HomeMy WebLinkAboutItem #09 Approval of Resolution #2015-007 for the 4-year Lease-Purchase Agreement with BB&T for Various Heavy Equipment Included in the FY 14/15 Budgett X,/
Ocoee
Florida
AGENDA ITEM COVER SHEET
Meeting Date: May 19, 2015
Item #
Reviewed By
Contact Name: Joyce Tolbert Department Director:
Contact Number: 1516 City Manager:
Subject: Approval of Resolution #2015 -007 for the 4 -Year Lease- Purchas Agreement with
Branch Banking and Trust Company (BB &T) for Various Heavy Equipment included in the FY
14/15 Budget
Background Summary:
The budget for Fiscal Year 14/15, with previously approved adjustments, includes the four (4) year lease - purchase
of (2) Garbage Trucks, (1) Wildland Fire Apparatus, (1) Ambulance, (1) Fire Pumper, and (30) Airpacks. A total of
$237,483.50 is budgeted for payments. The table below represents the actual purchase price of the equipment and
the respective governmental contracts the City will be piggybacking along with any prior City Commission
approvals.
Equipment
Actual Purchase Price
Governmental Agency Contract
(2) Unused 2013 Crane Carrier
$ 226,869.00/each
FL Sheriff's Contract #14 -12 -0904
LET2 -26 w /G -S Body Sideload
City Commission approved budget item change
Garbage Trucks, discounted and
1/6/15
available for delivery in 90 days
2015 Ford F -550 Wildland Fire
$ 98,108.00
FL Sheriff's Contract #15 -11 -0116
Apparatus
2015 Ambulance (quote &
(Not to exceed)
FL Sheriff's Contract 414 -12 -0904 and /or
specifications pending)
$ 140,000.00
#15 -11 -0116
2015 Pierce Custom Fire Pumper
$ 419,420.00
FL Sheriff's Contract #15 -11 -0116
City Commission approved trade -in 1/20/15
(30) Scott Air Packs &
$ 185,776.00
City Commission approved single source 1/6/15
Appurtenances
Total
$1,297,042.00
The Finance Department obtained interest rate quotes from BB &T (1.34 %), BMO Harris Bank (1.48 %), and
Suntrust Bank (1.87 %).
Issue:
Approval of Resolution #2015 -007. The total cost requiring financing approval is $1,297,042.00 at an interest rate
of 1.34% for four (4) years through BB &T Company.
Recommendations
Staff recommends that the City Commission:
1) Authorize staff to piggyback the Florida Sheriff's Association's Vehicle Contract #14 -12 -0904 and Fire/Rescue
EMS Contract #15 -11 -0116;
2) Adopt Resolution #2015 -007 approving financing terms with Branch Banking and Trust Company (BB &T), and
authorize the Mayor, City Clerk, and Staff to execute the Lease - Purchase Agreement Schedule No. 9909001665-
00002 and related documents for the amount of $1,297,042.00 at an interest rate of 1.34% for four (4) years, with
payments of $83,114.32 per quarter, to close before June 7, 2015.
Attachments:
1. BB &T Lease - Purchase Proposal (Lease documents forthcoming)
2. Resolution #2015 -007
3. Quotes from Vendors
Financial Impact:
The FY 15 budget, with previously approved adjustments, includes $237,483.50 for payments, for 4 -year financing
of $1,297,042.00 through BB &T at an interest rate of 1.34 %, to close before June 7, 2015.
Type of Item: (please mark with an 'V)
Public Hearing For Clerk's Dent Use:
Ordinance First Reading Consent Agenda
Ordinance Second Reading Public Hearing
Resolution Regular Agenda
x Commission Approval
Discussion & Direction
Original Document/Contract Attached for Execution by City Clerk
x Original Document/Contract Held by Department for Execution
Reviewed by City Attorney N/A
Reviewed by Finance Dept. N/A
Reviewed by ( ) N/A
2
DRAFT
RESOLUTION NO. 2015-007
A RESOLUTION TO APPROVE THE FOUR (4) YEAR
LEASE/PURCHASE AGREEMENT #9909001665 -00002 WITH BRANCH
BANKING AND TRUST COMPANY (BB &T) FOR THE FINANCING OF
NEW EQUIPMENT AND VEHICLES FOR $1,297,042.00 AT AN
ANNUAL INTEREST RATE OF 1.34 %.
WHEREAS, The City of Ocoee, Florida ( "City ") has previously determined to undertake
a project for the Lease Purchase Financing of (2) Garbage Trucks, (1) Wildland Fire Apparatus,
(1) Ambulance, (l) Fire Pumper, and (30) Airpacks, and the City Manager has now presented a
proposal for the financing of such Project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF OCOEE, FLORIDA, AS FOLLOWS:
SECTION 1. The City hereby determines to finance the Project through Branch Banking
and Trust Company ( "BB &T "), in accordance with the proposal dated May 7, 2015. The amount
financed shall not exceed $1,297,042.00 the annual interest rate (in the absence of default or change
in tax status) shall not exceed 1.34 %, and the financing term shall not exceed four (4) years from
closing.
SECTION 2. All financing contracts and all related documents for the closing of the
financing (the "Financing Documents ") shall be consistent with the foregoing terms. Officers and
employees of the City as required in the lease documents are hereby authorized and directed to
execute and deliver any Financing Documents, and to take all such further action as they may
consider necessary or desirable, to carry out the financing of the Project as contemplated by the
DRAFT
proposal and this resolution. The Financing Documents shall include a Financing Agreement and a
Project Fund Agreement as BB &T may request.
SECTION 3. The City Manager is hereby authorized and directed to hold executed copies
of the Financing Documents until the conditions for the delivery of the Financing Documents have
been completed to such officer's satisfaction. The City Manager is authorized to approve changes to
any Financing Documents previously signed by City officers or employees, provided that such
changes shall not substantially alter the intent of such documents or certificates from the intent
expressed in the forms executed by such officers. The Financing Documents shall be in such final
forms as the City Manager shall approve, with the City Manager's release of any Financing
Document for delivery constituting conclusive evidence of such officer's final approval of the
Document's final form.
SECTION 4. The City shall not take or omit to take any action the taking or omission of
which shall cause its interest payments on this financing to be includable in the gross income for
federal income tax purposes of the registered owners of the interest payment obligations. The City
hereby designates its obligations to make principal and interest payments under the Financing
Documents as "qualified tax - exempt obligations" for the purpose of Internal Revenue Code Section
265(b)(3).
SECTION 5. All prior actions of City officers in furtherance of the purposes of this
resolution are hereby ratified, approved and confirmed. All other resolutions (or parts thereof) in
conflict with this resolution are hereby repealed, to the extent of the conflict. This resolution shall
take effect immediately.
DRAFT
CITY OF OCOEE SIGNATURE PAGE
FOR RESOLUTION APPROVING FINANCING TERMS
APPROVED:
ATTEST: CITY OF OCOEE, FLORIDA
Beth Eikenberry, City Clerk
(SEAL)
FOR USE AND RELIANCE ONLY BY
THE CITY OF OCOEE, FLORIDA
APPROVED AS TO FORM AND LEGALITY
this day of , 2015.
SHUFFIELD, LOWMAN & WILSON, P.A.
S. Scott Vandergrift, Mayor
DATE:
APPROVED BY THE OCOEE CITY
COMMISSION AT A MEETING HELD
ON , 2015
UNDER AGENDA ITEM NO.
Scott A. Cookson, City Attorney
B B& T BB&T Governmental Finance
P.O. Box 714
Columbia, S.C. 29202
(803) 251 -1328
Fax (803) 251 -1329
May 7, 2015
Ms. Joyce Tolbert
Purchasing Agent
City of Ocoee
150 N. Lakeshore Drive
Ocoee, FL 34761
Dear Ms. Tolbert:
Branch Banking and Trust Company ( "BB &T ") is pleased to offer this proposal for the financing
requested by the City of Ocoee, FL ( "City ").
(1) Project: Lease Purchase Financing of Vehicles & Equipment
(2) Amount To Be Financed: $1,297,042
(3) Interest Rates, Financing Terms and Corresponding Payments:
Term
Bank Qualified Rate
4 years
1.34%
Payments shall be quarterly in advance, as requested. See the attached amortization schedule for
information on payments.
The interest rates stated above are valid for a closing not later than 30 days after today. Closing of the
financing is contingent upon completing documentation acceptable to BB &T and upon the condition of the
property being acceptable to BB &T. At closing, the proceeds will be deposited in a Project Fund Account
with BB &T Governmental Finance.
All applicable taxes, permits, costs of lawyers for the City and any other costs shall be the City's
responsibility and separately payable by the City. The financing documents shall allow prepayment of the
principal balance in whole on a scheduled payment date without penalty.
The stated interest rates assume that the City expects to borrow less than $10,000,000 in calendar year
2015 and that the financing shall qualify as qualified tax - exempt financing under the Internal Revenue Code.
BB &T reserves the right to terminate its interest in this bid or to negotiate a mutually acceptable rate if the
financing is not qualified tax - exempt financing.
(4) Financing Documents:
BB &T proposes to use its standard form financing contracts and related documents for this installment
financing. We shall provide a sample of those documents to you should BB &T be the successful proposer.
This financing shall be secured by a first lien security interest in all personal property acquired with proceeds.
BB &T appreciates the opportunity to make this financing proposal and requests to be notified within
five days of this proposal should BB &T be the successful proposer.
BB &T shall have the right to cancel this offer by notifying the City of its election to do so (whether or
not this offer has previously been accepted by the City) if at any time prior to the closing there is a material
adverse change in the City's financial condition, if we discover adverse circumstances of which we are
currently unaware, if we are unable to agree on acceptable documentation with the City or if there is a change
in law (or proposed change in law) that changes the economic effect of this financing to BB &T. We reserve
the right to negotiate and /or terminate our interest in this transaction should we be the successful proposer.
Should we become the successful proposer, we have attached the form of a resolution that your
governing board can use to award the financing to BB &T. If your board adopts this resolution, then BB &T
shall not require any further board action prior to closing the transaction.
Please call me at 803 - 251 -1328 with your questions and comments. We look forward to hearing from
you.
