Loading...
Item #05 Approval of Resolution for a Four (4) Year Lease/Purchase Agreement with Branch Banking and Trust Company (BB&T) for Various Heavy Equipment included in the FY 13/14 Budget14k'Y zf wor oc0e( Florida AGENDA ITEM COVER SHEET Meeting Date: February 4, 2014 Item # Reviewed By Contact Name: Joyce Tolbert Department Director. Contact Number: 1516 City Manager: Subject: Approval of Resolution #2014 -001 for the 4 -Year Lease - Purchase AgrW61WAt with Branch Banking and Trust Company (BB &T) for Various Heavy Equipment included in the FY 13114 Budaet Background Summary: The budget for Fiscal Year 13/14 includes the four (4) year lease - purchase of (2) Garbage Trucks, (1) Tractor, (1) Bus, and (1) Asphalt Paving Truck ($181,095 total budgeted for payments). The table below represents the actual purchase price of the equipment and the respective governmental contracts the City will be piggybacking. Equipment Actual Purchase Price Governmental Agency Contract 2014 Freightliner M2 Chassis $203,890.00 State of FL Contract #070 - 700 -11 -1 w /Kann ASL Garbage Truck 1 2011 Crane Carrier w /Wayne $229,900.00 Demo Model Approved by the City Curbtender ASL Garbage Truck Commission on 11/19/13. (Demo Model) 2014 Massey Ferguson 4610 $ 35,944.80 FL Sheriff's Contract #13 -11 -0904 Agriculture Type Tractor 2014 International Durastar $151,255.00 FL Sheriff's Contract #13 -11 -0904 w /Bergkamp Flameless Patcher Asphalt Paving Truck 2014 Ford F350 w /Glaval $ 70,948.00 FL Sheriff's Contract #13 -11 -0904 Entourage 33 Passenger Bus Total $691,937.80 The Finance Department obtained interest rate quotes from BB &T (1.39 %), Suntrust Bank (1.536 %), and BMO Harris Bank (2 %). Issue: The total cost requiring financing approval is $691,937.80 at an interest rate of 1.39% for four (4) years through BB &T Company. Recommendations Staff recommends that the City Commission: 1) Authorize staff to piggyback the Florida Sheriff's Associations Vehicle Contract #13 -11 -0904 and the State of Florida Contract #070 - 700 -11 -1; 2) Adopt Resolution 42014 -001 approving financing terms with BB &T Branch Banking and Trust Company (BB &T), and authorize the Mayor, City Clerk, and Staff to execute the Lease - Purchase Agreement Schedule No. 9909001665 -00001 and related documents for the amount of $691,637.80 at an interest rate of 1.39% for four (4) years, with payments of $44,380.35 per quarter, to close on or before February 7, 2014. Attachments: Draft BB &T Lease - Purchase Agreement (original forthcoming) 2. Resolution #2014 -001 3. Quotes from Vendors Financial Impact: The FY 14 budget includes $181,095 for payments, for 4 -year financing of $691,637.80 through BB &T at an interest rate of 1.39 %, to close on or before February 7, 2014. Type of Item: (please mark with an 'Y) Public Hearing For Clerk's Dept 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 RESOLUTION NO. 2014-001 A RESOLUTION TO APPROVE THE FOUR (4) YEAR LEASE/PURCHASE AGREEMENT 49909001665 -00001 WITH BRANCH BANKING AND TRUST COMPANY (BB &T) FOR THE FINANCING OF NEW EQUIPMENT AND VEHICLES FOR $691,937.80 AT AN ANNUAL INTEREST RATE OF 1.39 %. WHEREAS, The City of Ocoee, Florida ( "City ") has previously determined to undertake a project for the financing of (2) Garbage Trucks, (1) Tractor, (1) Asphalt Truck, and (1) Bus, 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 January 13, 2014. The amount financed shall not exceed $691,937.80 the annual interest rate (in the absence of default or change in tax status) shall not exceed 1.39 %, and the financing term shall not exceed four (4) years from closing. SECTION 2. Alt 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 proposal and this resolution. The Financing Documents shall include a Lease Agreement and Project Fund Agreement. 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. The City intends that the adoption of this resolution will be a declaration of the City's official intent to reimburse expenditures for the project that is to be financed from the proceeds of the BB &T financing described above. The City intends that funds that have been advanced, or that may be advanced, from the City's general fund, or any other City fund related to the project, for project costs may be reimbursed from the financing proceeds. SECTION 6. 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. CITY OF OCOEE SIGNATURE PAGE FOR RESOLUTION APPROVING FINANCING TERMS APPROVED: ATTEST: 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 , 2014. SHUFFIELD, LOWMAN & WILSON, P.A. CITY OF OCOEE, FLORIDA S. Scott Vandergrift, Mayor DATE: APPROVED BY THE OCOEE CITY COMMISSION AT A MEETING HELD ON , 2014 UNDER AGENDA ITEM NO. BY: Scott A. Cookson, City Attorney BB&T BB &T Governmental Finance 5130 Parkway Plaza Boulevard Charlotte, North Carolina 28217 (704) 954 -1700 Fax (704) 954 -1799 VIA ELECTRONIC DELIVERY jtolbert@ci.ocoee.f1.us wandah@ci.ocee.f1.us January 15, 2014 Ms. Joyce Tolbert Purchasing Agent City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761 Dear Ms. Tolbert: mcsmith @bbandt.com direct dial: 407 - 241 -3570 We at Branch Banking and Trust Company are pleased that we will be working with you to provide financing for two garbage trucks, one tractor, one asphalt truck and one bus. By this letter we want to provide you with our proposed draft financing documents (please forward these to your attorney for review, also), and to outline the additional documentation we will need from you to close the financing, We have enclosed the following draft documents for this financing: Leasing Agreement. This is the main document for the financing. The Leasing Agreement sets out the loan and repayment terms, provides for the security interest that secures the loan and contains other provisions related to the City's care and use of the property being financed. 2. Project Fund Agreement. The Project Fund Agreement provides for the custody of financing proceeds pending their use on project costs. Please let us know as soon as possible if you will need any funds paid out at closing; we will need to know the exact amount you need at least three days prior to closing. 3. Closing Certificate. This certificate, among other things, identifies the officials authorized to sign financing documents. Please note that we will need you to attach at closing a certified copy or executed original of the either the approving resolution or approving minutes your governing board adopted /approved for this financing (our suggested form of this resolution was attached to our financing proposal to you). 4. Use of Proceeds Certificate. This certificate provides information regarding the City's planned use and expenditure of financing proceeds, to document compliance with federal rules for tax - exempt financing. You will see that there are some blanks in paragraph four; we need information from you to complete these blanks. The federal tax rules applicable to local government financings can be tricky and technical; please let us know if you want to discuss any aspect of the applicable tax rules. 5. Bank Eligibility Certificate. This certificate addresses the tax exempt nature of this financing. 6. Attorney's legal opinion. The attorney's opinion must be on his or her letterhead, dated the day of closing and delivered at closing. The opinion will not be valid if it is dated prior to the closing. 7. IRS Form 8038 -G. This form is used to provide the required notification to the IRS regarding the tax - exempt financing. We have partially completed this form based on information currently in our file. Please review this form and the companion instructions with your attorney and complete the remainder of the form, as well as make any required revisions. 8. Invoicing Information Sheet. We have also enclosed a form requesting invoicing instructions. Please complete and return this form along with the other documents so that we will know where to send reminder invoices for your payments. 9. 1 St Installment Invoice. Please bring a check to closing in payment of this invoice. 