied to the Manufacturer's current published retail prices.) 14.56% Discount "•Date of current publiched retail price book 9/30/01 `Discount for pickup by ordering agency al Contractor's place of business. ''NOTE: ALL DATES MUST BE FOR THE CURRENT PUBLISHED RETAIL PRICE BOOK. Approximate delivery time required afer receipt of order: 60 days OPTION CODING- 070-780-031- Option Number,low bed toiler,35-ton capacity OPTIONS (I) 7001. Spare tire and wheel, mounted and inflated. (BASE) PRICE $289.95 (OPT9901) PRICE: 5289.98 (2) 8001. Special state color,DOT Yellow,Federal Yellow No. 13538,DuPont#1,9069A,ACME No. 2712,Deere No.PT102,or approved equivalent,(may be Contractor painted if factory painting is not available)- NOTE: The entire unit.including Options,shall be painted the same color. (BASE) PRICE:$385.00 (OPT 9901) PRICE;5383.00 (3) 9901. Tandem axle,80,000 pounds net Itrad capacity trailer.Unit shill be of the same Manufacturer - Model bid shall meet or exceed all other minimum requirements and features as specified for the base model bid. Frame structure,axles,suspension and tires shall be sired to carry the maximum net bad-Note to bidder Provide only a price difference between the base model and model bit DMO1li;L I:i_BL� G PRIrb ' .845.44 lv Department <ContTactor x1.Wlnrcx 01/24!03 FRI 12:21 FAX 140F 857 1502 VML vr•�. 070-780.040 TRAILER,LEVEL DECK,PAVER SPECIAL T5 TON CAPACITY REPRESENTATIVE MODELS EAGER BEAVER 35 GLB ETNYRE R35TT., FONTAI NE SLT-I- 35HBT4IBTW,INTERSTATE 70LBG TALBERTTLW- 1, TRAIL KING 70RG.WALLACE PLBT35-2H OR APPROVED EQUIVALENT INTENDED USE USED FOR HAULING CONSTRUCTION EQUIPMENT.SUCH AS BULLDOZERS.ROAD GRADERS, PAVERS, ETC. AND EQUIPMENT TOWING IMPLEMENTS_ 10. GENERAL: A Length 46 feet overall (approx.). B. Width: 8 feet 6 inches. • C. Deck height-40 inches ap proximately plx0ximatey(loaikd). Il Net load capacity. 70.000 pounds(concentrated load over first 12 feet of deck behind gooseneck)_ • 20. RUNNING GEAR: A. Tandem axle, with multi leaf suspension-38.000 pounds capacity,minimnm. B. Oil lubricated hubs. 30. BRAKES: A. ABS air actuated brakes to conform to all industry standards. B. Automatic slack adjusters. 40. UNDERFRAME: A Frame gnon or reand components to be sized to carry the ntaximimt net load with no permanent fatigueflecti failure. B- 2 speed landing gear to be raised and lowered by rack and pinion and be capable of supporting the trailer in a fully loader condition. C. Kingpin standard 2 inch size, 18 inch nominal location,48 Inchs high(unloaded). 50. MAIN PLATFORM A. Flat deck length(bottom of form slope to mart des B. Whn and:l openings shall be covered level with the flat deck area.feet,minimum. C. All steel,fill width.sloping rear deck(beaver tail),with traction bars,60 inches D. Hydraulic,folding loading ramps. Self-contained 12 voltelec4iNhytha°lie system,wit tit h all irecrosary lines and finings_ h all E 2 inch nominal oak decking on load deck area,nnmimmn F. Lashing rings are to be n 4 foot centers along^ each side of trailer. 52 GOOSENECK PLATFORM i ati orni ;engin is ice t, mminNm . = ieogto o mu tapprox J Department rat ac ur VI/U VJ till 14.41 faa 1 Iv' 001 C. Full width platform designed for loading equipment on gooseneck area. D- Two(2)lashing rings to be provided on rear of platform and one(1)on front of platform. 60. ELECTRICAL. A All lights and reflectors are to be shock mounted in accordance with latest ICC regulations- B. An lights and reflectors are to be guarded C- 7 way ATA plug and cable. D. All elertncal systems arc to be 12-volt,with fully enclosed wring. 