Sincerely,
BRANCH BANKING AND TRUST COMPANY
Andrew G. Smith
Senior Vice President
City of Ocoee - Lease Purchase Financing of Vehicles & Equipment
Compound Period: Quarterly
Nominal Annual
Rate: 1.340%
CASH FLOW DATA
Event Date Amount Number Period End Date
1 Loan 5/29/2015 1,297,042.00 1
2 Payment 5/29/2015 83,114.32 1
3 Payment 8/29/2015 83,114.32 15 Quarterly 2/28/2019
AMORTIZATION SCHEDULE - Normal Amortization, 360 Day Year
Date
Payment
Interest
Principal
Balance
Loan
5/29/2015
1,297,042.00
1
5/29/2015
83,114.32
0.00
83,114.32
1,213,927.68
2
8/29/2015
83,114.32
4,066.66
79,047.66
1,134,880.02
2015 Totals
166,228.64
4,066.66
162,161.98
3
11/29/2015
83,114.32
3,801.85
79,312.47
1,055,567.55
4
2/29/2016
83,114.32
3,536.15
79,578.17
975,989.38
5
5/29/2016
83,114.32
3,269.56
79,844.76
896,144.62
6
8/29/2016
83,114.32
3,002.08
80,112.24
816,032.38
2016 Totals
332,457.28
13,609.64
318,847.64
7
11/29/2016
83,114.32
2,733.71
80,380.61
735,651.77
8
2/28/2017
83,114.32
2,464.43
80,649.89
655,001.88
9
5/29/2017
83,114.32
2,194.26
80,920.06
574,081.82
10
8/29/2017
83,114.32
1,923.17
81,191.15
492,890.67
2017 Totals
332,457.28
9,315.57
323,141.71
11
11/29/2017
83,114.32
1,651.18
81,463.14
411,427.53
12
2/28/2018
83,114.32
1,378.28
81,736.04
329,691.49
13
5/29/2018
83,114.32
1,104.47
82,009.85
247,681.64
14
8/29/2018
83,114.32
829.73
82,284.59
165,397.05
2018 Totals
332,457.28
4,963.66
327,493.62
15
11/29/2018
83,114.32
554.08
82,560.24
82,836.81
16
2/28/2019
83,114.32
277.51
82,836.81
0.00
2019 Totals
166,228.64
831.59
165,397.05
Grand Totals 1 32,787.12 1,297,042.00
G& trucks
� Y
- PRICE QUOTATION -
Crane Carrier Low -Entry Cab & Chassis
with G -S Products CollectStar CS8127A Automated Side Loader
(In Accordance With FL Sheriffs Bid 14 -12 -0904)
DATE: April 22, 2015
TO: City of Ocoee
Attn: Mr. Bill Simmons, Fleet & Sanitation Operations Mgr.
Dept. of Public Works
QTY._ - - -- DESCRIPTION - -- . - - - -. -- - - - - -- -- - - - -- _ - -- -_ -
two (2) 2013 Crane Carrier LET2 -26 (new) cab and chassis 62,000 lbs. GVWR,
including the following:
Cab Equipment:
Galvanized steel, 60° tilt, low -entry (18" both sides),
Dual driving positions w /solid door on LH (streetside), flip -up /fold -back
door on curbside (RH)
Sears C2 air ride driver's seat in "asphalt confetti" cloth — LH
Sears C2 air ride driver's seat in "asphalt confetti" cloth — RH
Dual cab fans, AM /FM /CD stereo, at3ermarket window tiniting
Manual roll -down window -L1-1, sliding window — RH
tilt & telescope steering wheels
Air conditioning, electric windshield wipers w /intermittent feature
Air horn, electric horn
19" x 8" remote control "Moto- Mirrors" (4 way),
RH & LH convex spot mirrors
LED clearance, marker, & turn signal lights
Daytime running lights, 4 sets of keys
Chassis Equipment:
Cummins ISC8.3 -300, 300 hp@ 2000 rpm; 860 Ibft @ 1300 rpm
10 gal. DEF tank, curbside
Insulation wrapped vertical exhaust; LH vertical DPF; RH vertical SCR
18.7 cfm air compressor, coolant filter
Cummins engine protection system (gives 30 sec. warning before
shutdown for low oil pressure, high coolant temp., or low
coolant level
Allison 3000 RDS 6 sp. Automatic transmission w /dual pushbutton
controls, TranSynd fluid, Auto. Neutral System "AG"
Bendix ABS & ATC (AutomaticTraction Control)
Parker XL -13" w /restriction indicator and Donaldson vertical
in -line pre - cleaner w /dirt ejector
Fleetguard FS 1000 fuel filter /separator, non - heated
Leece- Neville - 160 amp alternator
Flaming River battery disconnect w /pilot light
Batteries: 2 ea. group 31, 925 cca ea.
80 gal fuel tank, curbside
(continued on page 2)
506 Bellevue Avenue • Daytona Beach, Florida 32114 -5279 - (386) 253 -5555 # FAX (386) 253 -8537
Website: www.containersys.com • Email: info@ containersys.com
City of Ocoee
Crane Carrier cab & chassis Quote
April 22, 2015
Page 2
Dana - Spicer 2000F, 20,000 lb front axle
Tapered parabolic front springs, 20,000 Ib capacity
Dana- Spicer S26 -190, 26,000 lb. drive axle, 6.14 ratio (65 mph max)
Ridewell RDS 209 60/40 Tandem Air Drive /Steer Suspension
Air brakes: Dana wide brake pkg.;
Front — 16.5"x. 7" ES S -cam w /auto. slack adjusters
Rear — 16.5" x 8.62" ES S -cam w /spring type "piggy- back"
park brake and auto. slack adjusters,
Bendix 6 channel (6S /6M) ABS
Single rail frame I I" x 3.5" x .38" thick @ 21.5 lbs. per foot, 1 10,000
psi min. yield. Section Modulus (SM): 18.61 in. Rated RBM:
2,047,000 in. lbs. min. per rail, end to end.
Tires: ' Front: 315/80R 22.5 — L(20 ply) Bridgestone M860 radials
Mid (drive): I 1 822.5— H(16 ply) Bridgestone R250ED radials
Rear: 425/65R 22.5 — L(20 ply) Bridgestone M844F radials
Wheels, front & rear: hub piloted steel disc
Wheelbase: 198 inches; Turning Radins: 34' (wall to wall)
Bendix AD9 EP air dryer
Front end PTO adapter
Back -up alarm
Paint: std. white cab
Black frame, wheels, & bumper
All other std. equip.
SUB -TOTAL EA — 2015 Cab & Chassis (new): S 163,072.00
LESS STOCK UNIT DISCOUNT EA: - 39,372.00
SUB -TOTAL EA -2013 Cab & Chassis (new): S 123,700.00
SUB -TOTAL EA — G -S Body: S 103,169.00
TOTAL EA. — Chassis & Body: S 226,869.00
TOTAL for two (2): S 453,738.00
F.O.B.: Ocoee, FL
✓DELIV.: approx. 90 days ARO
TERMS: net 45 days (after receipt of completed unit)
TAXES: Any federal, state, or local taxes that may apply; are not included.
NOTE: Florida Tag, Title, and Registration Fees are i ncluded in (rice,
WARRANTY: Crane Carrier Tarranty:
Crane Carrier Base Warranty: I YEAR /2000 Hours Parts and Labor
Cummins Engine Warranty: 2 YEAR Parts and Labor
Allison Edge II Transmission Warranty: 3 YEAR Parts and Labor
Dana Axle Warranty: 3 YEAR/350,000 miles Parts and Labor
G -S Products Warranty: 2 YEAR Parts & Labor
NOTE: See attached Cost Adjustment Worksheet" (CAW) for detailed breakdown of
FSA Bid adjustments
Respectfully, j
Bill Youn Pres.
Tolbert, Joyce
From: Krug, Stephen
Sent: Tuesday, April 21, 2015 3:49 PM
To: Tolbert, Joyce
Subject: FSA Quote for Sanitation Trucks
Joyce,
FSA is good with using their current contract with discounts for the early model trucks. I will coordinate with you to
provide the proper documentation.
Thank you,
Steve Krug
Public Works Director
City of Ocoee
301 Maguire Road
Ocoee, FL 34761
407-905-3170
From: Simmons, Bill
Sent: Tuesday, April 21, 2015 3:32 PM
To: Krug, Stephen
Cc: 'William Young'
Subject: FW: CCC-GS Quote
FYI
From: Becky Keillor [mailto:bkeillor(a)flsheriffs.org]
Sent: Tuesday, April 21, 2015 3:31 PM
To: Simmons, Bill
Subject: FW: CCC-GS Quote
Bill — Here is the answer about your purchase!
Becky Keillor, Bid Coordinator
(850) 877-2165 x. 231
FLORIDA SHERIFFS ASSOCIATION I
From: Drew Terpak
Sent: Monday, April 20, 2015 1:48 PM
To: Becky Keillor
Subject: RE: CCC-GS Quote
I
Use current contract price with discounts.
Sent from my Windows Phone
1
From: Becky Keillor
Sent: 4/20/2015 1:24 PM
To: Drew Terpak
Subject: FW: CCC -GS Quote
Drew,
Bill Simmons with The City of Ocoee (who does quite a lot of business with our contracts) called and forwarded this
information to me for our blessing. They are in need of these cab &chassis (which the current build dates provide like 7
or 8 months before delivery) but Container Systems has provided them with a MY 2013 -14 unused and quoted them a
very good deal with delivery with 90 days or so. I know we have done special approvals like this in the past, can we do
this once again for the City of Ocoee?
Becky Keillor, Bid Coordinator
(850) 877-2165x. 231
FLORIDA SHERIFFS ASSOCIATION I
From: Simmons, Bill [ mailto:BSimmons @ci.ocoee.fl.us
Sent: Monday, April 20, 2015 1:18 PM
To: Becky Keillor
Subject: FW: CCC -GS Quote
From: William Young [ mailto:bgyoung(&att.net ]
Sent: Friday, April 17, 2015 1:53 PM
To: Simmons, Bill
Subject: CCC -GS Quote
Hi Bill,
Attached is the revised quote and an adjustment worksheet that hopefully helps explain/reconcile the quote to
the FSA Bid.
If you have any questions, or need more info, don't hesitate.
Thanks for this opportunity!
Bill
2
-
t FLORIDA
MSOCIA I !ON 01
COUNTIES
All About Florida
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
60,000 LB. GVWR CAB & CHASSIS - 4X6 TANDEM AXLE REFUSE TRUCK
(ONLY)
SPECIFICATION #15
2015 Crane Carrier LET2
The Crane Carrier LET2 purchased through this contract comes with all the standard equipment as specified by the manufacturer for
this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base
price as awarded by specification by zone.
ZONE: Western Northern Central Southern
BASE PRICE: $181,534.00 $181,534.00 $181,534.00 $181,534.00
While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment
items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to
vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add /delete options which
allow the purchaser to tailor the vehicle to their particular wants or needs.
The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost
of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you
wish deleted from the base unit cost and /or add the cost of any equipment items you wish added to the base unit cost to determine the
approximate cost of the type vehicle(s) you wish to order.
NOTE: An official listing of all add /delete options and their prices should be obtained from the appropriate dealer in your zone when
preparing your order. Additional add /delete options other than those listed here may be available through the dealers, however, those
listed here must be honored by the dealers in your zone at the stated prices.
Bid Award Announcement 14 -12 -0904 551
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
Order Code
Order Code
LET2
Container Systems &
Equip. Co., Inc.