10. BB &T's E- Verify Affidavit and Memorandum of Understanding. These are provided for the City to retain for its records. After closing and when you are ready to request funds from the project fund account, you will need to submit to us a project fund requisition (this is an exhibit to the Project Fund Agreement; we will provide the requisition form in Word format and instructions b e -mail ) and attach to the requisition the following items: Copies of Certificates of Origin and Invoices. Please provide us with copies of the certificates of origin invoices. The vendor should provide you with these items at delivery, if not sooner. 2. Copy of Certificate of Property and Liability Insurance. We have enclosed a summary sheet of our insurance requirements for you to forward to your insurance agent to assist in the preparation of the insurance certificate. We appreciate your attention to these items. After reviewing the enclosed documents, please contact Mike Smith to review this package in detail, so he can answer your questions about the documents and ensure everyone's full understanding of what has to be done for the closing. I understand that closing is tentatively scheduled for February 7, 2014. Sincerely, BB &T GOVERNMENTAL FINANCE 4 ��4 Mary Comstock, NCCP Contract Administrator Attachments Branch Banking and Trust Company Financing for the City of Ocoee, Florida -- Document Checklist 1. Lease Agreement, with Exhibits: A) Project/Equipment description B) Payment schedule 2. Project Fund Agreement 3. Closing Certificate 4. Certified copy of Resolution approving financing 5. Use of Proceeds Certificate 6. Copy of Certificate of Insurance [to be submitted post - closing with requisitions for funds from project fund account] 7. Copies of Certificates of Origin (as to vehicles) [to be submitted post - closing with requisitions for funds from project fund account] 8. Copies of Invoices [to be submitted post - closing with requisitions for funds from project fund account] 9. City Attorney's closing opinion 10. Internal Revenue Service Form 8038 -G 11. Invoicing Information Sheet 12. Payment of 1 S ` Installment Invoice [to be paid by check at closing] 13. BB &T's E- Verify Affidavit and Memorandum of Understanding [provided with draft document package for City to retain for its records] LEASE AGREEMENT THIS LEASE AGREEMENT (this "Agreement ") is dated as of February 7, 2014, and is between the CITY OF OCOEE, FLORIDA, a public body of the State of Florida (the "City"), and BRANCH BANKING AND TRUST COMPANY ( "BB &T "). RECITALS: The City has the power to acquire such personal property as it may deem appropriate for carrying out its governmental and proprietary functions, and to acquire such property pursuant to lease agreements. This Agreement provides for BB &T to make available to the City the sum of $691,937.80 to enable the City to acquire the Equipment (as defined below) by lease, and provides for securing the City's obligations under this Agreement in favor of BB &T. NOW THEREFORE, for and in consideration of the mutual promises in this Agreement, and other good and valuable consideration, the parties hereby agree as follows: ARTICLE I DEFINITIONS; INTERPRETATION Unless the context clearly requires otherwise, capitalized terms used in this Agreement and not otherwise defined shall have the following meanings: "Additional Payments" means any of BB &T's reasonable and customary fees and expenses related to the transactions contemplated by this Agreement, any of BB &T's expenses (including attorneys' fees) in prosecuting or defending any action or proceeding in connection with this Agreement, any required license or permit fees, state and local sales and use or ownership taxes or property taxes which BB &T is required to pay as a result of this Agreement, inspection and re- inspection fees, and any other amounts payable by the City (or paid by BB &T on the City's behalf) due and owing under this Agreement (together with interest that may accrue on any of the above if the City shall fail to pay the same, as set forth in this Agreement). "Amount Advanced" has the meaning assigned in Section 2.02. "Base Payments" means the rental payments payable by the City pursuant to Section 3.01. "Bond Counsel Opinion" means a written opinion (in form and substance acceptable to BB &T) of an attorney or firm of attorneys acceptable to BB &T. "Budget Officer" means the City employee from time to time charged with preparing the City's draft budget as initially submitted to the Governing Board for its consideration. "Business Day" means any day on which banks in the State are not by law authorized or required to remain closed. "City" means the City of Ocoee, Florida. "City Representative" means the City's Finance Director or such other person or persons at the time designated, by a written certificate furnished to BB &T and signed on the City's behalf by the presiding officer of the City's Governing Board, to act on the City's behalf for any purpose (or any specified purpose) under this Agreement. "Closing Date" means the date on which this Agreement is first executed and delivered by the parties. "Code" means the Internal Revenue Code of 1986, as amended, including regulations, rulings and revenue procedures promulgated thereunder or under the Internal Revenue Code of 1954, as amended, as applicable to the City's obligations under this Agreement and all proposed (including temporary) regulations which, if adopted in the form proposed, would apply to such obligations. Reference to any specific Code provision shall be deemed to include any successor provisions thereto. "Equipment" is as set forth in Exhibit A of this Agreement, as may be more particularly described in documentation submitted with requisitions for funds from the Project Fund account. "Event of Default" means one or more events of default as defined in Section 6.01. "Event of Nonappropriation" means any failure by the Governing Board to adopt, by the first day of any Fiscal Year, a budget for the City that includes an appropriation for Required Payments as contemplated by Section 3.05. "Fiscal Year" means the City's fiscal year beginning October 1, or such other fiscal year as the City may later lawfully establish. "Governing Board" means the City's governing board as from time to time constituted. "Net Proceeds," when used with respect to any amounts derived from claims made on account of insurance coverages required under this Agreement, any condemnation award arising out of the condemnation of all or any portion of the Equipment, or any amounts received in lieu or in settlement of any of the foregoing, means the amount remaining after deducting from the gross proceeds thereof all expenses (including attorneys' fees and costs) incurred in the collection of such proceeds, and after reimbursement to the City or BB &T for amounts previously expended to remedy the event giving rise to such payment or proceeds. I "Payment Dates" means the dates indicated in Exhibit B. "Prime Rate" means the interest rate so denominated and set by Branch Banking & Trust Company of North Carolina (whether or not such Bank, or any affiliate thereof, is at any time the counterparty to this Agreement) as its "Prime Rate," as in effect from time to time. "Project Costs" means all costs of the design, planning, acquiring and installing the Equipment as determined in accordance with generally accepted accounting principles and that will not adversely affect the exclusion from gross income for federal income tax purposes of the designated interest component of Base Payments payable by the City under this Agreement, including (a) sums required to reimburse the City or its agents for advances for any such costs, (b) interest during the period of the acquisition and installation of the Equipment and for up to six months thereafter, and (c) all costs related to the financing of the Equipment through this Agreement and all related transactions. "Project Fund" has the meaning assigned in Section 2.02. "Project Fund Agreement" has the meaning assigned in Section 2.02. "Required Payments" means Base Payments and Additional Payments. "State" means the State of Florida. All references in this Agreement to designated "Sections" and other subdivisions are to the designated sections and other subdivisions of this Agreement. The words "hereof' and "hereunder" and other words of similar import refer to this Agreement as a whole and not to any particular Section or other subdivision unless the context indicates otherwise, Words importing the singular number shall include the plural number and vice versa. ARTICLE II LEASE; ADVANCE 2.01. Lease. BB &T hereby leases to the City, and the City hereby leases from BB &T, the Equipment, for a term beginning on the Closing Date and ending upon final payment of all Required Payments, unless this Lease is earlier terminated. The City shall be entitled to possession of all property constituting any portion of the Equipment and may retain possession of all property constituting any portion of the Equipment so long as no Event of Default is continuing under this Agreement and no Event of Nonappropriation has occurred. 