70. TIRES AND WHEELS: A. Tires are to be new and sized as required for this size trailer. B. Wheels are to be steel disk, sized as required for this size trailer. • 80. PAINT:Manufacturer's standard paint- s 90. CONDITIONS: A .Ai a minimum, the Manufacturer's standard warranty for stair and mtmicipahties shall be provided. A copy of the warranty shill be provided with the bid. 13 The Contractor shall provide any and all non-specified features or components necessary in order to provide a complete unit_ C See GENERAL SPECIFICATIONS An Construction/Industrial Equipment(GSCI-1). • Department ontractor 01/24/03 FRI 12:22 FAX 1 407 857 1582 K1nGBA3E1( UHL. M0uo TRAIL KING RIGIWGOOSENECK TRAILERS RG SERIES ISTANDARD EQUIPMENT 100,000/80.000 PSI Yield strength steel mDstrucaan 2-22.500lo.axles Automatic slackeflustcrs 12'/A'a 7'/.'abrakes 102'9wa8 deUcwdth `Antilock bake system 35'loaded deck height Disc wl.eels.Bbole pilot mount.dual rims 49'loaded 5th%beet heist 10R X 17S 16PR radial tires(H) Dringgs on 48-centers W seals 10'mill channel side rail 34ea4sprig suspension 30'beavertail.steel,wimtr9.tian ants 10'5'gooseneck win 84'swing clearance Mid-tum 16-kingpin`em ng Rubber mounted sealed lights ght5 and sealed harness 00511ers A.,co i aw0e5 system Pin-type Ranh sands Electrical system per DOT regulations 1'/z oak necking(raised)(NET) 7-pole electrical socket Mree Marrs on 4R-centers Mud flaps Ibeam aossrnembers on 24'centers Red 6 white conspicuity markings Carter frame casUuction Color Trail King maroon 2part polyurethane " '' - ii1-- 05— - —29i- _--_— __I I g P J..ri I lD�---y swANc U ' J • It0 i li ® C ( A.•c I-._se-1 62-4 1 � P _ iy�!,� y7Y s, n SD.00D LDS COM37ORIE0 MI6* •. - .• - 11150NG 4z' 231- 100000( $23245 (000011 S23,500 T1115 4E' 25 L' (00002) 123.730 (00003) 5Z3-0130 TIUDOG 46 2T1• (000041 274215 71150110 100005) 24. 291' (000001 - 524.1590 $ 10000T1 z495O950 70000 LOS.CONCENTRATED IN 15 TRIM 42 a r (000019) $24,330 (000101 S24.590 T7(1ORG N• 25'1' (000111 524.850 M0012) $25.110 1R70RG 46 2T1' (00013) 525.385 (000141 S26.640 Tl(700G 48 2,1 r44:15• S35 89`. (3001.3. • .OT[01�ise fi iptf..i.^cTNq 'a.I (ngcu..s!4Y` N.!A..... Al v.v 4 _ _i_..,_ • au.be n-�a44n mCM'VK4bG �¢t •._. - _ LA/c:Ir RGTMCS ARC FRAME GAPACII,L5 UNLI.AGIuat taw CAPACuIES MAY HE RESTRICTED BY FACTORS SUCH AS GROSS AXl£WFIGHI RATINGS(GAWP)ON STATE AND FEDERAL REGULATIONS. FEDERAL RETAIL EXCISE TAX MUST BE FIGURED ON THE SELLING PRICE WHEN SELLING TO A NOMFXEMPT END USER. EFFECTIVE 9/30/01.PRICES AND SPECS ARE SUBJECT TO CHANGE WITHOUT NOTICE. _ . - • TRAIL KING CONSTRUCTION DIVISION Ht RIGHTS RESERVE0.area sac eOSrre 5s.a.C_.2001 01/24,03 FRI 12:22 FAX 1 407 857 1582 RIMGKAVLX UXL Waal TRAIL KING RIGID:GQoSENEeft:V*U = it " r RG SERIES : 1 I -: . STANDARD EQUIPMENT Q Center frame construction 3-22,500 lb.axles Automatic slack adjusters I Air brakes 102"overall deck width 'Anti-lock brake systan(INSORG) 35'loaded deck height(f1030RG) Ode wheels.Btide pilot mount,dual rims 36'loaded deck treiJrt(7811011G) bOR a 17 516FR radial tires(TKBORG)(H) 49'loaded 5th wheel heghi 225/70R 22.516PR radal tires(TI(11ORG)(H) Oorgs on 46'centers Oil seats 10'mil channel side raa 3leat spnrg suspension 30'beavertail.steel with tractmads 10'5'gooseneck with 84-swing clearance Mrdhrrm signal/dearante lght 16-kngpin setting Rubber mounted sealed lights and sealed harness Buskers between axles system Pin-type park stands Elecrcal system per DOT regulations 1'/i"oak decking(raised)(NET) 7-pole electrical socket Knee braces on 45'centers Mud flaps I-beam crossmembers on 24'centers Red&white conspicuity markings 100,000/R0 000 PSI yield strength Steel construction Color:Trail King maroon 2-part polyurethane i I I-- 1 p r I 30-+--I -••t61— swNG— _ 1 L J 1 OU' 0, .9 I � I ��y 39•4 --_ 87 -I ,yy G ;r1 I s:77; Air ) F•l1,- ♦ r )1jC� e t4i � It .L Ili ri'I ,7 IIT`h N.Fi :.h'( t 4'•%3,%er a �Vdi. v ar ;'. 