Western
$181,534.00
Delete Options
Engine /transmission - specify
ISL9 -270 (270HP) ILO ISX12 -320R I
Engine /transmission - specify
ISL9 -345 (345HP)1L01SX12 -320R I
Engine /transmission - specify
ISL9 -380 (380HP) ILO ISX12 -3201 I
Engine /transmission - specify
350ORDS ILO 4500PDS I
Add Options
Engine upgrade - specify
ISX12 -385R (385HP) ILO ISXI2 -3201 I
Container Systems &
Equip. Co., Inc.
Northern
$181,534.00
Container Systems &
Equip. Co., Inc.
Central
$181,534.00
Container Systems &
Equip. Co., Inc.
Southern
$181,534.00
Engine upgrade - specify
ISL9 -300 (300HP) ILO ISXI2 -32OR - DEDUCT I
Engine upgrade - specify
ISL9 -330 (330HP) ILO ISX12 -32OR - DEDUCT I
Engine upgrade - specify
ISLG -250 (250HP) ILO 1SX12 -320R, includes Fuel Control Module, 75 DGE (diesel equivalent) BTC (Behind The Cab)
cross frame tank system w /cabinet, 2nd fuel fill location, & engine shut - offfuel caps. I
Engine upgrade - specify
ISLG -320 (320HP) ILO ISX12 -3208, includes Fuel Control Module, 75 DGE (diesel equivalent) BTC (Behind The Cab)
cross frame tank system w /cabinet, 2nd fuel fill location, & engine shut - offfuel caps. I
Transmission upgrade - specify
4500RDS with retarder I
Transmission upgrade - specify
350ORDS or 3000RDS with retarder ILO 450ORDS - DEDUCT I
Transmission upgrade - speci
3000RDS ILO 450ORDS - DEDUCT
Transmission upgrade - speci
4000RDS ILO 4500RDS - DEDUCT
Transmission upgrade - specify
TELMA driveline retarder Model AD 72 -45 includes 4 batteries and 200 amp alternator I
GVWR upgrade - specify
66, 00016. GVWR - includes Ridewell RDS209 -60110 Tandem AIr Drive /Steer Suspension, 46, 000 lb. capacity (includes
6S16MABS, Dana S26 -190 drive axle io112R22.5 tires, 425165R L120 tires on rear axle, 31518OR 22.5 front tires, and ATC
(Automatic Traction Control). I
64,000 lb. GVW package
DSH44P 44, 000 cap, rear axle, HN 462 rear suspension, and 315180822.5 L/20 front tires I
GVWR upgrade - specify
Dana D46 -170P 46,000 lb. tandem rear axle w1HN462 46,000 lb. suspension I
GVWR upgrade - specify
Dana D52 -590P 52,000 lb. tandem rear axle iiIHN522 52,000 lb. suspension I
Bid Award Announcement 14 -12 -0904
All Zones
$17,020.00
$12,690.00
$9,896.00
$10,419.00
All Zones
$1,320.00
($15,268.00)
($13,918.00)'
$17,332.00
r
i
$21,188.00 i
$9,350.00
($2,951.00)
($10,175.00)'l
($557.00)
$12,449.00
$3,906.00
$2,228.00
$2,968.00'
$6,824.00
552
VEHICLE:
DEALER:
ZONE:
BASE PRICE
42 -C2 -04 1
42 -C2 -08 1
60 -A2 -32 1
30 -A4 -06 1
44 -E2 -04
LET2
Container Systems &
Equip. Co., Inc.
Western
$181,534.00
Container Systems &
Equip. Co., Inc.
Northern
$181,534.00
Container Systems &
Equip. Co., Inc.
Central
$181,534.00
GVWR upgrade - specify
Meritor RT- 40 -160P 40,000 lb. tandem rear axle w1HN402 40,000 lb. suspension 1
GVWR upgrade - specify
Meritor RT- 46 -160P 46, 00016. tandem rear axle w/HN462 46, 000 lb. suspension 1
Container Systems &
Equip. Co., Inc.
Southern
$181,534.00
Hybrid option
Bi -fuel model - specify
CNG prep - specify
CNG engine WIOUTfuel storage (tank) systent - includes ISLG -320 engine, Fuel Control Module, 2nd fuel fill location, &
engine shut- offcaps. DEDUCT: 1
CNG conversion (discuss with dealer)
LPG conversion (discuss with dealer)
Nitrogen filled tires including spare tire
Double Frame: full steel insert
SM =28.08 in. cubed: RBM= 3,369,600 in. lbs. 1
Front Axle - specify
Meritor FL -941, 20, 000 lb. front axle ILO Dana D2000F 20, 000 lb. axle 1
Rear Axle - specify
Rear Suspension - specify
Hendrickson HMX400 w /shocks ILO HN402 rear suspension 1
Rear Suspension - specify
Hendrickson HMX460 w /shocks ILO HN462 rear suspension 1
Rigid Lift Axle: Pusher / Tag 20,000 lb rating air lift to include I IR -22.5 tires with steel wheels
22,000 lb. pusher or tag 1
Steerable Lift Axle: Pusher / Tag 20,000 lb rating air lift to include I IR -22.5 tires with steel
wheels
Front Engine PTO Provision (FEPTO)
LCF with right hand steering
PH steering ILO LH steering 1
LCF with dual steering
dual sit down steering positions 1
LCF Low Profile with left hand steering
cab floor a 19 "fi ground 1
LCF Low Profile with dual steering
cab floor @ 19 "from ground 1
LCF Low Profile with dual steering & right hand stand up
cab floor @ 19 "fu•om ground, includes fold forward "stay open" door on right side 1
Driver controlled differential lock
for 40 -46, 000 lb. tandem axles 1
Refuse body - state model bid and description
Scorpion 27 cu yd Automated Side Loader - (deduct $ 400 for 20 yd bod) add $ 1200 for 30 yd. body, add $ 1900 for 33
yd body, add $ 2060 for color other than white)
Bid Award Announcement 14 -12 -0904
$3,129.00
$3,932.00
NA
NA
($6,662.00)
NA
NA
NA
$1,212.00
$2,727.00
NA
$482.00
$743.00
$8,193.00
NA
Std
$1,120.00
$3,977.00
Std'
$3,977.00
$3,695.00
$2,337.00
$114,510.00
553
VEHICLE:
LET2
DEALER:
Container Systems &
Equip. Co., Inc.
ZONE:
Western
BASE PRICE:
$181,534.00
Container Systems &
Equip. Co., Inc.
Northern
$181,534.00
Container Systems &
Equip. Co., Inc.
Central
$181,534.00
Container Systems &
Equip. Co., Inc.
Southern
$181,534.00
Optional mounted body - specify
Mantis Half- Pack/Full Eject 40 cu yd Frontloader, requires double frame & 64,000 lb (min) GVWR 1
Optional mounted body - specify
Excel S - 25 cu yd high compaction rearloader (add $ 900 for 27 yd body, add $ 2000 for 33 yd bod)) 1
Optional mounted body - specify
Loadmaster Eclipse 31 cu yd Automated Side Loader - (deduct $ 700 for 28 yd. body) 1
Optional mounted body - specify
Loadmaster Elite I cu yd rearloader I
Optional mounted body - specify
Loadmaster Legacy3 20 cu yd medium compaction rearloader - (deduct $ 1400 for 16 yd body, deduct $ 1800 for 13 yd
bodv) 1
Optional mounted body - specify
G -S Products CollectStar CS8129A 29 cu yd Automated Side Loader - (deduct $ 4800 for 20 yd body, add $ 3200 for 33 yd
bode) 1
Optional mounted body - specify
G -S Products CollectStar CS8229A 29 cu yd Split -Body Automated Side Loader - (add $ 3200 for 33 yd body) 1
Optional mounted body - specify
G -S Products MP8129D 29 cu yd manual /semi- automated Side Loader for refuse or single stream recycling - (deduct $
7500 for 20 yd body, add $ 3800 for 33 yd body) 1
Optional mounted body - specify
G -S Products MP8229S 29 cu yd manual /semi - automated Split -Body Side Loaderfor refuse /recycle or tivo stream
recycling - (add $ 4400 for 33 yd body) I
Optional mounted body - specify
G -S Products 5738D 38 cu yd two stream recycling body whnaterial identifier panel - (add $ 6000 for 44 yd body,
requires double frame)l
Optional mounted body - specify
G -S Products 5038D 38 cu yd single stream recycling body w /front mount pump, iv /10 cart tippers (5 per side), 6 LED
strobes, 4 work lights (2 per side), single camera system 1
Optional mounted body - specify
Wayne Curbtender 27 cu yd Automated Sideloader - (add $ 1700 for 31 yd body, deduct $ 1200 for 16, 18, or 20 yd body) 1
$113,714.00
$59,980.00
$110,961.00
$42,601.00
$51,335.00 `;
$104,263.00
$128,486.00
$95,897.00
$113,299.00
$77,611.00
$73,273.00
$114,125.00
Optional mounted body - specify
Wayne G4 Curbtender 27 cu yd Automated Sideloader iv/Power -On- Demand Feature - (add $ 1700 for 31 yd body, deduct
$ 1200 for 16, 18, or 20 yd body)
Optional mounted body - specify
Wayne Titan 40 cu yd front loader - requires double frame & 64, 00016 (min) GVWR - (add $ 3500 for 44 yd body) 1
Optional mounted body - specify
Wayne ECO -FORCE Titan 40 cu yd front loader iv/Power -On- Demand Feature - requires double frame & 64,000 lb (min)
GVWR - (add $ 3500 for 44 yd bodv) 1
Optional equipment - specify
Wayne TomCat 14 cu yd satellite sideloader iv/load transfer feature - (deduct $ 3500 for 6 yd. body) 1
Optional equipment - specify
American Hmvk (Palfinger) H -1150 Bulk Waste Crane (20' boom w/28 cu yd body, requires double frame) - (add $ 2800
for 25' boom iv /40 yd. body)
Optional equipment - specify
McNeilus Mode13148 ZR Zero Radius 31 cu yd Automated Side Loader 1
$117,355.00
$93,769.00
$106,569.00 j
$51,016.00
$83,106.00
$113,920.00
Bid Award Announcement 14 -12 -0904 554
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
LET2
Container Systems &
Equip. Co., Inc.
Western
$181,534.00
Container Systems &
Equip. Co., Inc.
Northern
$181,534.00
Container Systems &
Equip. Co., Inc.
Central
$181,534.00
Optional equipment - specify
McNeilus Model 3142 MA 31 cu yd Side Loader, requires drop frame chassis modification 1
Optional equipment - specify
McNeilus Model 251625 cu yd rearloader - (add $ 2800 for 32 yd body (Model 3216) 1
Optional equipment - specify
McNeilus Model 4029 Atlantic frontloader 1
Optional equipment - specify
McNeilus Model 2849 Autoreach Gen 1128 cu yd Automated Side Loader
Optional equipment - specify
Neiv Way Sidewinder 31 yd Automated Side Loader 1
Container Systems &
Equip. Co., Inc.