2.02. Advance BB &T advances $691,937.80 (the "Amount Advanced ") to the City on the Closing Date, and the City hereby accepts the Amount Advanced from BB &T. BB &T is advancing the Amount Advanced by making a deposit to the Project Fund (the "Project Fund ") as provided in the Project Fund Agreement of even date between City and BB &T. All amounts on deposit in the 3 Project Fund including the Amount Advanced and all investment earnings shall be used only for Project Costs until the Project Fund is terminated as provided under the Project Fund Agreement. Notwithstanding anything herein to the contrary, no funds will be advanced to Lessee hereunder until BB &T receives from Lessee the vehicle identification number(s) (VIN) and/or serial number(s) associated with the Equipment. 2.03. [Reserved]. 2.04. City's Limited Oblilzation (a) No provision of this Agreement shall be construed or interpreted as creating a pledge of the City's faith and credit within the meaning of any constitutional debt limitation. No provision of this Agreement shall be construed or interpreted as an improper delegation of governmental powers or as a donation or a lending of the City's credit within the meaning of the State constitution. No provision of this Agreement shall be construed to pledge or to create a lien on any class or source of the City's moneys (other than the funds held under the Project Fund Agreement or this Agreement), nor shall any provision of this Agreement restrict the future issuance of any of the City's bonds or obligations payable from any class or source of the City's moneys (except to the extent this Agreement restricts the incurrence of additional obligations secured by the Equipment). (b) Nothing in this Section is intended to impair or prohibit execution on the Equipment if the Required Payments are not paid when due or otherwise upon the occurrence of an Event of Default under this Agreement or the Project Fund Agreement. 2.05. City's Continuing Obliilations The City shall remain liable for full performance of all its covenants under this Agreement (subject to the limitations described in Section 2.04), including payment of all Required Payments, notwithstanding the occurrence of any event or circumstances whatsoever, including any of the following: (a) BB &T's waiver of any right granted or remedy available to it; (b) The forbearance or extension of time for payment or performance of any obligation under this Agreement, whether granted to the City, a subsequent owner of the Equipment or any other person; (c) The release of all or part of the Equipment or the release of any party who assumes all or any part of such performance; (d) Any act or omission by BB &T (but this section provision does not relieve BB &T of any of its obligations under this Agreement) or the Project Fund Agreement; (e) The sale of all or any part of the Equipment; or (f) Another party's assumption of the City's obligations under this Agreement. ARTICLE III LESSEE'S PAYMENT OBLIGATION AND RELATED MATTERS 3.01. Rental; Purchase Option. (a) As rental for the Equipment, the City shall make Base Payments to BB &T in lawful money of the United States at the times and in the amounts set forth in Exhibit B, except as otherwise provided in this Agreement. As indicated in Exhibit B, the Base Payments reflect the repayment of the Amount Advanced and include designated interest components. (b) Upon payment of all the Base Payments and all Additional Payments, the City may, at its option, purchase all of BB &T's interest in the Equipment, on an as -is, where -is basis, upon notice and payment to BB &T of the sum of Ten Dollars. This option to purchase the Equipment is personal to the City and is not assignable. 3.02. Additional Payments The City shall pay all Additional Payments on a timely basis directly to the person or entity to which such Additional Payments are owed in lawful money of the United States. 3.03. Prepayment At its option on any on any scheduled Payment Date, the City may prepay the outstanding principal component of the Amount Advanced (in whole but not in part), and thereby obtain ownership of all the Equipment free of this lease and BB &T's interest in the Equipment, by paying (a) all Additional Payments then due and payable, (b) all interest accrued and unpaid to the prepayment date, and (c) 101% of the outstanding principal component of the Amount Advanced. 3.04. Late Payments If the City fails to pay any Base Payment when due, the City shall pay additional interest on the principal component of the late Base Payment at an annual rate equal to the Prime Rate from the original due date. 3.05. Appropriations (a) The Budget Officer shall include in the initial proposal for each of the City's annual budgets the amount of all Base Payments and estimated Additional Payments coming due during the Fiscal Year to which such budget applies. Notwithstanding that the Budget Officer includes such an appropriation for Required Payments in a proposed budget, the Governing Board may determine not to include such an appropriation in the City's final budget for such Fiscal Year. (b) The Budget Officer shall deliver to BB &T, within 15 days after the beginning of each Fiscal Year, a certificate (or a certified copy of the portion of the budget pertaining to the financed equipment) stating whether an amount equal to the Base Payments and estimated Additional Payments coming due during the next Fiscal Year has been appropriated by the City in such budget for such purposes. (c) The actions required of the City and its officers pursuant to this Section shall be deemed to be and shall be construed to be in fulfillment of ministerial duties, and it shall be the duty 5 of each and every City official to take such action and do such things as are required by law in the performance of the official duty of such officials to enable the City to carry out and perform the actions required pursuant to this Section and the remainder of this Agreement to be carried out and performed by the City. (d) The City reasonably believes that it can obtain funds sufficient to pay all Required Payments when due. (e) The City acknowledges and agrees that the nonappropriation provisions of this Agreement are not intended to be used (1) as a substitute for convenience termination nor (ii) to allow the City to replace the Equipment with other substantially identical or functionally equivalent property. The City, to the extent permitted by law, agrees not to use the nonappropriation provisions for any such purpose. 3.06. No Abatement There shall be no abatement or reduction of the Required Payments for any reason, including, but not limited to, any defense, recoupment, setoff, counterclaim, or any claim (real or imaginary) arising out of or related to the Equipment, except as expressly provided in this Agreement. The City assumes and shall bear the entire risk of loss and damage to the Equipment from any cause whatsoever. The Base Payments shall be made in all events unless the City's obligation to make Base Payments is terminated as otherwise provided in this Agreement. 