1� rill's: a 80,000 LBS.COM INTRATED IN 15' TKRORG 47 18'11 (00017) S30.115 (00018) &MOO TMRORG 4a' 2an 100019) 131 5 (00020) 131.510 7101ORG 46 22.11" (00021) S31.775 (00022) $32030 1X9ORG 46 2411' - - (00021) S31,300 (00024) $32200 ••1101300 ts.UNIFORM CAPACITY 100.00OIDi CWRNRLwmN1G' REM NO ABS REPO 21r1N1 new 45250 71(11oRG 42' 18 11- (0515e) S30985 (000251 f3Z180 (00026) S32440 71t170RG 44' 2011' (05157) 131.596 (0W07) 132.188 100028) S33.050 71U1ORG 4R' 2711' (05158) S32,190 (00029) 133.390 200430) $33.645 TK11ORC Ai 241I' .g51c; 33,RX, CkC3ir 1.32:14,-5 [A•47.]21 S3cJi5 •To meet 1997 cderot reywrements Irad King otters tau variations of ow an.,Irk bmkrog system iv_.:T menIan 2S14 ••NmOugh not oecessa T on 110.000 curacy ualers.Tral King rotor recrwmnenas the use of ano LOCK bake smarm "APACIIT RATINGS AGEFHAf41 CAPACITILE Grid.AC TL'A.WAD CAP/.l Tips Id,a dt AiJTRiCTE::e I ;rt,;S 5uL1i.:S GwOSSA ALE Wi.IGHT 9ATINGS(CAWR)pR STdrE AEG rFDER41 RFCh a ATIpwc FEDERAL RETAIL EXCISE TAX MUST DE FIGURED ON THE SELLING PRICE WREN SELLING TO ANON-EXEMPT END USER. EFFECTIVE 9/30/01. PRICES AND SPECS ARESUR/ECT TO CHANGE WITHOUT NOTICE. - TtDa'i dys'oorai i'N at moos rFaEAYw.tout NAG 1 OMMES,EC.2041 Page 1 et 2 a DELL QUOTATION E Corn QUOTE #: 103946048 Customer#: 1635498 Quote Date: 3/6103 Date: 3/6/03 8:39:56 AM Customer Name: CITY OF OCOEE TOTAL QUOTE AMOUNT: $48,286.98 Product Subtotal: $48,286.98 Tax: $0.00 Shipping 8 Handling: $0.00 Shipping Method: Ground Total Number of System Groups: 1 GROUP: 1 QUANTITY: 6 SYSTEM PRICE: $7,869.00 GROUP TOTAL: $47,214.00 Base Unit: PowerEdge 4600,28GHz1512K Xeon(221-1686) Processor: Information,No Second Processor(311-1193) 4GB,Double Data Rate Synchronous Dynamic Random Access Memory 4X1GB,PowerEdge 4600 Memory: (311-1062) Keyboard: No Keyboard Option(310-3281) Monitor: No Monitor Option(320-0058) Hard Drive: 2 X 73GB 10K RPM Ultra 160 SCSI Hard Drive w/Media Cage(3406816) Hard Drive Controller: PERC3/Di 128MB(2 INT CHANNELS)(340.2904) Floppy Disk Drive: Floppy Drive.l.44M,F3,Third Height,PowerEdge 4500(340-2903) Operating System: No Operating System,For Dell PowerEdge Servers.No Windows 2000(420-5100) Operating System: Den OpenManage Kit,32-Bit(3104261) Mouse: Mouse Option None(310-0024) NIC: Dual On-Board NICS ONLY(430-8991) CD-ROM or DVD-ROM Drive: 4.7GB DVD,Inlernal,Black(313-4952) Speakers: Printed Wiring Assembly BackPlane,IXB,PowerEdge 4600(311-1116) Documentation Diskette: Documentation PowerEdge 4600,English(310-0584) Additional Storage Products: 73GB 10K RPM Ultra 160 SCSI Hard Drive(340-6811) Feature Cable,C9.MR5/MR1,PowerEdge 4600(310-0606) Feature EnclosedChassis,Tower,6U, PowerEdge 4600,DA0(310-0631) Service 1;pe 3 contra.:-Next Business Day Parts and Labor On-Site Response.Initial Year(900-7990) service. type 3 Contract-Next Business Day Parts and Labor On-Site Response,2YR Extended)900- 7922) installation: On-Site installation Declined(900-9997) Misc: Power Supply,300W, Redundant,PowerEdge 4600(310-1344) Idlsc 77GB 'OK RPM Dien 160 SCSI Hard Drive(3466811) Misc: 73GB 10K RPM Ultra 160 SCSI Hard Drive(3466811) Miser 73GB 10K RPM Ultra 160 SCSI Hard Drive(3466811) Misc: 73GB 10K RPM Ultra 160 SCSI Hard Drive(340-6811) Misc: 73GB 10K RPM Ultra 160 SCSI Hard Drive(3404811) Moo: 73GB 10K RPM Ultra 160 SCSI Hard Drive(3404811) 73GB 10K RPM Ultra 160 SCSI Hard Drive(3406811) ) I file://C:\Documents%20and%20S ettings\bross\LocaI%20Settings\Temporary%20Tntemet%20Files\OLK26... 