Southern
$181,534.00
Optional equipment - specify
Nevv Way Sideivinder 31 yd body upgrade pkg., includes: aux. arm control rocker sivitches, arm cycle counter, arm hour
meter, shovel /broom rack, hopper access ladder, Lubecore automated lubrication system for arm & body, packing blade
reinforcement, chromium overlay ILO AR steel in packer shoes, 7 ga. hopper floor and side liner, Wextended hopper floor
liner, clean out tool (stores in clean out trough), Zone Defense Black Box Camera System ivith DVR & 5 SD cards, & GPS
(cameras in cab, LHfront corner of chassis - toivard rear blind spot, hopper, arm, and tailgate, including brush guards,
iLO std. dual camera system 1
Optional equipment - specify
New Way Mamoth 40 yd. front loader, includes body service hoist 1
Optional equipment - specify
Safety Pkg., includes Amerex Automatic Fire Suppression System (25 lb.), and Preco 'Preview" Radar System 1
Optional equipment - specify
Rotary actuated cart lifter w/diverter valve, installed; (add $ 4500 for 2nd cart lifter, including dual diverier valve,
installed) 1
Optional equipment - specify
31518OR 22.5 L Bridgestone M860 front tires W22.5'x9" hub piloted steel disc wheels ILO 11R 22.5 H Bridgestone
R250ED fronl tires w/22.5'x8.25" hub piloted steel disc wheels 1
Optional equipment - specify
Crane Carrier "Drop Frame "modification (Note, limited wheelbase configurations) 1
Optional equipment - specify
Crane Carrier Crew Cab W4 man seating; (for dual drive seating configuration, add $ 253, note: requires dual steering
option) 1
Temporary tag
Transfer existing registration (must provide tag number)
New state tag (specify state, county, city, sheriff, etc.)
Maintenance Plan - specify
Contact Dealer for custonr plan 1
Maintenance Plan - specify
Maintenance Plan - specify
Warranty - specify
4000 Series RDS transmission, 2year extended, 5 year total 1
Warranty - specify
3000 Series RDS transmission, 2year extended, 5 year total 1
Warranty - specify
Bid Award Announcement 14 -12 -0904
$107,705.00'1,
$64,514.00
$94,481.00
$97,259.00
$110,861.00
$12,826.00 1
$87,850.00
$6,500.00
$6,200.00
$706.00
i
$12,900.00
$6,467.00
Std
$150.00
$175.00
NA
NA
NA
$1,100.001.
$1,100.00
NA
555
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
LET2
Container Systems &
Equip. Co., Inc.
Western
$181,534.00
Container Systems &
Equip. Co., Inc.
Northern
$181,534.00
Diesel Warranty - specify
Cummins PPI - ISL9 5 year, 150, 000 miles, Program ID: DCI
Diesel Warranty - specify
Cummins PPI - ISL9 3 year, 100, 000 miles, Program ID: DCI
Diesel Warranty - specify
Cummins PP2 - ISL9 5 year, 150, 000 miles, Program ID: DC2 1
Bid Award Announcement 14 -12 -0904
Container Systems &
Equip. Co., Inc.
Central
$181,534.00
Container Systems &
Equip. Co., Inc.
Southern
$181,534.00
$2,950.00
$1,575.00
$1,900.00
556
(,U.Idla.ndT�.0cK-
K 3431 NW 27 Avenue . Ocala, Florida 34478
U s Office: 352- 629 -6305 • Fax: 352- 629 -2018
Toll Free: 1- 800 -524 -6072
FIRE APPARATUS PROPOSAL
DATE: April 13, 2015
This proposal has been prepared for:
City of Ocoee
Bill Simmons - Fleet Operations Manager
301 Maguire Road Extension
Ocoee, FL 34761
Hall -Mark Fire Apparatus is pleased to offer the City of Ocoee a Wildland Fire Apparatus as described
in Specification #16 of the Florida Sheriff's Association bid. This brush truck will be built in
accordance with the specifications in Specification #16 and is priced as follows:
Base Model Spec #16:
$98,618.00
Ford F450 chassis
($
5,710.00)
Add: 12,000 lb winch
$
1,600.00
Add: Grill Guard and winch carrier
$
1,200.00
Add: Compartment per Dept's specs
$
1,200.00
Add: Labor for additional options
$
1,200.00
Total Price:
$98,108.00
Note: The base chassis in Specification #16 is a Ford F550 as described in the FSA bid. The credit
shown above is to go to a Ford F450, extended cab with a gas engine.
Delivery will be F.O.B. Ocoee, FL and will be in accordance with the Florida Sheriff's Association
Bid requirements.
Any additions or deletions to Specification #16 not mentioned above will be reflected in a change to
the total price of $98,108.00. Also, the price referenced above is for one unit. Multiple units may be
ordered at this per unit price.
This proposal shall expire June 30, 2015. This expiration date may be extended, in writing, providing
chassis pricing and availability has not changed.
Sincerely,
Na bei 0
Nate Gilman
www.hall- markfire.com
E -Mail: info @hall- markfire.com
E —vRa
Authorized Dealer
F�r4- e(I 15 -11 -O 11 l,7
Specification 916 - Wildland Fire Apparatus
HME Inc.
HME- MiniEvo
Ford
Stainless Steel
$ 174480. .
Build Sheet
Halt -Mark Fire
Hall -Mark Fire
Ford
F- 5504X42 -Door
Aluminum
$ 9861B.OD
Build Sheet
Hall -Mark Fire
Hall -Mark Fire
Dote
55004X42 -Door
Aluminum
$ 100620.00
Budd Sheet
ETR
KME
Flatbed
Dodge
Aluminum
$
Build Sheet
ETR
KME
Flatbed
Ford
Aluminum
$ 114069.00
Build Sheet
Ten -8 lPierte
F550 I
Pierce
n/a
Aluminum
$ 126,558.00 1
Build Sheet
Specification #17 - Cmninercial Pumper (2 Door)
HME Inc
HME-CP37
Freightliner
Stainless Steel
$ 236964.00
Build Sheet
HME Inc
HME -CP27
International
Stainless Steel
237646.00
Build Sheet
SFEV
Sut hen
C3 Pumper
International
EA Alum
$ 225540.56
Build Sheet
HaWMark Fire
E -ONE
Fre1jahtliner
M2
Extruded Aluminum
9 168 069.00
Build Sheet
Hall-Mark Fire
E -ONE
International
4400
Extruded Aluminum
S 171969.00
Build Sheet
ETR
KME
Challen erM
INT
Frmd Alum.
S 217029.00
Build Sheet
ETR
KME
Challenger RS
INT
Frmd Steel
9 212 309.00
Build Sheet
ETR
KME
Challen er RS
WT
Frmd St. Sit.
$ 218129.00
Build Sheet
ETR
KME
Challenger RS
FL
Frmd Alum.
216648.00
Build Sheet
ETR
KME
Challenger RS
FL
Frmd Steel
211928.00
Build Sheet
ETR
KME
Challenger RS
FL
Frmd St. Std.
S 217 749.00
Build Sheet
Country Club Auto
Country Club Auto
Smeal
Smeal
F2DCPAL
F2DCPS5
smeal
Smeal
N/A
N A
Formed Alum
Stainless Steel
247 691.00
253122.00
Build Sheet
Build Sheet
Country Club Auto
Smeal
K2DCPAL
Smeal
NA
Formed Alum
$ 249681.00
Build Sheet
Country Club Auto
Smeal
K2DCPS5
Smeal
NA
Stainless Steel
$ 255814.00
Build Sheet
Ten -8
Pierce
Frei htllner
Pierce
n a
Aluminum
201446.00
Build Sheet
Ten -8
Pierce
International
Pierce
Aluminum
208542.00
Build Sheet
Ten -8
Rosenbauer
Rosenbauer
TactialFire
Tactical Fire
Pierce
Rosenbauer
Rosenbauer
Tome. Inc
To ne Inc.
Peterbuilt
Cmrcl Prow
Frel htliner one
Freightliner/Toyne
Pierce
Fril
IH
FSCPFLAL
FSCPFLSS
na
Aluminum
Frmd Alum
Frmd Alum
Aluminum
Stainless Steel
$ 216042.00
198422.00
$ 200 639.00
$ 244348.00
$ 237518.00
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Tactical Fire
To ne Inc.
lnternationaVToyne
FSCPIHAL
Aluminum
$ 248 307.00
Build Sheet
Tactical Fire
Tactical Fire
Tactical Fire
Tome, Inc
To ne Inc
To ne,:nc
international /Tome
Kenworth o
kenworth/To ne
FSCPIHSS
FSCPKWAL
FSCPKWSS
Stainless Steel
Aluminum
Stainless Steel
$ 243477.00
$ 253130.00
$ 246,300.00
Build Sheet
Build Sheet
Build Sheet
Specification # 18 - Level I Custom Pumper (Medium
4 Door Custom Chassis)
HME Inc.
HAF -WPLI
HME
Stainless Steel
$ 307068.00
Build Sheet
SFEV
SFEV
Hall -Mark Fire
Sut hen
Sut hen
E -ONE
FSA 18
FSA 18
Tvphoon
Monarch
Monarch
DTH
Eat Alum
Formed ITS
Extruded Aluminum
$ 339268.99
352927.13
$ 303404.00
Build Sheet
Build Sheet
Build Sheet
ETR
ETR
ETR
Coun Club Auto
KME
KME
KME
Smeal
Challen er RS
Challenger RS
Challen er RS
S1LIPAL
Panther
Panther
Panther
N/A
Frmd Alum.
Frmd Steel
Frmd St. Stl.
Formed Alum
310382.00
305662.00
311482.00
359 294.00
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Coun tlub Auto
Country Club AUto
Country Club Auto
Smeal
Smeal
Smeal
SSLSPSS
S2LIPAL
S2L1P5S
N/A
N A
N A
Stainless Steel
Formed Alum
Stainless Steel
365144.00
$ 332224.00
337633.00
Build Sheet
Build Sheet
Build Sheet
Rosenbauer
T-2
Ten -B
Ten -8
Tactical Fire
Tactical Fire
Rosenbauer
Pierce
Pierce
Pierce
Toe, Inc.
Tome, Inc.
Lvl1 Pm pr
Saber
Enforcer
Im el
FSLIPAL
FSLIPSS
ONerce
Ipartan/royne
Frmd Alum
Aluminum
Aluminum
Aluminum
Aluminum
IStainless Steel
307 998.00
317642.00
334803.00
359077.00
346180.00
$ 339,860.00
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Specification #19 - Level 11 Custom Pumper (Medium
4 Door Custom Chassis)
HME. Inc.
HAF -WPL2
HME
n-
Stainless Steel
$ 389630.00
Build Sheet
SFEV
SFEV
Hall--Mark Fire
ETR
ETR
ETR
Count Club Auto
CountrV tlub Auto
Coun tlub Auto
Club Auto
Rosenbauer
Ten-8
Ten -8
Ten -8
Ten -e
Ten -8
Tactical Fire
Tactical Fire
Sutphen
Sutphen
E -ONE
KME
KME
KME
Smeai
Smeal
Smeal
Smeal
Rosenbauer
Pierce
Pierce
PierceVeloci
Pierce
Pierce
To ne,lnc
To ne, Inc.