3.07. Interest Rate and Payment Adjustment (a) "Rate Adjustment Event" means any action by the Internal Revenue Service (including the delivery of a deficiency notice) or any other federal court or administrative body determining (i) that the interest component of Base Payments, or any portion thereof, is includable in any counterparty's gross income for federal income tax purposes or (ii) that the City's obligations under this Agreement are not "qualified tax - exempt obligations" within the meaning of Code Section 265 (a "265 Event "), in any case as a result of any misrepresentation by the City or as a result of any action the City takes or fails to take. (b) Upon any Rate Adjustment Event, (i) the unpaid principal portion of the Amount Advanced shall continue to be payable on dates and in amounts as set forth in Exhibit B, but (ii) the interest components of the Base Payments shall be recalculated, at an interest rate equal to an annualized interest rate equal to the Prime Rate plus 2% (200 basis points), to the date (retroactively, if need be) determined pursuant to the Rate Adjustment Event to be the date interest became includable in any counterparty's gross income for federal income tax purposes (in the case of a 265 Event, retroactively to the Closing Date). (c) The City shall pay interest at such adjusted rate (subject to credit for interest previously paid) to each affected counterparty, notwithstanding the fact that any particular counterparty may not be a counterparty to this Agreement on the date of a Rate Adjustment Event, The City shall additionally pay to all affected counterparties any interest, penalties or other charges assessed against or payable by such counterparty and attributable to a Rate Adjustment Event notwithstanding the prior repayment of the entire Amount Advanced or any transfer to another counterparty. 0 ARTICLE IV LESSEE'S' COVENANTS, REPRESENTATIONS AND WARRANTIES 4.01. Indemnification To the extent permitted by law, the City shall indemnify, protect and save BB &T and its officers and directors harmless from all liability, obligations, losses, claims, damages, actions, suits, proceedings, costs and expenses, including attorneys' fees, arising out of, connected with, or resulting directly or indirectly from the Equipment or the transactions contemplated by this Agreement, including without limitation the possession, condition or use of the Equipment. The indemnification arising under this Section shall survive the Agreement's termination. Nothing set forth in the Agreement shall be deemed or construed as a waiver of sovereign immunity by the City and the City shall have and maintain at all times and for all purposes any and all rights, immunities and protections available under controlling legal precedent and as provided under Section 768.28, Florida Statues and other applicable law. This indemnification and hold harmless shall survive any termination of this Agreement. 4.02. Covenant as to Tax Exemption (a) The City shall not take or permit, or omit to take or cause to be taken, any action that would cause its obligations under this Agreement to be "arbitrage bonds" or "private activity bonds" within the meaning of the Code, or otherwise adversely affect the exclusion from gross income for federal income tax purposes of the designated interest component of Base Payments to which such components would otherwise be entitled. If the City should take or permit, or omit to take or cause to be taken, any such action, the City shall take or cause to be taken all lawful actions within its power necessary to rescind or correct such actions or omissions promptly upon having knowledge thereof. (b) In particular, the City covenants that it shall not permit the Amount Advanced, plus the investment earnings thereon (the "Proceeds "), to be used in any manner that would result in 5% or more of the Base Payments being directly or indirectly secured by an interest in property, or derived from payments in respect of property or borrowed money, being in either case used in a trade or business carried on by any person other than a governmental unit, as provided in Code Section 141(b), or result in 5% or more of the Proceeds being used directly or indirectly to make or finance loans to any persons other than a governmental unit, as provided in Code Section 141(c); provided, however, that if the City receives a Bond Counsel Opinion that compliance with any such covenant is not required to prevent the interest components of Base Payments from being includable in the counterparty's gross income for federal income tax purposes under existing law, the City need not comply with such covenant. (c) Unless the City qualifies for one or more exceptions to the arbitrage rebate requirement with respect to this financing, the City shall provide for the rebate to the United States of (1) at least 90% of the required rebate amount (A) on or before 60 days after the date that is five years from the Closing Date, and (B) at least once during each five years thereafter while the Obligations remain outstanding, and (ii) the entire required rebate amount on or before 60 days after the date of final payment of the Obligations. Payments shall be made in the manner prescribed by the Internal Revenue Service. The City shall cause the required rebate amount to be recomputed as 7 of each fifth anniversary of the Closing Date, and again as of the date of final payment of the Obligations. The City shall provide BB &T with a copy of the results of such computation within 20 days after the end of each computation period or final payment of the Obligations. Each computation shall be prepared or approved, at the City's expense, by a person with experience in matters of accounting for federal income tax purposes, a bona fide arbitrage rebate calculating and reporting service, or nationally- recognized bond counsel, in any case reasonably acceptable to BB &T. The City shall engage such rebate consultant to perform the necessary calculations not less than 60 days prior to the date of the required payment. (d) The City acknowledges that its personnel must be familiar with the arbitrage rebate rules, because the tax - exempt status of the interest on the Obligations depends upon continuing compliance with such rules. The City therefore covenants to take all reasonable action to assure that City personnel responsible for the investment of and accounting for financing proceeds comply with such rules. 4.03. Validity of Organization and Acts The City is validly organized and existing under State law, has full power to enter into this Agreement and has duly authorized and has obtained all required approvals and all other necessary acts required prior to the execution and delivery of this Agreement. This Agreement is a valid, legal and binding obligation of the City. 4.04. Maintenance of Existence The City shall maintain its existence, shall continue to be a local governmental unit of the State, validly organized and existing under State law, and shall not consolidate with or merge into another local governmental unit of the State, or permit one or more other local governmental units of the State to consolidate with or merge into it, unless the local governmental unit thereby resulting assumes the City's obligations under this Agreement. 4.05. Acquisition of Permits and Approvals All permits, consents, approvals or authorizations of all governmental entities and regulatory bodies, and all filings and notices required on the City's part to have been obtained or completed as of today in connection with the authorization, execution and delivery of this Agreement, the consummation of the transactions contemplated by this Agreement and the acquisition and installation of the Equipment have been obtained and are in full force and effect, and there is no reason why any future required permits, consents, approvals, authorizations or orders cannot be obtained as needed. 