3/6/2003 Page 2 01 2 SOFTWARE &ACCESSORIES Product Quantity Unit Price Total Dell PS/2 Keyboard,Gray,No Hot Keys,Dell Optiplex,Customer Install(310-1526) 2 $17.49 $34.98 Microsoft P521ntellimouse, 1.3a,Midnight Gray,for Dell Dimension 2100/4200/8100/8200 2 $19.00 $36.00 Customer Install(310-0699) Dell UltraSharp 1702FP,Flat Panel Monitor,17 Inch(17.0 Inch Viewable Image Size),Gray, 2 $500.00 $1,000.00 Customer Install(320-4106) S&A Total Amount: Number of S &A Items: 3 $1,072.98 TOTAL QUOTE AMOUNT: $48,286.98 Product Subtotal: $48,286.98 Tax: $0.00 Shipping &Handling: $0.00 Shipping Method: Ground Total Number of System Groups: 1 SALES REP: TORREY WILKINS PHONE: 800-981-3355 Email Address: Torrey_Wilkins@Dell.com Phone Ext: 45696 For your convenience, your sales representative, quote number and customer number have been included to provide you with faster service when you are ready to place your order. You may also place your order online at www.dell.com/quote • This quote is subject to the terms of the agreement signed by you and Dell, or absent such agreement, is subject to the applicable Dell terms and conditions agreement. Prices and tax rates are valid in the U.S. only and are subject to change. "Sales/use tax is a destination charge, i.e. based on the "ship to"address on your purchase order. Please indicate your taxability status on your PO. If exempt, please fax exemption certificate to Dell Tax Department at 512-283-9276,referencing your customer number. If you have any questions regarding tax please call 800-433-9019. All product and pricing information is based on latest information available. Subject to change without notice or obligation. LCD panels in Dell products contain mercury, please dispose properly. Please contact Dell Financial Services' Asset Recovery Services group 'Ur EPA compliant disposal options at US DFS AssetRecovery@dell.com. Minimum quantities may apply. file://C:\Documents%20and%20Settings\bross\Local%20Settings\Temporary%20lntemet%20Files\OLK26... 3/6/2003 Page I of 2 DELL QUOTATION E Corn QUOTE #: 103902295 Customer#: 1635498 Quote Date: 3/5/03 Date: 3/5/03 3:47:11 PM Customer Name: CITY OF OCOEE TOTAL QUOTE AMOUNT: $11,355.00 Product Subtotal: $11,355.00 Tax: $0.00 Shipping & Handling: $0.00 Shipping Method: Ground Total Number of System Groups: 1 GROUP: 1 QUANTITY: 1 SYSTEM PRICE: $11,355.00 GROUP TOTAL: $11,355.00 PowerVault 132T,4U,2 Drive,LTO,100/200GB, Rem Mgmt Card,SCSI Controller,DeskTop(221. Base Unit: 1584) Factory Installed Software: Veritas Professional,Power Suite(4202834) - Service: Type 3 Contract-Next Business Day Parts and Labor On-Site Response,Initial Year(900-6170) Service: Type 3 Contract-Next Business Day Parts and Labor On-Slle Response,2YR Extended(900- 6172) Installation: On-Site Installation Declined(9009997) Tape,Media for LTO,100/2000B.15 Pack(3407439) TOTAL QUOTE AMOUNT: $11,355.00 Product Subtotal: $11,355.00 Tax: $0.00 Shipping &Handling: $0.00 Shipping Method: Ground Total Number of System Groups: 1 SALES REP: TORREY WILKINS PHONE: 800-981-3355 Email Address: Torrey_WilkinsjDell.com Phone Ext. 45696 For your convenience, your sales representative, quote number and customer number have been included to provide you with faster service when you are ready to place your order. You may also place your order online at www.dell.com/quote This quote is subject to the terms of the agreement signed by you and Dell, or absent such agreement, is subject to the applicable Dell terms and conditions agreement. Prices and tax rates are valid in the U.S. only and are subject to change. 