FSA 19
FSA 19
Cyclone ll
challen er WB
Challenger WB
Challenger WS
51L2PAL
S1L2P5S
S2L2PAL
52L2PSS
LA Pm p,
Enforcer
lArmwXT
Quantum
Dash CF
FSL2PAL
FSL2PS5
Monarch
Monarch
CYC2
Predator
Predator
Predator
Smeal
Smeal
Smeal
Smeal
Pierce
Pierce
Pierce
Pierce
Perce
5 artan/ro ne
S artan oyne
N/A
N/A
N/A
N/A
n/a
n/a
n/a
n/a
n/a
EM Alum
Formed ITS
Extruded Aluminum
Frmd Alum.
Frmd Steel
Frmd St. Stl.
Formed Alum
Stainless Steel
Formed Alum
Stainless Steel
Frmd Alum
Aluminum
jAlumlrum
Aluminum
Aluminum
Aluminum
Aluminum
Stainless Steel
$ 437596.55
442812.33
429434.00
405518.00
$ 406673.00
$ 408,608.00
$ 415,638.00
$ 421,037.00
$ 383330.00
$ 388,696.00
$ 412,775400
$ 418,490.00
$ 437,210.00
$ 441,352.00
$ 464,743.00
$ 497,420.00
$ 429,962.00
$ 423,845.00
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Build Sheet
Nall -Mark Fire Apparatus
3431 NW 27th Avenue
Ocala, FL 34475
Page 1
FSA Brush Truck
Ford F550 2 -DR 44
Hall-Mark Fire Apparatus
3431 NW 27th Avenue
Ocala, FL 34475
QUODA-TION
FSA Brush Truck
Ford F550 2-DR 44
Page 2
-1'1 k My
H:2 R'
KE
04
'5 - g
NANO "'�" MM
12" Lumabar w/Bracket
6
gn
L
'r-1 'R M
mgqt N
•
OW
Y
N
20" Lumabar Stand-A-Lone
2
11.2
z
".4
0 NON
4t
C NOR 4 R ORR
r gi
L
.
W"S"N rggga • S.. Vim
12
0
12.1
18 x 24 mudflap W/nosall brackets
2
12.2
N.
tea- t
R
MEN
WO in
ngt"gka E MM
R". . IN - C IN
gj� �g�' , U
'4s
Ly wy 1
P� W!
11, EX IN 7.
.7. . g
qg
a 0M.1.0 z- -1.1 ...... - - - - -
A
P� i.;
13.1
30"H x 18"D x 36%
2
am'
ggmw. uo )IRN.
"W"
%N ffif
NO.
N
14,1
8"Dx18"Wx36
2
14.2
9NE
ac
&
gg 'gw
R x4
'M A A
r g
gg�
& s. 'Myl w 4„
N,
WN�
RIJ
_..�W' AMP IN.
- Ro R
optronics LED Utility Light
15.2
�T 0
We
1 WN Z I 5N, W N
::��.Q�,
o.
t= ,[>;BOTi= T a .k
�r�
.2
., M
NN MR.
16,1
Optronics LED Lighting back up alarm
,Iaa
A1
W.,
lff '
inN. _t 51
im
N - aft
•
i � , 1 1 41 'm
n a. R
- I z RE •
z T
R "
0"? i'M I N
N I
Mum
N.—UN
015
--
ERMI-ka
MW N
17.1
Federal Jetsolaris Ughtbar
1
17.2
Quadraflare Lighting
8
17.3
Impax s ig hting
2
18.1
jWhelen Siren/light bar controller
18.2
speaker 100w black SA31413
Page 2
Hall -Mark Fire Apparatus
3431 NW 27th Avenue
Ocala, FL 34475
n//nrz TTDN
FSA Brush Truck
Ford F550 2 -DR 4x4
Page 3
A
Rt 3' TFS,s, Y
t . 4 - L 5` rY d i
19.01
Plumbing
19.1
SS Hale Valves
1
19.2
Discharge Manifold
1
19.3
Intake Manifold
1
-
r
_
ZO0
Pump &Engine_
20.1
HP200 -B18XB w /control panel
1
go . i
^3 ?$`
-
..
.. .. .. .. ....... sk' .. .tom .., ;;•. x J;
} -.e -t � 6.;:k:G
.:: •; _�.' u• ;C }.z.,
. .::.
-
.. .... ..:: ..... ... :.. ...:..... .. .:
.
:,... ,..:... . _. . ^:,.. . x..... t•a �,: .:i', ' :��.
�:� ,.. �..,.-
.a,�,r
r�ut` ��\ =ti: °..
; ��."u' +>•.. :,..:, \
Fror►t Burilper
,:.:,:.._..,
-.. r }� .
"
21.1
Go Industries Rancher Guard
1
21.2
Go Industries Rancher steps
1
,
Jr
ty,
R
. :.
.•t1 ..
,
..1. _
5 -
--
-•l
-
DOT:Safe3y,.Kit:;.:..
22.1
Triangular Reflectors & Extinguisher
1
22.2
^
j.;`i
3. :;!:a+.., vt.h. 1.:v :� •i`l :{.:C:
k-'
23 0
Handrails
23.1
36" Aluminum Handrail
1
23.2
...:, .,., .- o
- a T,a.,.,, ..4:. .... .: 5.,....\ ....: - _
+..w . -..
.. .. a :- -., ,,... �.
1 `J'
.:S!v:� \•}
..V c r
t.
Y^2`:': !
bi 11'
,... ...... . .
..... ... .. . r_.. : j.. .. _... .. ?.:.:
... .. ,..
.:._r:� <� __
,— ... ... ,_, _a. •0.t~
`
+%,
.:• _
>`:T - x,3
.. -.._
._. ..
.. _.r.. .. :... ,.
..... .t, . _. .., �..,
1. ..s .K .v
Y
,, .. .., .t.. +
a .. .. -s .. .. _, .t .. Zl.....t. _,,_. � .i-:. -.::., . -;•
...._ n,t, ...r :. _ 1 .,ti, -
._.Kit 1 - :x `:'iX :aS `?a
i
�• [�
-
-_•., ._...
..:.
.._v.
24.1
Standard NFPA 4" stripe & rear chevron
1
24.2
.... ...
.... . ..m rr .`. ..4 .. v .,2 T,:., .., .. .x. .v ,v .,.,1'• ..
y
_
:i��+`:`i'
y
:�y!.Y _ : may::.°,•. ^� '"�.
_
4ii.:..
... .
: >. _: v ..
.. .. ....: ....srx,:. ., ,.:
-J
..... .. .... .. ...._.. ,.. k..1 ,_. t..:<`. .... .. .... _
?:::.._.
1
x _
:-.. n, ., .,. 1. ... :. ..�, ..`5 -.•., .:.t •r
_ ... .. _... :Sr
z*•
r
_ o-.bY :�
xP
=
Installation Labor
h
25.1
Labor
1
25.2
_.
3'-.,.
.ar..:'%(c_zr'1c:1 �2 - ,`..., [ �i ^'d�ei},!''
�� rr}5L
`<�''�Y },�5��1�S? ��S 3
F���� - -s�'�
- -
4��s`
r j ga���} ��__> i` �' �'t•a;',�^�t'--t,S.rRii;�+f_,,i ��'.-
��� a',
}�„3 -s3s �^•�� - i3
S � �$,�:'Yk r
� 6 "5- 7t 'ts 4 "•4<i
7 ?x„•
::J L�''t•;5`�,;y'• ; : r.4�;t �i .ry ?!=:•
hr j'= v�'•�
26.1
Harness
1
26.2
Booster Hose 150'1"
1
26.3
Misc Electrical /plumbing supplies
1
26.4 12015
Ford F550 2 -DR Chassis
1
Page 3
------/
'
-
,
�
-------`/--`-------
VK|U�i&hJF\ FT DW
,,.��.`°`.`^� `�.°.
CHASSIS MODEL:
FORD F-550 CHASSIS, 19,500 LBsvW,04
rANK
WATER CAPACITY: 300GALLONS
COMPARTMENTATION
u:uouuvvxoo.00nx18.uVo
PUMP
WATER PUMP: HALE HPX200-H-20
20 HP HONDA GASOLINE ENGINE
/ �
10HOSEREEL DISCHARGE
1.5" REAR FACING DISCHARG
3.U'GATED TANK TO PUMP
2.5" GATED EXTERNAL SUCTION
THIS OPAWINO 11 OR REFER
!
�
22
^
-_.- .......... 'L.' -_ 'j __ , -_-''-/
............ _�-_--___�_-_ .... ........ '`'--___�-'.__�
F5G
Z1
A
S
660A
572
99T
44W
TFB
X81-
68M
425
63B
65Z
67D
2015 F Series SD
Florida Sheriff's
F550 4 X 4 CHAS /C
141" WHEELBASE
OXFORD WHITE
VNYL 40/20/40
STEEL
PREF EQUIP PKG
.XL TRIM
.AIR CONDITIONER
AM /FM STER /CLK
6.7L V8 DIESEL
6 -SPEED AUTO
.225 BSW AS 19.5
4.88 LTD SLIP
PAYLD PLUS UPGR
19,500# GVWR PKG
50 STATE EMISS
CLN IDLE DECAL
AFT AXLE TANK
XTR HVY DTY ALT
Florida Sheriffs Ass ociation Specification # 16
Wildland Fire Apparatus
FORD F-550 Two Door CAB Diesel 4X4
INTENT OF SPECIFICATIONS
It is the intent of these specifications to clearly describe the furnishing and delivery to the
purchaser, a complete apparatus equipped as specified. The primary objective of these
specifications is to obtain the most acceptable apparatus for service in the fire
department. These specifications cover specific requirements as to the type of
construction and tests the apparatus must conform, together with certain details as to
finish, material preferences, equipment and appliances. The design of the apparatus must
embody the latest approved automotive design practices. The workmanship must be of
the highest quality in its respective field. Special consideration shall be given to service
access to areas needing periodic maintenance, ease of operation, and symmetrical
proportions. Construction must be heavy duty and ample safety factors must be provided
to carry loads as specified. The construction method employed will be in such a manner
as to allow ready removal of any component for service or repair. The apparatus shall
confonn to the national fire protection association standard for automotive fire apparatus,
number 1906, in its most recent edition, unless otherwise specified in this document.
Only the specified firefighting support equipment listed in these specifications shall be
provided. The apparatus shall further conform to all federal motor vehicle safety
standards. No exception. These specifications shall include size, location, type, and
model of component parts being furnished. Detailed information shall be provided on the
materials used to construct all facets of the apparatus.
DEMONSTRATION OF VEHICLE
The purchaser shall be provided a complete demonstration of the vehicle and general
operating instructions at the purchaser's location for a one (1) day period by the sales
representative of the manufacturer. Exact detail of such services shall be outlined at later
date.