4.06. No Breach of Law or Contract Neither the execution and delivery of this Agreement nor the consummation of the transactions contemplated by this Agreement, nor the fulfillment of or compliance with the terms and conditions of this Agreement, (a) to the best of the City's knowledge, constitutes a violation of any provision of law governing the City or (b) results in a breach of the terms, conditions or provisions of any contract, agreement or instrument or order, rule or regulation to which the City is a party or by which the City is bound. 4.07. No Litigation There is no litigation or any governmental administrative proceeding to which the City (or any official thereof in an official capacity) is a party that is pending or, to the best of the City's knowledge after reasonable investigation, threatened with respect to (a) the City's organization or existence, (b) its authority to execute and deliver this Agreement or to comply with 8 the terms of this Agreement, (c) the validity or enforceability of this Agreement or the transactions contemplated by this Agreement, (d) the title to office of any Governing Board member or any other City officer, (e) any authority or proceedings relating to the City's execution or delivery of this Agreement, or (f) the undertaking of the transactions contemplated by this Agreement. 4.08. No Current Default or Violation (a) The City is not in violation of any existing law, rule or regulation applicable to it, (b) the City is not in default under any contract, other agreement, order, judgment, decree or other instrument or restriction of any kind to which the City is a party or by which it is bound or to which any of its assets are subject, including this Agreement, and (c) no event or condition has happened or existed, or is happening or existing, under the provisions of any such instrument, including this Agreement, which constitutes or which, with notice or lapse of time, or both, would constitute an event of default hereunder or thereunder. 4.09. No Misrepresentation No representation, covenant or warranty by the City in this Agreement is false or misleading in any material respect. 4.10. Environmental Warranties and Indemnification. (a) The City warrants and represents to BB &T that, to the best of the City's knowledge after thorough investigation, the Equipment is not now and has not ever been used to generate, manufacture, refine, transport, treat, store, handle, dispose, transfer, produce or process Hazardous Materials. (b) The City covenants that the Equipment shall be kept free of Hazardous Materials and shall not be used to generate, manufacture, refine, transport, treat, store, handle, dispose, transfer, produce or process Hazardous Materials, except in connection with the normal maintenance and operation of the Equipment, and the City shall not cause or permit, as a result of any intentional or unintentional act or omission on the part of the City or any lessee, the release of Hazardous Materials onto the Equipment or suffer the presence of Hazardous Materials on the Equipment, except in connection with the normal maintenance and operation of the Equipment. (c) The City shall comply with, and ensure compliance by all users and lessees with, all applicable federal, State and local laws, ordinances, rules and regulations with respect to Hazardous Materials and shall keep the Equipment free and clear of any liens imposed pursuant to such laws, ordinances, rules and regulations. If the City receives any notices from any governmental agency or any lessee with regard to Hazardous Materials on, from or affecting the Equipment, the City shall immediately notify BB &T. The City shall conduct and complete all investigations, studies, sampling and testing and all remedial, removal and other actions necessary to clean up and remove all Hazardous Materials on, from or affecting the Equipment in accordance with all applicable federal, State and local laws, ordinances, rules, regulations and policies and to BB &T's satisfaction. (d) "Hazardous Materials" means any explosives, radioactive materials, hazardous materials, hazardous wastes, hazardous or toxic substances, or related materials, asbestos or any materials containing asbestos, or any other substance or material as defined by any federal, State or local environmental law, ordinance, rule or regulation including, without limitation, 0 the Comprehensive Environmental Response, Compensation, and Liability Act of 1980, as amended (42 U.S.C. sections 9601 et seg.), the Hazardous Materials Transportation Act, as amended (49 U.S.C. sections 1801 et sM.), the Resource Conservation and Recovery Act, as amended (42 U.S.C. sections 9601 et seg.), and the regulations adopted and publications promulgated pursuant thereto. (e) To the extent permitted by law, the City shall indemnify and hold BB &T harmless from and against (i) any and all damages, penalties, fines, claims, liens, suits, liabilities, costs (including clean -up costs), judgments and expenses (including attorneys', consultants' or experts' fees and expenses) of every kind and nature suffered by or asserted against BB &T as a direct or indirect result of any warranty or representation made by the City in subsections (a) through (c) above being false or untrue in any material respect, or (ii) any requirement under any law, regulation or ordinance, local, State or federal, which requires the elimination or removal of any hazardous materials, substances, wastes or other environmentally regulated substances by BB &T or the City or any transferee or assignee BB &T or the City. (f) The City's obligations under this Section shall continue in full force and effect notwithstanding full payment of the Required Payments under this Agreement. 4.11. Further Instruments Upon BB &T's request, the City shall execute, acknowledge and deliver such further instruments reasonably necessary or desired by BB &T to carry out more effectively the purposes of this Agreement or any other document related to the transactions contemplated by this Agreement, and all or any part of the Equipment intended to be given or conveyed hereunder or thereunder, whether now given or conveyed or acquired and conveyed subsequent to the date of this Agreement. 4.12. BB &T's Advances for Performance of City's Obligations If the City fails to perform any of its obligations under this Agreement, BB &T is hereby authorized, but not obligated, to perform such obligation or cause it to be performed. All expenditures incurred by BB &T (including any advancement of funds for payment of taxes, insurance premiums or other costs of maintaining the Equipment, and any associated legal or other expenses), together with interest thereon at the Prime Rate, shall be secured as Additional Payments under this Agreement. The City promises to pay all such amounts to BB &T immediately upon demand. 4.13. Equipment Will Be Used and Useful The acquisition and installation of the Equipment is necessary and expedient for the City, and will perform essential functions of the City appropriate for units of local government. The City has an immediate need for, and expects to make immediate use of, all of the Equipment, and does not expect such need or use to diminish in any material respect during the term of the Agreement. The Equipment will not be used in any private business or put to any private business use. 4.14. Financial Information (a) The City shall send to BB &T a copy of the City's audited financial statements for each Fiscal Year within 30 days of the City's acceptance of such statements, but in any event within 180 days of the completion of such Fiscal Year. mi (b) The City shall furnish BB &T, at such reasonable times as BB &T shall request, all other financial information (including, without limitation, the City's annual budget as submitted or approved) as BB &T may reasonably request. The City shall permit BB &T or its agents and representatives to inspect the City's books and records and make extracts therefrom. 