'Sales/use tax is a destination charge,i.e. based on the 'ship to address on your purchase order. Please indicate your taxability status on your PO. If exempt,please fax exemption certificate to Dell Tax Department at 512-283-9276,referencing your customer number. If you have any questions regarding tax please call 800-433-9019. " file://C ADocuments%20and%20Settings\bross\Local%20Settings\Temporary%20lntemet%20Fi les\OLK26... 3/5/2003 Page 2 of 2 All product and pricing information is based on latest information available. Subject to change without notice or obligation. LCD panels in Dell products contain mercury, please dispose properly. Please contact Dell Financial Services'Asset Recovery Services group for EPA compliant disposal options at US_DFS_AssetRecovery@dell.com. Minimum quantities may apply. file://C:\Documents%20and%20Settings\bross\Local%2OSettings\Temporary%20lntemet%20Files\OLK26... 3/5/2003 e Source: Printable Quote Page I of 2 4Gateway eSource quote detail This is a quote only site. Products added to the shopping cad may be saved as a quote and/or printed. However,you may not purchase products directly from this site. Pricing per State of Florida Contract#250-000-03-1 Information Technology contract#: Hardware quote name:Server FV 04 Budget quote number: 346177 quote creation date: 3/6/03 quote expiration date:4/20/03 company: Contact Information: product number: 15915757 product name: Gateway 960 Limited Warranty and On-site Service Programs 3Yr Parts, Labor, 3Yr Onsite- Next product detail: Business Day Limited Warranty, HW Tech Support as long as you own it Optical Drive 20X min./48X max. IDE CD-ROM Standard Disk Controller Integrated Dual Channel Ultra160 SCSI Controller Card Adaptec 29160 U160 Controller Card $154 Floppy Drive 3.5" 1.44MB diskette drive Power Supply 450 Watt PS2 Power Supply Network Card Integrated Intel®PCt 10/100/1000 Twisted Pair Ethernet Processor(1) Intel®Xeon"" 2.8-GHz with 512K full speed L2 Cache (Dual Processor Upgradeable) $440 Operating System Optional Server Management HP OpenView ManageX Event Manager Keyboard and Mouse 104+ keyboard and PS/2 Mouse and Gateway Mouse Pad Memory 4096MB PC1600 DDR ECC SDRAM (4- 1GB modules) $2821 Hard Drive- RAID Cage (Total 4) 146GB Ultra160 SCSI SCA 10K RPM hot swnppahle hard drives 56790 RAID Card LSI Logic Elite 1600 Dual Channel Ultra 160 RAID Controller W/641118 of Cache $527 RAID Level RAID Level 5- Striping with Parity, requires minimum of 3 drives Boot Drive(2)36GB Ultra160 SCSI NSCA 10K RPM Drive $649 Video Iningrnind P--I ^=mphies-4M° unit price: 59,749.00 quantity: 1 item total: $9,749.00 subtotal:$9,749.00 http://esource.gateway.com/printable_items.asp?mscssid=2070499&Quote_id=5XBP W4HPA6DR8JF5C0... 