FLUID DATA PLAQUE
A fluid data plaque containing required information shall be provided based on the
applicable components for this apparatus, meeting current NFPA standards as follows:
A. Engine oil
B. Engine coolant
C. Chassis transmission fluid
D. Drive axle lubrication fluid
E. Power steering fluid
F. Pump transmission lubrication fluid.
G, Other NFPA applicable fluid levels or data as required,
Location shall be in the driver's compartment or on driver's door.
OVERALL HEIGHT DATA PLAQUE
The cab dash area shall have a highly visible plaque indicating the maximum overall
height of the vehicle.
"NO RIDE" LABEL
A "NO RIDE" label shall be Iocated on the vehicle at the rear step area or other
applicable areas. The label shall warn personnel that riding in or on these areas while the
vehicle is in motion is prohibited.
PERSONNEL PAYLOAD CAPACITY
A label shall be installed in cab to denote that two (3) personnel may be carried. For
engineering purposes, an allowance of 750 lbs. Shall be provided for personnel.
FORD F -550 CHASSIS
A 2015 FORD F -550 two door 4x4 cab chassis with 60" cab to axle will be provided
with the following options:
• VERMILLION RED, Fl paint code
• XL INTERIOR, STEEL GREY COLOR
• 6.7L POWER STROKE DIESEL V8
• TORQSHIFT 6 SPEED AUTOMATIC TRANSMISSION
• LIMITED SLIP WITH 4.88 AXLE RATIO
• 19,500LB PAYLOAD PLUS UPGRADE PACKAGE
• 225/70RX19.5G BSW MAX TRACTION TIRES
• 19,5" STEELWHEELS, FRONT & OUTER REAR
• HD VINYL 40 -20 -40 BENCH SEAT shall be provided
• 60" CAB TO AXLE
• XL VALUE PKG, includes AM/FM /CD/MP3, clock, cruise control & XL decor
• POWER EQUIPMENT GROUP, includes accessory delay, power locks, remote
keyless entry, anti -theft alarm, power front side windows, 1 touch -down driver's
side window, My -Key, manual telescoping mirrors, power heated mirror, heated
convex mirror, anti -theft ignition, upgraded door -trim panel, deletes passenger
side lock cylinder
• 4X4 ELECTRONIC SHIFT ON THE FLY, includes manual locking hubs and
auto rotary control on instrument panel
• TRANSFER CASE SKID PLATES
+ OPERATOR COMMANDED REGENERATION
• DUAL ALTERNATORS, 357 amps total
BODY:
Ahuiiinum flatbed body made of .125 tongue & groove design with non -slip ribbed
surface with aluminum extrusions across the body approximately every 3" resting on 6"
tall aluminum channel will be provided. An aluminum headache rack will be provided the
same contour as cab with aluminum expanded metal to protect the cab and rear window.
An aluminum frame will extend forward from the headache rack above the cab for
lightbar and antennas, The body will be approximately 110" long x 96" wide with
approximately 4" tall side rails for mounting of dot lighting and warning lights. The side
rails will also provide for the application of NFPA reflective material. Mud flaps will be
provided behind rear wheels and a fiiel fill and tag will be provided at the rear on body.
Dot lights will be provided and be led with exception of reverse lights. A back -up alarm
w411 be provided to sound anytime the chassis is put into reverse. Body will have a Ten
Year Warranty
.
REAR MUD FLAPS
There shall be a set of mud flaps installed behind the rear chassis wheels.
BODY COMPARTMENTS:
Two body compartments shall be provided and installed; one on the passenger side and
one on the driver's side. Compartments shall be 36" long x 30" high x 18' deep.
Compartments shall be constructed of ,125" aluminum bright tread plate. Two doors per
compartment shall be provided and constructed from the same material as the
compartments. Doors shall be vertically hinged at the front and rear with a rotary latch in
the center latching both doors to the compartment. Two commercial quality polished
hinges shall be provided for each door. Two 20" Lumabar compartment lights shall be
provided for each compartment, four total. Each compartment will have 10 cubic feet of
storage space.
TOOL TRAYS:
AIuminum mesh tool storage trays framed with 1 /4" aluminum tubing shall be installed on
top of each body compartment. Trays shall be approximately 6" tall and be equipped with
a black nylon cargo net on the top to secure tools and equipment. Cargo net shall be
easily and quickly removable for access to equipment. Trays shall be approximately 36"
long and 18" wide.
HANDRAIL:
A 36" aluminum hand rail shall be provided at the rear of the body to assist in operation
of the apparatus
ELECTRICAL:
A Pollack model 51 -902 quarter turn switch shall be located within easy reach of the
driver and control auxiliary electrical accessories on the apparatus. A green indicator
light shall be provided and shall illuminate when the switch is in the "on" position.
LOW VOLTAGE ELECTRICAL SYSTEM SPECIFICATIONS
The following specifications describe the low voltage electrical system on the specified
brush truck type fire apparatus. The electrical system shall include all panels, electrical
components, switches and relays, wiring harnesses and other electrical components. All
wiring shall be stranded copper or copper alloy conductors of a gauge rated to carry 125
percent of the maximum current for which the circuit is protected. Voltage drops in all
wiring from the power source to the using device shall not exceed 10 percent. The wiring
and wiring harness and insulation shall be in conformance to applicable SAE and NFPA
standards. The wiring harness shall conform to SAE j -1128 with GXL temperature
properties. All exposed wiring shall be run in a loom with a minimum 289 degree
Fahrenheit rating. All wiring looms shall be properly supported and attached to body
members. The electrical conductors shall be constructed in accordance with applicable
SAE standards, except when good engineering practice requires special construction. The
wiring connections and terminations shall use a method that provides a positive
mechanical and electrical connection and shall be installed in accordance with the device
manufacturer's instructions. Electrical connections shall be with mechanical type
fasteners and large rubber grommets where wiring passes through metal panels. The
wiring between the cab and body shall be split using deutsche type connectors or an
enclosed
In a terminal junction panel area. This system will permit body removal with minimal
impact on the apparatus electrical system. All connections shall be crimp -type with heat
shrink tubing with insulated shanks to resist moisture and foreign debris such as grease
and road grime. Weather- resistant connectors shall be provided throughout to ensure the
integrity of the electrical system. Any electrical junction or terminal boxes shall be
weather resistant and located away from water spray conditions. In addition, the main
body junction panel shall house the automatic reset breakers and relays where required.
There shall be no exposed electrical cabling, harnesses, or terminal connections located in
compartments, unless they are enclosed in an electrical junction box or covered with a
removable electrical panel. The wiring shall be secured in place and protected against
heat, liquid contaminants and damage. The electrical circuits shall be provided with low
voltage overcurrent protective devices. Such devices shall be accessible and located in
required terminal connection locations or weather resistant enclosures. The overcurrent
protection shall be suitable for electrical equipment and shall be automatic reset type and
meet SAE standards. All electrical equipment, switches, relays, terminals, and
connectors shall have a direct current rating of 125 percent of maximum current for
which the circuit is protected. The system shall have electro- magnetic interference
suppression provided as required in applicable SAE standards.
The electrical system shall include the following:
A) Electrical terminals in weather exposed areas shall have a non - conductive grease
or spray applied. A corrosion preventative compound shall be applicable to all
terminal plugs located outside of the cab or body.
B) The electrical wiring shall be harnessed or be placed in a protective loom.
C) Heat shrink material and sealed connectors shall be used to protect exposed
connections.
4
D) Holes made in the roof shall be caulked with silicone. Large fender washers shall
be used when fastening equipment to the underside of the cab roof, if applicable.
E) Any electrical component that is installed in an exposed area shall be mounted in
a manner that will not allow moisture to accumulate in it.
F) A coil of wire must be provided behind an electrical appliance to allow them to be
pulled away from mounting area for inspection and service work.
G) All lights that have their sockets in a weather exposed area shall have corrosion
preventative compound added to the socket terminal area.
The warning Iights shall be switched in the chassis cab with labeled switching in an
accessible location. OEM "upfitter" individual rocker switches shall be used for warning
lights provided. All electrical equipment switches shall be OEM mounted on a switch
panel mounted in the cab convenient to the operator. The warning light switches shall be
of the rocker type. For easy nighttime operation, an integral indicator light shall be
provided to indicate when the circuit is energized. All switches shall be appropriately
identified as to their function. A single waning light switch shall activate all required
warning lights. This switch will allow the vehicle to respond to an emergency and "call
for the right of way ".
BACK -UP ALARM
An automatic electric back -up alarm shall be wired to the back -up light circuit, and
mounted under the rear of the apparatus body.
CAB DOME LIGHTS:
In addition to the OEM provided dome lights, two Whelen red/clear led dome lights shall
be installed adjacent to each front cab seat. Each light shall be individually controlled and
easily reached from the seated and belted position by the driver and passenger.
DOT LIGHTING:
Dot lighting on the apparatus body shall be optronics led. The reverse lights shall be
optronics led.
CENTERC ONS OLEOPTI ON :
Center console can be supplied if chosen by end user at no charge. Chassis would be
ordered without center seat. Seating capacity would then be two occupants.
GROUND LIGHTS:
Four Lumabar 12" ground lights led shall be provided. One shall be located at each cab
door and two under the truck body. Lights shall be activated by the door switch and have
a manual override switch on the siren/light control head.
WARNING LIGHTS:
Warning lights shall include a Federal Jetsolaris led 54" lightbar installed on the
apparatus body headache rack facing forward. Lightbar shall have clear lenses with red
LEDs.six federal Quadraflare QL73FXR led perimeter warning lights shall be provided,
two above the rear wheels in the rail of the apparatus body, two facing the rear in the rail
of the apparatus body and two led Impax lighting on the front grill facing forward, Two
federal Quadraflare QL73FXR led perimeter lights shall be installed forward of the cab
doors on the fenders facing the side, under the OEM F -550 emblem. All perimeter lights
shall have red lenses.
SIREN AND SPEAKER:
A Federal PA -300 electric siren shall be provided and shall be full function and operate a
Federal ES -100 speaker mounted on the front of the apparatus
300 GALLON POLY TANK:
A 300 gallon polypropylene tank with a life time warranty will be provided. The tank
will be constructed of %" thick polypropylene sheet stock. The material shall be a non-
corrosive stress relieved thermo- plastic, and U.V, stabilized for maximum protection. The
transverse swash partitions shall be manufactured of 3/8" polypropylene, and extended
from approximately 4" off the floor to just under the cover. The longitudinal swash
partitions shall be constructed of 3/8" polypropylene and extend from floor of the tank
through the cover to allow for positive welding and maximum integrity. All partitions
shall be equipped with vent and air holes to permit movement of air and water between
compartments. The partitions shall be, designed to provide maximum water flow. All
swash partitions interlock with one another and are welded to each other as well as to the
walls of the tank. There shall be one (1) sump standard per tank. The tank shall have a
combination vent and manual fill tower and sight gauge. The fill tower shall be
constructed of 3/8" thick polypropylene and shall be a minimum dimension of 8" x 12"
outer perimeter. The tower shall have a '/4" thick removable polypropylene screen and a
polypropylene hinged -type cover. The water tank shall be installed to manufacturer's
requirements.