4.15. Taxes and Other Governmental Charges The City shall pay, as Additional Payments, the full amount of all taxes, assessments and other governmental charges lawfully made by any governmental body during the term of this Agreement. With respect to special assessments or other governmental charges which may be lawfully paid in installments over a period of years, the City shall be obligated to provide for Additional Payments only for such installments as are required to be paid during the Agreement term. The City shall not allow any liens for taxes, assessments or governmental charges with respect to the Equipment or any portion thereof to become delinquent (including, without limitation, any taxes levied upon the Equipment or any portion thereof which, if not paid, will become a charge on any interest in the Equipment, including BB &T's interest, or the rentals and revenues derived therefrom or hereunder). 4.16. City's Insurance (a) The City shall, at its own expense, acquire, carry and maintain broad -form extended coverage property damage insurance with respect to all Equipment in an amount equal to the estimated replacement cost, including installation costs, of the Equipment. Such property damage insurance shall include BB &T as a loss payee. The City shall provide evidence of such coverage to BB &T promptly upon installation of the Equipment. Any Net Proceeds of the insurance required by this subsection (a) shall be payable as provided in Section 5.14. (b) The City shall, at its own expense, acquire, carry and maintain comprehensive general liability insurance (and auto liability insurance, if applicable) in an amount not less than $1,000,000 for personal injury or death and 51,000,000 for property damage. (c) The City shall also maintain workers' compensation insurance issued by a responsible carrier authorized under State law to insure the City against liability for compensation under applicable State law as in effect from time to time. (d) All insurance shall be maintained with generally recognized responsible insurers and may carry reasonable deductible or risk- retention amounts. All such policies shall be deposited with BB &T, provided that in lieu of such policies there may be deposited with BB &T a certificate or certificates of the respective insurers attesting the fact that the insurance required by this Section is in full effect. Prior to the expiration of any such policy, the City shall furnish BB &T evidence satisfactory to BB &T that the policy has been renewed or replaced or is no longer required by this Agreement. (e) No City agent or employee shall have the power to adjust or settle any property damage loss greater than $50,000 with respect to the Equipment, whether or not covered by insurance, without BB &T's prior written consent. (f) BB &T shall not be responsible for the sufficiency or adequacy of any required insurance and shall be fully protected in accepting payment on account of such insurance or any adjustment, compromise or settlement of any loss agreed to by BB &T. (g) The City shall deliver to BB &T annually by June 30 of each year a certificate stating that the risk coverages required by this Agreement are in effect, and stating the carriers, policy numbers, coverage limits and deductible or risk - retention amounts for all such coverages. ARTICLE V THE EQUIPMENT 5.01. Acquisition and Installation. The City shall comply with all provisions of law applicable to the acquisition of the Equipment, accept all portions of the Equipment when properly delivered, provide for the proper installation thereof and thereafter promptly place each such portion in service. 5.02. Chances in Location The City shall promptly inform BB &T if any component of the Equipment shall be moved from the location designated for such Equipment at the time of its acquisition. 5.03. Acquisition and Installation within Funds Available The City represents that, based upon its examination of the plans and specifications for the Equipment, estimated installation costs and the Equipment's anticipated configuration, the Equipment can be acquired and installed for a total price within the total amount of funds to be available therefore in the Project Fund, income anticipated to be derived from the investment thereof and other funds previously identified and designated for such purposes. if the total amount available for such purposes in the Project Fund shall be insufficient to pay the entire cost of acquiring and installing the Equipment, the City promises to pay any such excess costs, with no resulting reduction or offset in the amounts otherwise payable by the City under this Agreement. 5.04. Disclaimer of Warranties The City agrees that BB &T has not designed the Equipment, that BB &T has not supplied any plans or specifications with respect thereto and that BB &T (a) is not a manufacturer of, nor a dealer in, any of the component parts of the Equipment or similar Equipment, (b) has not made any recommendation, given any advice nor taken any other action with respect to (i) the choice of any supplier, vendor or designer of, or any other contractor with respect to, the Equipment or any component part thereof or any property or rights relating thereto, or (ii) any action taken or to be taken with respect to the Equipment or any component part thereof or any property or rights relating thereto at any stage of the acquisition, installation and equipping thereof, (c) has not at any time had physical possession of the Equipment or any component part thereof or made any inspection thereof or of any property or rights relating thereto, and (d) has not made any warranty or other representation, express or implied, that the Equipment or any component part thereof or any property or rights relating thereto (1) will not result in or cause injury or damage to persons or property, (ii) has been or will be properly designed, or will accomplish the results which the City intends therefore, or (iii) is safe in any manner or respect. 12 BB &T MAKES NO EXPRESS OR IMPLIED WARRANTY OR REPRESENTATION OF ANY KIND WHATSOEVER WITH RESPECT TO THE EQUIPMENT OR ANY COMPONENT PART THEREOF, INCLUDING BUT NOT LIMITED TO ANY WARRANTY OR REPRESENTATION WITH RESPECT TO THE MERCHANTABILITY OR THE FITNESS OR SUITABILITY THEREOF FOR ANY PURPOSE, and further including the design or condition thereof; the safety, quality or capacity thereof; compliance thereof with the requirements of any law, rule, specification or contract pertaining thereto; any latent defect; the Equipment's ability to perform any function; that the Amount Advanced will be sufficient to pay all costs of the acquisition and installation of the Equipment; or any other characteristic of the Equipment; it being agreed that the City is to bear all risks relating to the Equipment, the installation thereof and the transactions contemplated by this Agreement, and the City hereby waives the benefits of any and all implied warranties and representations of BB &T. The provisions of this Section shall survive the Agreement's termination. 5.05. Right of Entry and Inspection BB &T and its representatives and agents shall have the right to enter upon the City's property, provided BB &T schedules an appointment and is escorted by authorized City staff, and inspect the Equipment from time to time during installation and after the completion of installation, and the City shall cause any vendor, contractor or sub - contractor to cooperate with BB &T and its representatives and agents during such inspections. No right of inspection or approval granted in this Section shall be deemed to impose upon BB &T any duty or obligation whatsoever to undertake any inspection or to snake any approval. No inspection made or approval given by BB &T shall be deemed to impose upon BB &T any duty or obligation whatsoever to identify or correct any defects in the Equipment or to notify any person with respect thereto, and no liability shall be imposed upon BB &T, and no warranties (either express or implied) are made by BB &T as to the quality or fitness of any improvement, any such inspection and approval being made solely for BB &T's benefit. 