3/6/2003 eSource: Printable Quote Page 2 of 2 Quote subject to terms of current Agreement signed by you and Gateway,or absent Agreement,to Gateway's Standard Terms of Sale and applicable product and services warranties which are available by writing to Gateway Terms&Conditions,P.O.Box 1951,North Sioux City,SD 57049- 1951. Prices exclude shipping and handling and taxes unless otherwise noted. Certain Microsof® software product(s)included with this computer may use technological measures for copy protection. IN SUCH EVENT,YOU WILL NOT BE ABLE TO USE THE PRODUCT IF YOU DO NOT FULLY COMPLY WITH THE PRODUCT ACTIVATION PROCEDURES. Product activation procedures and Microsoft's privacy policy will be detailed during initial launch of the product,or upon certain reinstallations of the software product(s)or reconfigurations of the computer,and may be completed by Internet or telephone(toll charges may apply).2001 Gateway, Inc.All rights reserved. Ordering information is encrypted using the Secure Socket Layer(SSL)protocol before being transferred to our Web Server for processing.Prices and specifications are subject to change without notice or obligation. Prices quoted in U S.dollars.Time needed to build your system will vary.All ship/delivery dales are estimates and cannot be guaranteed by Gateway. I o. r Copyright m 1997, 1998, 1999,2000,2001,2002.2003 Gateway.Inc.All rights reserved This website is owned and operated by Gateway.com, which is responsible for its content and any transactions which take place thereon. Please see ouLegal Information III Get way^ and Privacy Statement Sale subject to our Terms and Conditions of Sale and Limited Warranty. Servers Please send feedback to eSource@Gateway.com. http://esource.gateway.com/printable_items.asp?mscssid=2070499&Quote_id=5XBP W4HPA6DR8JF5C0... 3/6/2003 HP Public Sector Online Store Page I of 1 In . . nl Date :3/6/2003 8:53:19 AM Contract Name: FL-INFORMATION TECHNOLOGY HARDWARE Prices in this quote are valid for 30 days from above date and are subject to change without notice. Use your file-Print Option to print this order for your future reference. Online Price Quotation Prefix FirstName Lastname I-- I Atltlress City State/Province Postal Code I Country Customer Comments Reference Purchase Order Number) Product availability and product discontinuation is subject to change without notice. Summary Part No Unit Price Quantity Price One Intel Xeon Processor MP 2.0 GHz 180322-001 S7,611.00 1 57,611 00 standard,up to four supported.2MB Integrated Level 3 Cache Memory.512 MB PC1600 registered ECC SDRAM(Standard) to 32 GB(Maximum)(2x1 interleaved memory and Compaq Advanced Memory Protection Technology).Integrated Compaq NC3163 Fast Ethernet NIC PCI 10/100 with full WOL(Wake On LAN)and PXE support. Integrated Dual Channel Wide UItra3 SCSI Adapter(Ultra 4 compatible).No Hard Drives Ship Standard. 1.019 TB maximum Internal Storage With Opti ML530 Redundant Fan 128284- S118.00 j $118.00 B21 NCT_:; PCI 00 C;OItI 1435-B2I1 174830- 1321 Mt 530 C2204RM13 PC1600 FCC SDRAM(2 187420- St,01000 1 S?00v0%: x1024 MB) 021 600 Watt Hot Plug Power Supply for the 236845-001 S207.00 I $207.00 ML530G2 Subtotal. $10,044.00 Estimated Lease Cost: $268.17 http://gem.compaq.com/gemcart/printpage.asp?page=cart&printview=yes&oi=E9CED 3/6/2003 IBM Wcb Configuration Page 1 of 5 Add accessories and upgrades To add accessories and upgrades to the system you have selected, choose the items you wish to add from the drop down boxes below and then click the "View configuration" button at the bottom of this page. If you select items that require additional components to function, those components and their respective prices will automatically be added to your configuration when you click the "View configuration" button. ©error: Unable to configure IBM 73.4 GB 10K-rpm Ultra160 SCSI Hot-Swap SL HDD(P/N 06P5756): Unable to find a valid channel for this device. ©error: Unable to configure IBM 73.4 GB 10K-rpm Ultra160 SCSI Hot-Swap SL HDD (P/N 06P5756): Unable to find a valid channel for this device. ©error: Hard disks must be selected for the secondary array. xSeries 255 V'A ( ) 7 Farm Factor Rack Processors (Std)xSeries 1 5 GHz-1 MB L3 Cache Upgrade with Xeon Processor MP Multi-processor selections 'Please select additional processor(s) - Diskette (Std) IBM 1.44MB 3.5-inch Diskette Drive CD-ROM (Std)48X-20X CD-ROM Drive Tape Drive 'Select from the following Tape Drive 2 'Select from the following Operating System e 'None Memory Standard memory may be removed to accommodate memory options selected below. Use the'Check Configuration'button to update the amount of Total Memory that will be shipped with this machine. Maximum Mei nory-12288MB Total Memory Slots-12 Base Memory 512MB Select Memory Configuration Memory must be selected In multiples of-2 IGbi 256 618 PCI 660 ECC DDR' SDRAtvi RDIMM[t SI 55 C0 USC] IV IBM 512 MB PC1600 ECC DDR SDRAM RDIMM[+$325.00 USD] '�2 IBM 1 GB PC1600 ECC DDR SDRAM RDIMM[+$685.00 USD] 1` Total Memory-3584MB Available Memory Slots-6 http://d02xms007.southbury.ibm.com/ibm_us/Config.j sp?entry=840&base=86854RX&tang=en_US&wiz... 3/6/2003 IBM Web Configuration Page 2 of 5 41 Check configuration Internal Storage With each Configuration Option below,your selections may be optimized by selecting the most appropriate controller card,rearranging your drives in a logical order,and displaying them on the next page.You may select a controller card in this section or in the PCI Adapters section as all controllers will be considered for an optimized solution. Configuration Options p Internal RAID - Cabled and Setup p Internal RAID - Cabled only, Setup by Customer p No Internal RAID Controller (Std) Integrated Dual-Channel Ultra160 SCSI Controller Storage Controller 'Select from the following Hard Drive Expansion Kit IBM xSeries 6-Pack Ultra 320 Hot-Swap Expansion Kit[+$439.00 USD] Primary Array ®Help me decide 'RAID 5-Primary Array- minimum of 3 HDDs required :' Primary Array Hard Disk Drives �� IBM 73.4 GB 10K-rpm Ultra160 SCSI Hot-Swap SL HDD[+$639.00 USD] Quantity 18 _I11 Secondary Array O Help MP decide 'RAID 1 -Secondary Array-2 HDDs required =1 Secondary Array Hard Disk Drives (If Drives for the Secondary Array are chosen,they must NOT be Smaller and Slower than the drives-r in the Primary Array.) 'IBM 73.4 GB 10K-rpm Ultra160 SCSI Hot-Swap SL HDD[+$639.00 USD] HOD ° J by '2 J p Hot Spare Applies for selections of RAID 1, tE and 5(5E automatically includes Hoispare function).One Hot-Spare can support multiple arrays.A hard disk drive,equal to the largest drive in the array(s)will be added.Pricing will be updated when'View Configuration and Buy'is selected. ter Check configuration External Storage NAS 100(Power Cord(s)must be Ordered separately) 'Select from the following J Power Cords(NAS 100) Power Cord For IBM Rack[+$29.00 USD] '1 Power Cord U.S., Japan, S.America (120V, 2.8m)[+$10.00 USD] I�0 Power Cord U.S., Japan, S.America(220V, 2.8m)[+$10.00 USD] IV Power Cord U.S.-Chicago, 6 Ft, 125 VAC (120V, 1.8m)[+$10.00 USD] '0 http://d02xms007.southbury.ibm.com/ibm_us/Config.j sp?cntry=840&base=86854RX&fang=en_US&wiz... 3/6/2003 IBM Web Configuration Page 3 ot5 Additional NAS 100 Options PCI SCSI Adapter[+$199.00 USD] J PCI Adapters Ethernet (Std) Integrated 10/100/1000 Mbps Ethernet Network Adapter Network adapters allow you to attach to multiple networks,maximizing the potential of your networked server system. 