INTELLI -TANK WATER LEVEL GAUGE:
An Intelli -tank led water level gauge shall be installed on the rear body console area
PUMP AND PLUMBING:
The pump will be a hale hp200 -bxbl8 Briggs & Straton engine with electric start and
standard primer will be provided. A rear mount Iighted pump panel with a liquid filled
pressure gauge, start, stop and throttle will be provided on rear mounted pump panel for
ease of operation at ground level and will also be provided in the center console area for
mobile operations. Pump will be mounted on skid frame for ease of operation and in such
a manner that priming is not necessary when pumping from tank. A stainless steel
common manifold will be provided to help prevent friction loss. Unit shall have a 2' /z"
suction for drafting and hydrant capabilities with a 2%2" stainless steel valve. A 2%2"
chrome plug and chain will be provided at the rear. A 2' /z" tank to pump will be provided
with stainless steel valve. One (1) 1' /2" discharge with 1'/2" stainless steel valve will be
provided and plumbed to the rear with a chrome cap and chain. Discharges will be.
provided as follows. . One (1) will be plumbed to the hose reel a I" tank fill /
recirculating line will be installed. A permanent 3/8" recirculating line will be provided
on the pump. All plumbing will be heavy duty stainless steel or flexible hoses with
stainless steel connectors. Plumbing will not be completely rigid for ease of disassembly.
All valves will be stainess steel fire service valves. All fire hose connections will be NST
connections. Pump will be plumbed to chassis tank with electric fuel pump. All stainless
steel plumbing will have a Ten (10) Year Warranty.
HANNAY HOSE REEL:
A Hannay SBEF- 24 -30 -31 w /FH3 roller series electric hose reel will be provided on
drivers side rear corner facing the rear. A single roller and spool assembly will be
provided. The hose reel shall have electric rewind that is controlled by one (1)
momentary push button switch and placement to be on base of hose reel. Hose reel
assembly shall have 3 50' ft sections of 1" red booster hose for a total of 150 feet.
FRONT BUMPER / GRILL GUARD/RUNNING BOARDS
A GO Industries rancher tube style front bumper and running boards will be provided and
installed on the front and sides of the apparatus. Bumper and running boards will be
finish powder coated black.
RE AR STEP BUMPER
A black steel 4" rear step bumper shall be provided with non- slip surface secured to rear
chassis frame for access to rear of body (flatbed).
GRAPHICS
A 4" white stripe shall be provided on the sides of the cab and apparatus body. On the
rear of the body shall be ruby red and yellow chevron striping to meet NFPA 1906
BATTERY CHARGER & SHORELINE AUTO EJECT
A Kussmaul 20AMP auto eject will be provided and installed at the driver's rear of the
apparatus body. The cover shall be yellow. The auto eject will be connected to a
Kussmaul auto charge 2000 battery charger installed on the apparatus to maintain a
charged level on the apparatus batteries.
LABEL DIESEL FUEL ONLY
Located above the fuel filler housing shall be a label that designates "diesel fuel only ". It
shall be black with white or equivalent contrasting letters a minimum of 1 /2" high.
EQUIPMENT PAYLOAD WEIGHT ALLOWANCE
In compliance with NFPA 41906 standards, the apparatus shall be engineered to provide
an allowance of 500 pounds of fire department provided loose equipment.
WARRANTY
Full One (1) Year W=anty bumper to bumper mechanical, excluding normal wear and
tear items,
OEM WARRANTY
OEM chassis manufacture's standard warranty. Purchaser will be responsible for
transportation to and from OEM selected dealership for repair.
Cubic Feet Worksheet
Quote # Ford Brush Truck - Spec #16
Compartment Width Height Depth 'iota!
L1 /R1 36 36 18 27
27
PROPOSAL FOR FURNISHING FIRE APPARATUS
February 26, 2015
CITY OF OCOEE FIRE DEPARTMENT
563 SOUTH BLUFORD AVENUE
OCOEE, FL 34761
The undersigned is prepared to manufacture for you, upon an order being placed by you, for final
acceptance by Pierce Manufact Inc., at its home office in Appleton, Wisconsin, the apparatus and
equipment herein named and for the following prices:
One Pierce Enforcer PUC Custom Pumper per the enclosed proposal. $ 449,420.00
This unit is being offered by accessing the Florida Sheriffs Association Contract.
Bid #15 -11 -0116, Specification 418 Level I Custom Pumper.
FSA contract information may be obtained by visiting their website at
www.flsheriffs.org.
Trade in of job #14180 2003 Pierce Enforcer Pumper
This is a guaranteed trade. See trade agreement in Tab 8 of the proposal. Total $
(30
419.420.00
Said apparatus and equipment are to be built and shipped in accordance with the specifications hereto
attached, delays due to strikes, war, or intentional conflict, failures to obtain chassis, materials, or other causes
beyond our control not preventing, within about 8 months after receipt of this order and the acceptance thereof
at our office at Appleton, Wisconsin, and to be delivered to you at the City of Ocoee, Florida.
The specifications herein contained shall form a part of the final contract, and are subject to changes
desired by the purchaser, provided such alterations are interlined prior to the acceptance by the company of the
order to purchase, and provided such alterations do not materially affect the cost of the construction of the
apparatus.
The proposal for fire apparatus conforms with all Federal Department of Transportation (DOT) rules
and regulations in effect at the time of bid, and with all National Fire Protection Association (NFPA) Guidelines
for Automotive Fire Apparatus as published at the time of bid, except as modified by customer specifications.
Any increased costs incurred by first party because of future changes in or additions to said DOT or NFPA
standards will be passed along to the customers as an addition to the price set forth above.
Unless accepted within 60 days from date, the right is reserved to withdraw this proposition.
Pierce ufa�C ,Inc.
i s
By: �.
AUTHORIZED ALES REPRESENTATIVE
Robert F. Boggus
PERFORM. LIKE NO OTHER:
11
f 7 MA w 8
IN SERVICE TO SERVE YOU
CUSTOMER CHANGE ORDER FORM
CUSTOMER: City of Ocoee Fire Department
JOB #: Pending
Item
Date
Description
Deduct
Add
Info
STF
Entered
in Pulse
1
10/18/15
2
FSA Specification #18 Level l Custom Pumper
$334,803.00
3
4
51
IChanges to meet City of Ocoee requirements:
6
Add TAK4 independent front suspension
$8,735.00
7
Change horsepower to 400
$2,961.00
8
Upgrade rear axle and suspension, wheels tires, and brakes for a
27,000 rating.
$2,565.00
9
Upgrades to cab including electric windows and door locks, hands
free SCBA brackets, and LED dome lights, plus two additional seats
$7,976.00
10
Onboard battery charger with Kussmaul auto -eject receptacle
$1,170.00
11
Wheel chocks and mounting brackets
$885.00
12
Add one 12 -volt LED visor light and two telescoping 12 -volt LED
scene lights and one fixed head LED scene light at rear
$7,679.00
13
Change to a PUC body with full height and depth compartments
both sides.
$25,214.00
14
15
Add LED strip lighting for compartments
$1,115.00
16
Add backboard storage above the pump house
$1,515.00
17
Add six adjustable shelves and four additional do trays
$3,340.00
18
Increase pump size to 1500 GPM
$3,993.00
19
Add 2.5' inlet to PS pump panel
$1,155.00
20
Add zinc anodes to pump inlets
$323.00
21
Add 4" large diameter discharge
$4,620.00
22
Add front discharge outlet
$2,223.00
23
Add map box to cab
$538.00
24
Add electric locks to body doors with master switch
$1,327.00
25
Add air hom control at pump panel
$169.00
26
Add hatch compartments to top of body each side
$7,866.00
27
Provide ladder storage enclosed in the apparatus body
$4,368.00
28
Add LED water level meters to sides of cab
$1,418.00
29
Add two tone paint to cab
$2,089.00
30
Add lettering, numbering, striping, City seals and Maltese crosses,
multiple scotchlite stripe, and graphics to match existing apparatus
$4,061.00
31
Add extra pair of waming lights on front of cab for safe
$674.00
32
Add 10" raised roof to crew cab
$1,936.00
33
34
Adds are wiring in cab for chargers and terminal strips
$934.00
35
Add Federal 0213 mechanical siren
$3,777.00
36
Add single and double air bottle compartments in body fender
p anels
$4.162.00
37
Upgrade all body lights, clearance lights, perimeter lights, and
warning lights to LED
$5,829.00
39
40
0.00
$449,420.00
TOTAL CHANGES MADE TO ORDER 449,420.00
ISnecifi cation 918 - Level I Custom Pumper (Medium 4 Door Custom Chassis)
"
Ten -8
Pierce
Saber
Pierce
n/a
Aluminum
$317,642.00
Ten -8
Pierce
Enforcer
Pierce
n/a
Aluminum
$334,803.00
Ten -8
Pierce
Impel
Pierce
n/a
Aluminum
$359,077.00
Bid 414
EE C93
Lm
R 0
•
1 '32.—
0
JOB WO_
MANUFACTUAIRG INC.
1i74 oAr
THIS ORAVIN; 15 A CR-dICAL REPAIMMI rl WSt_ K�,
I
CP THE SELEMM5 " IN PIERCE OR nim's
RMAL DIVERS11:6MY VARY DUETO OM114 IflElly,
SPICIAL OPITC"S. OR RPYIMS t DISK:
,V.4e ra M.
UNIT REVIEW
WHEN DACM & Et6lle&ll5 N—o,
- -in Mal —1. M.J.-MS 00
17..
– I
NJ
NJ
Tolbert, Joyce
From:
Simmons, Bill
Sent:
Friday, May 01, 2015 3:48 PM
To:
Tolbert, Joyce
Cc:
Krug, Stephen
Subject:
FW: REQUISITIONS FOR VEHICLES /EQUIPMENT
FYI
From: Robert Boggus [ mailto:rfboggus @ yahoo.com
Sent: Friday, May 01, 2015 3:39 PM
To: Simmons, Bill
Subject: Re: REQUISITIONS FOR VEHICLES /EQUIPMENT
Thanks, Bill. /
Yes, we will continue to honor our pricing for another 30 days.
Thanks and have a great weekend!
Sent from my iPhone
On May 1, 2015, at 1:10 PM, Simmons, Bill < BSimmons @ci.ocoee.fl.us wrote:
Hi Bob could you please respond to the e -mail from Joyce to verify your pricing, thank you.
From: Tolbert, Joyce
Sent: Friday, May 01, 2015 1:04 PM
To: Love, Debbie; Simmons, Bill
Cc: Krug, Stephen
Subject: RE: REQUISITIONS FOR VEHICLES /EQUIPMENT
Please confirm with Pierce's verification that their quote is still good as it is from 2/26/15 and it states
60 days. An email from the vendor would be fine as we need this asap.