5.06. Compliance with Requirements (a) The City shall cause the Equipment to be installed in a careful manner and in compliance with all applicable legal requirements. (b) The City shall observe and comply promptly with all current and future requirements relating to the Equipment's use or condition imposed by (i) any judicial, governmental or regulatory body having jurisdiction over the Equipment or any portion thereof or (ii) any insurance company writing a policy covering the Equipment or any portion thereof, whether or not any such requirement shall necessitate structural changes or improvements or interfere with the use or enjoyment of the Equipment. (c) The City shall obtain and maintain in effect all licenses and permits required for the Equipment's operation. (d) The City shall in no event use the Equipment or any part thereof, nor allow the same to be used, for any unlawful purpose, or suffer any act to be done or any condition to exist with 13 respect to the Equipment or any part thereof, nor any article to be brought thereon, which may be dangerous, unless safeguarded as required by law, or which may, in law, constitute a nuisance, public or private, or which may make void or voidable any insurance then in force with respect thereto. 5.07. Use and Operation The City shall use and operate the Equipment and related property as municipal vehicles and equipment, and for no other purpose unless required by law. The City shall be solely responsible for the Equipment's operation, and shall not contract with any other person or entity for the Equipment's operation. 5.08. Maintenance and Repairs; Additions (a) The City shall keep the Equipment in good order and repair (reasonable wear and tear excepted) and in good operating condition, shall not commit or permit any waste or any other thing to occur whereby the value or usefulness of the Equipment might be impaired, and shall make from time to time all necessary or appropriate repairs, replacements and renewals. (b) The City may, also at its own expense, make from time to time any additions, modifications or improvements to the Equipment that it may deem desirable for its governmental or proprietary purposes and that do not materially impair the effective use, nor materially decrease the value or substantially alter the intended use, of the Equipment. The City shall do, or cause to be done, all such things as may be required by law in order fully to protect the interests of and all of BB &T's rights under this Agreement. (c) Any and all additions to or replacements of the Equipment and all parts thereof shall constitute accessions to the Equipment and shall be subject to all the terms and conditions of this Agreement and included in the "Equipment" for the purposes of this Agreement. (d) Notwithstanding the provisions of subsection (c) above, however, the City may, from time to time in its sole discretion and at its own expense, install machinery, equipment and other tangible property in or on the Equipment. All such property shall remain the City's sole property in which BB &T shall have no interest; provided, however, that any such property which becomes permanently affixed to the Equipment shall be subject to BB &T's interest arising under this Agreement if BB &T shall reasonably determine that the Equipment would be damaged or impaired by the removal of such machinery, equipment or other tangible property. 5.09. Securi . The City shall take all reasonable steps necessary to safeguard the Equipment against theft. The security afforded the Equipment shall at all times be equal to or better than the security afforded the City's personal property that is not subject to this Agreement. 5.10. Utilities The City shall pay all charges for utility services furnished to or used on or in connection with the Equipment. 5.11. Risk of Loss The City shall bear all risk of loss to and condemnation of the Equipment. 14 5.12. Condemnation (a) The City shall immediately notify BB &T if any governmental authority shall institute, or shall notify the City of any intent to institute, any action or proceeding for the taking of, or damages to, all or any part of the Equipment or any interest therein under the power of eminent domain, or if there shall be any damage to the Equipment due to governmental action, but not resulting in a taking of any portion of the Equipment. The City shall file and prosecute its claims for any such awards or payments in good faith and with due diligence and cause the same to be collected and paid over to BB &T, and to the extent permitted by law hereby irrevocably authorizes and empowers BB &T, in the City's name or otherwise, to collect and receipt for any such award or payment and to file and prosecute such claims. If the City receives any Net Proceeds arising from any such action, the City shall apply such Net Proceeds as provided in Section 5.14. (b) If any of the real or personal property acquired or improved by the City (in whole or in part) using any portion of the Amount Advanced consists of or is located on any real property acquired by the City through the exercise of the power of eminent domain, or through the threat of the exercise of the power of eminent domain, then during the term of this Agreement the City may not transfer any interest in such real property to any entity other than a local governmental unit without BB &T's prior express written consent. 5.13. No Encumbrance, MortL4al4e or Pledl4e of Equipment (a) The City shall not directly or indirectly create, incur, assume or suffer to exist any mortgage, pledge, lien (including mechanics' and materialmen's liens), charge, encumbrance or other claim in the nature of a lien on or with respect to the Equipment. The City shall promptly, at its own expense, take such action as may be duly necessary to discharge any such mortgage, pledge, lien, charge, encumbrance or claim not excepted above which it shall have created, incurred or suffered to exist. (b) The City shall reimburse BB &T for any expense incurred by BB &T to discharge or remove any such mortgage, pledge, lien, security interest, encumbrance or claim, with interest thereon at the Prime Rate. 5.14. Damage and Destruction; Use of Net Proceeds (a) The City shall promptly notify BB &T if (i) the Equipment or any portion thereof is stolen or is destroyed or damaged by fire or other casualty, (ii) a material defect in the installation of the Equipment shall become apparent, or (iii) title to or the use of all or any portion of the Equipment shall be lost by reason of a defect in title. Each notice shall describe generally the nature and extent of such damage, destruction or taking. (b) If the Net Proceeds arising from any single event, or any single substantially related sequence of events, is not more than $50,000, the City shall retain such Net Proceeds and apply the same to the prompt completion, repair or restoration of the Equipment, and shall promptly thereafter report to BB &T regarding the use of such Net Proceeds. (c) If the Net Proceeds arising from any single event, or any single substantially related sequence of events, is more than $50,000, then the City shall cause such Net Proceeds to be paid to 15 an escrow agent (which shall be a bank, trust company or similar entity exercising fiduciary responsibilities) designated by BB &T for deposit in a special escrow fund to be held by such escrow agent. The City shall thereafter provide for the application of all Net Proceeds to the prompt completion, repair or restoration of the Equipment, as the case may be. The escrow agent shall disburse Net Proceeds for the payment of such costs upon receipt of requisitions in the form of Exhibit A to the Project Fund Agreement. If the Net Proceeds shall be insufficient to pay in full the cost of completion, repair or restoration, the City shall either (i) complete the work and pay any cost in excess of the Net Proceeds, or (ii) not carry out such completion, repair or restoration, and instead apply the Net Proceeds, together with other available funds as may be necessary, to the prepayment of all outstanding Required Payments pursuant