110/100 Ethernet Server Adapter[+$99.00 USD] System Management (Std)System Management Processor Additional Systems Management(optional) Select from the following Additional PCI Adapter I ®Help ice decide -( (Select from the following �I Additional PCI Adapter 2 -f 'Select from the following Additional PCI Adapter 3 'Select from the following 'j Additional PCI Adapter 4 -r 'Select from the following Additional PCI Adapter 5 'Select from the following Additional PCI Adapter 6 'Select from the following J Additional PCI Adapter 7 -r 'Select from the following Power UPS Help protect your server from power surges and outages with an uninterruptible power supply 'Select from the following Standard Power Supply (2x)370 W Hot-Swap Power Supply Additional Power Supply '370 W Hot-Swap Redundant Power Supply[+$275.00 USD] Additional Power Supply 2 'Select from the following Accessories Monkor http://d02xms007.southbury.ibm.com/ibm_us/Config.j sp?cntry=840&base=86854RX&tang=en_U S&wiz... 3/6/2003 IBM Web Configuration Page 4 of 5 t I Select from the following Keyboard (Std) IBM Standard Keyboard Mouse (Std) Mouse Stealth Black Modems (Select from the following External Management Cables USB to Parallel Printer Cable[+$29.00 USD] USB to Serial Adapter (U.S.)[+$59.99 USD] Services, Support and Training Support Service ServicePac for Warranty and Maintenance Optionss ®Help me decide Base warranty Additional Services ®Help me decide n Asset Tag[+$12.00 USD] For information on rack enclosures and external storage, visit the following Web site: Upgrades and Services CAi Check configuration - Software Offerings To protect your server investment,avoid unplanned downtime and to help reduce the costs associated with deploying and managing your servers. please select from the list of industry leading software tools. Systems Management Software ®Help rue decide Director 4.1 Client POE 1[+$59.00 USD] r0 • - - Client POE 100[+$5,900.00 USD] IV - Client POE 20f+$l.180.00 USD] l0 Client POE 501+52.950.00 USD( I0 Server POE 11+5599.00 USD] to SW CD[+$1,779.00 USD] 10 Server Plus Pack CD SW, 1 Client[+$399.00 USD] to Client POE 100[+$39,900.00 USD] 10 Client POE 20[+$7,950.00 USD] l0 Client POE 50[+$19,950.00 USD] l0 http://d02xms007.southbury.ibm.com/ibm_us/Confrg.j sp?entry=840&base=86854RX&fang=en_US&wiz... 3/6/2003 IBM Web Configuration Page 5 of POE 1[+$399.00 USD} t Systems Management Software Subscription Service ®Help me decide Additional Software ®Help me decide (V] Cater settings C9] View configuration and buy IBM PCs use genuine Microsoft®Windows ® '4 http://www.Microsoft.com/piracy/howtotell • IBM purchase price may not include tax or shipping and is subject to change without notice. IBM DOES NOT WARRANT NON-IBM PRODUCTS. SuccessLease®for Small Business is offered and administered in the US and Canada by third party providers of business financing who are approved by IBM Global Financing.All terms are provided by third party providers of business financing who are approved by IBM Global Financing.;example of monthly lease payments based on a 36 month term, prespecified purchase option at end of lease,to qualified business customers installing in the US and are for planning purposes only, actual payments may vary.A documentation fee and first month payment due at signing.Any taxes are additional. Other terms and financing structures are available. $750 minimum lease order applies. About IBM I Privacy Legal I Contact http://d02xms007.southbury.ibm.com/ibm_us/Config.j sp?cntry=840&base=86854RX&tang=en_US&wiz... 3/6/2003