From: Tolbert, Joyce
Sent: Wednesday, April 08, 2015 12:46 PM
To: Love, Debbie; Anthony, Vanessa
Cc: Simmons, Bill; Krug, Stephen
Subject: RE: REQUISITIONS FOR VEHICLES /EQUIPMENT
Debbie,
Please see my attached comments on the (3) Requisitions that were changed for the financed
equipment:
Req 3640 — Woods /Brush Truck: It still says year 2012, also attach the new FSA Bid and reference Spec
#16. According to the vendor, the quote has expired and we will need to get confirmation from the
vendor in writing for the extension
1
Specification 916 - Wildland Fire Apparatus
HME Inc.
HME- MiriEVC
Ford
Stainless Steel
$ 174460.00
Build Sheet
Hall -Mark Fire
-ark Fire
Hall M
Ford
F -SSO 4X42 -Door
Aluminum
$ 98618.00
Build Sheet
Hall -Mark Fire
Hall-Mark Fire
Dodge
55004X42 -Door
Aluminum
$ 100620.00
Build Sheet
ETR
KME
Flatted
Dod a
Aluminum
$ 112 974.00
Build Sheet
ETR
KME
Flatbed
Ford
Aluminum
114069A0
Build Sheet
Ten -8
Pierce
1`550
Pierce
n/a
Aluminum
$ 126,558.00
0uild Sheet
Specification #17 - Commercial Pumper (2 Door)
MME Inc.
HME -CP17
Freightliner
Stainless Steel
$ 236964.00
Build Sheet
HME Inc
HME-CP37
international
Stalnless Steel
$ 237646.00
Build Sheet
SFEV
Sut hen
Cl PUm er
Intematlonal
Ext Alum
$ 225540.56
Build Sheet
Hall -Mark Fire
E -ONE
Freightliner
M2
Extruded Aluminum
$ 168 069.00
Build Sheet
Hall -Mark Fire
E -ONE
International
4400
Extruded Aluminum
$ 171969.00
Build Sheet
ETR
KME
Challenger RS
INT
Frmd Alum.
$ 217029.00
Build Sheet
ETR
KME
Challenger Its
INT
Frmd Steel
232 309.00
Build Sheet
ETR
KME
Challen er RS
INT
Frmd St. Stl.
.
$ 21812900
Build Sheet
ETR
KME
Challenger RS
FL
Frmd Alum.
$ 216648.00
Build Sheet
ETR
KME
Challenger RS
FL
Frmd Steel
211928.00
Build Sheet
ETR
KME
Challenger RS
FL
Frind St StL
217749.00
Build Sheet
Coun Club AUto
Smeal
F2DCPAL
Smeal
N/A
Formed Alum
247691.00
Build Sheet
Country Club Auto
Smeal
F2DCPSS
Smeal
NA
Stainless Steel
$ 253122.00
Build Sheet
Country Cub Auto
Smeal
K2DCPAL
Smeal
N A
Formed Alum
249681.00
Build Sheet
Country Club AUto
Smeal
K2DCPS5
Smeal
N A
Stainless Steel
$ 255814.00
Build Sheet
Ten -8
Pierce
Freightliner
Pierce
n/a
Aluminum
201446.00
Build Sheet
Ten -8
Pierce
international
Pierce
r1a
Aluminum
208 542.00
Build Sheet
Tm-8
Pierce
Peterbuilt
Pierce
Aluminum
216042.00
Build Sheet
Rosenbauer
Rosenbauer
Cmrcl Pm pr
F htlnr
Frmd Alum
$ 198422.00
Build Sheet
Rosenbauer
Rosenbauer
IH
Frmd Alum
$ 200 639.00
Build Sheet
Tactical Fire
To ne Inc.
Frei htliner o
FSCPFLAL
Aluminum
S 244 348.00
Build Sheet
Tactical Fire
To ne Inc.
Frei tliner o
FSCPfL55
Stalnleu Steel
$ 237518.00
Build Sheet
Tactical Fire
To ne Inc.
International o
FSCPIHAL
Aluminum
$ 248 307.00
Build Sheet
Tactical Fire To ne Inc Intemationa FSCPIHSS Stainless Steel 241477A0 Build Sheet
ne
Tactical Fire To ne Inc. Kenworth one FSCPKWAL Aluminum $ 253130.00 Build Sheet
Ta Toyne, Inc. kenwarth/TOyne FSCPKWSS Stalnless Steel $ 246,300.00 Build Sheet
pecification hl I8 - evel I Custom Pumper (Medi.4 Door Custom Chassis)
HME Inc.
HAF -WPL1
HME
Stainless Steel
$ 307068.00
Build Sheet
SFEV
Sut hen
FSA 18
Monarch
Ext Alum
$ 339 268.99
Build Sheet
SFEV
Sutphen
FSA 18
Monarch
Formed STS
A 352 927.13
Build Sheet
Hall-Mark Fire
E -ONE
Typhoon
TYPH
Extruded Aluminum
S 301404.00
Build Sheet
ETR
KME
Challen er RS
1panther
Frmd Alum.
$ 310382.00
Build Sheet
ETR
XME
Challenger RS
Panther
Frmd Steel
$ 30S,662.00
Build Sheet
ETR
KME
Challenge, RS
Panther
Frmd St. Stl.
311482.00
Build Sheet
Country Club Auto
Smeal
SMPAL
Smeal
N/A
Formed Alum
359294.00
Build Sheet
Coun ub Auto
Cl dub
Seal
SSLIPSS
Smeal
N
Stainless Steel
365144.00
eet
Buil Sheet ;
Country Auto
Smeal
S2LSPAL
Smeal
NA
Formed Alum
332224.00
Build Sheet
Cnt b Auto
ou Clu
Smeal
SILVIS
m
Seal
N A
Stainless Steel
$ 3376 33.00
Build Sheet
Rosenbauer
Rosenbauer
LVI1 Pm pr
Frmd Alum
307998.00
Build Sheet
Ten -8
Pierce
Saber
Pierce
n a
Aluminum
317642.00
Build Sheet
Ten -8
Pierce
Enforcer
Pierce
n a
Aluminum
334,803.00
Build Sheet
Ten-8
Pierce
Im el
Pierce
n a
Aluminum
$ 359077.00
Build Sheet
TacHol Fbe
To ne Inc.
FSLSPAL
5 artan one
Aluminum
$ 346 180.00
Build Sheet
Tactical Fire
To ynq Inc.
FSLIPS2
Spanan/Toyne
Stalnless Steel
$ 339,860.00
Buil d Sheet
Specification 419 - Level II Custom Pumper (Medium
4 Door Custom Chassis)
HME Inc.
HAF -WPL2
HME
Stalnless Steel
$ 389630.00
Build Sheet
SFEV
Sut hen
FSA 19
Monarch
Ext Alum
437 596.55
Build Sheet
SFEV
Sutphen
FSA 39
Monarch
Formed STS
$ 442812.33
Build Sheet
Hall -Mark Fire
E -ONE
Cyclone II
CYC2
Extruded Aluminum
S 429 434.00
Build Sheet
ETR
KME
Challen er WB
Predator
Frmd Alum.
405 518.00
Build Sheet
ETR
KME
Challenger WB
Predator
Fmnd Steel
$ 406,673.00
Build Sheet
ETR
KME
Challenger WB
Predator
Frmd St Std.
$ 408,608.00
Build Sheet
Country Club Auto
Smeal
S1L2PAL
Smeal
N/A
Formed Alum
$ 415,638.00
Build Sheet
Country dub Auto
Smeal
SSL2PSS
Smeal
N/A
Stainless Steel
$ 421,037.00
Build Sheet
Country Club Auto
Smeal
S2L2PAL
Smeal
N/A
Formed Alum
$ 383,330.00
Build Sheet
country Club Auto
Smeal
S2L2PSS
Smeal
N/A
Stainless Steel
$ 388,696.00
Build Sheet
Rosenbauer
Rosenbauer
LVI2 Pm pr
Frmd Alum
S 412 775.00
Build Sheet
Ten -8
Pierce
n a
Aluminum
$ 418,490.00
Build Sheet
Ten -8
Pierce
Pierce
Aluminum
$ 437,210.00
Build Sheet
Ten -8
Pierce
Pierce
n a
Aluminum
$ 443,352.00
Build Sheet
Ten -8
Pierce
MFSL2pssPierce
Pierce
n a
Aluminum
$ 464,743.00
Build Sheet
Pierce
Pierce
n a
Aluminum
$ 497,420.00
Build Sheet
Ten -8
Tectkal Fire
To ne Inc.
5 artan/To ne
Aluminum
$ 429,962.00
Build Sheet
Tactical Fire
To ne, Inc
Spartan o
Stalnless Steel
$ 423845.00
Build Sheet
Z
W O v,
U
�
.� o
N
Ln
C/5 N
O cu
y �
7
1 0
41 E W O
W
O C
to
cu
•rte 0.
LL
Z %
m
cn
d
s
N
U-
Q Z
o
0
0
0
0
0
o
O O
O
M
O
O
00
—
Cl)
O
—
(O
O
F-
O
Ll7
r-
T-
ti
r-
Q
co
�
6
�
6N9
CD
-
0
69
O
Z
W
Q 0
a -,
o
o
0
0
0
0
o
rn
a) ca'i
0
,-1
o
.-i
1-1
,-1
vi
u a
m
Ln
r�
r�
r�
m
O
N
a)
N
N
N
m
N
-tn
V)-
V)-
to
Z
O
O
O
O
O
O
0
LU
o
0
0
0
0
0
a
W Z
w
M
m
69
to
V
t4
4-4
H
z
D
611,
Q u
a
m
a)
0
LL
N
E
W
U
i6
E
a)
>
(n
c0
J
N
z
a)
a N
a)
U
a)
U
a)
U
0
Ln a
c
N
c`
CL
x -f°0
cu
E
E
E
E
E
E
V
co
Y C
c) 2
U
U
U
W
f9 N
A
is
t�
m
Q m
0
0
N
U
U
U
(n �
F=
a •a.a
0)
m
n.
E
m
a)
ar
E (n
. 0
U
o
0
0
J
LLU
Q
OM
m
Q
M
M
u
F
"'v
O
a
N 7
D
Q
Q¢
LU
W
rr
X W
co
d m L
N
O
Q
Z
N
1i
C}•
Ln
w
(n
O
000
}
f/)
N
N
Lf1
Ln
Ln
L11
~
�
LL
Q
O
-
.
-i
O
(n d
W
M
co
O
O
O
N
C7
m
w CO
a)
O
z
x
S
Y
w E
U
CL
iL
ti
Z C
N
w
w
w
w
w
w
w
-n
w a)
U)
a
rn
0 V
W
y
Q
N
W
O 0)
H
in
2 T
N
N
Q D
0 �
v
�
�_
j
}
O
m
O
m
O
14
O
m
O
H
O
Ln
• a;
0
f o
CJ
O
U O
Q
V
W m
IZ