to Section 3.03, (d) Any repair, restoration, modification, improvement or replacement paid for in whole or in part out of Net Proceeds shall be the City's property and shall be part of the Equipment. ARTICLE VI DEFAULTS AND REMEDIES; TERMINATION 6.01. Events of Default An "Event of Default" is any of the following: (a) The City's failing to make any Base Payment when due. (b) The City's breaching or failing to perform or observe any term, condition or covenant of this Agreement or of the Project Fund Agreement on its part to be observed or performed, other than as provided in subsection (a) above, including payment of any Additional Payment, for a period of 15 days after written notice specifying such failure and requesting that it be remedied shall have been given to the City by BB &T, unless BB &T shall agree in writing to an extension of such time prior to its expiration. (c) The institution of proceedings under any bankruptcy, insolvency, reorganization or similar law by or against the City as a debtor, or the appointment of a receiver, custodian or similar officer for the City or any of its property, and the failure of such proceedings or appointments to be vacated or fully stayed within 30 days after the institution or occurrence thereof. (d) Any warranty, representation or statement made by the City in this Agreement or in the Project Fund Agreement is found to be incorrect or misleading in any material respect on the Closing Date (or, if later, on the date made). (e) Any lien, charge or encumbrance affecting the validity of the Agreement, is found to exist, or proceedings are instituted against the City to enforce any lien, charge or encumbrance against the Equipment. (f) The City's failing to pay when due any principal of or interest on any of its general obligation debt. H 6.02. Remedies on Default Upon the continuation of any Event of Default, BB &T may, without any further demand or notice, exercise any one or more of the following remedies: payable; (a) Declare the unpaid principal components of the Base Payments immediately due and (b) Proceed by appropriate court action to enforce the City's performance of the applicable covenants of this Agreement or to recover for the breach thereof, (c) As provided in the Project Fund Agreement, require BB &T to pay over any balance remaining in the Project Fund to be applied against outstanding Required Payments in any manner BB &T may reasonably deem appropriate; and (d) Avail itself of all available remedies under this Agreement, and recovery of attorneys' fees and other expenses. 6.03. jReservedl 6.04. Consequences of Nonappropriation Upon an Event of Nonappropriation, the City shall have no further obligation to pay Base Payments beyond the end of the Fiscal Year for which amounts have been appropriated for Base Payments. This Agreement shall tenninate on the last day of the Fiscal Year for which amounts have been appropriated for Base Payments without any penalty to the Borrower whatsoever. The City agrees to peaceably surrender possession the Equipment to BB &T or its assignees on the first day of the Fiscal Year to which the Event of Nonappropriation applies, packed for shipment in accordance with manufacturer specifications and freight prepaid and insured to any location in the continental United States or Canada designated by BB &T. In addition, upon the occurrence of any Event of Nonappropriation, BB &T may, without any further demand or notice, (a) apply any balance remaining in the Project Fund against outstanding Required Payments in any manner BB &T may reasonably deem appropriate, and (b) take action with respect to the City and the Equipment as contemplated in Section 6.05. An Event of Nonappropriation and resulting termination of this Agreement shall not relieve the City of liability for any defaults under this Agreement or the Project Fund Agreement occurring prior to the Event of Nonappropriation, or of liability under those provisions of this Agreement and the Project Fund Agreement which are stated to survive termination. 6.05. Possession of Equipment Upon the continuation of an Event of Default or the occurrence of an Event of Nonappropriation, the City shall immediately lose the right to possess, use and enjoy the Equipment (but may remain in possession of the Equipment as a lessee at the will of BB &T), and thereupon the City (a) shall pay monthly in advance to BB &T a fair and reasonable rental value for the use and possession of the Equipment (in an amount BB &T shall determine in its reasonable judgment), and (b) upon BB &T's demand, shall deliver possession of the Equipment to BB &T or, at BB &T's direction, to any purchaser of the Equipment after an execution sale. 17 In addition, upon the continuation of any Event of Default or the occurrence of an Event of Nonappropriation, BB &T, to the extent pennitted by law, is hereby authorized to (i) take possession of the Equipment, with or without legal action, (ii) lease the Equipment, (iii) collect all rents and profits therefrom, with or without taking possession of the Equipment, and (iv) after deducting all costs of collection and administration expenses, apply the net rents and profits first to the payment of necessary maintenance and insurance costs, and then to the City's account and in reduction of the City's corresponding Required Payments in such fashion as BB &T shall reasonably deem appropriate. BB &T shall be liable to account only for rents and profits it actually receives. 6.06. No Remedy Exclusive; Delay Not Waiver All remedies under this Agreement are cumulative and may be exercised concurrently or separately. The exercise of any one remedy shall not be deemed an election of such remedy or preclude the exercise of any other remedy. If any Event of Default shall occur and thereafter be waived by BB &T, such waiver shall be limited to the particular breach so waived and shall not be deemed a waiver of any other breach under this Agreement. 6.07. Payment of Costs and Attorney's Fees If BB &T employs an attorney to assist in the enforcement or collection of Required Payments, or if BB &T voluntarily or otherwise shall become a party to any suit or legal proceeding (including a proceeding conducted under any state or federal bankruptcy or insolvency statute) to protect the Equipment, to protect the lien of this Agreement, to enforce collection of the Required Payments or to enforce compliance by the City with any of the provisions of this Agreement, the City agrees to pay reasonable attorneys' fees and all of the costs that may reasonably be incurred (whether or not any suit or proceeding is commenced), and such fees and costs (together with interest at the Prime Rate) shall be secured as Required Payments. ARTICLE VII MISCELLANEOUS writing. 7.01. Notices (a) Any communication required or permitted by this Agreement must be in (b) Any communication under this Agreement shall be sufficiently given and deemed given when delivered by hand or five days after being mailed by first -class mail, postage prepaid, addressed as follows: (1) If to the City, to 150 N. Lakeshore Drive, Ocoee, Florida 34761, Attention: Finance Director; or (ii) If to BB &T, to 5130 Parkway Plaza Boulevard, Building 9, Charlotte, North Carolina 28217, Attention: Governmental Finance Account Administration. (c) Any addressee may designate additional or different addresses for communications by notice given under this Section to each of the others. 18 7.02. No Assienments by City. The City shall not sell or assign any interest in this Agreement. 7.03. Assil4nments by BB &T. BB &T may, at any time and from time to time, assign all or any part of its interest in the Equipment or this Agreement, including, without limitation, BB &T's rights to receive Required Payments. Any assignment made by BB &T or any subsequent assignee shall not purport to convey any greater interest or rights than those held by BB &T pursuant to this Agreement. The City agrees that this Agreement may become part of a pool of obligations at BB &T's or its assignee's option. BB &T or its assignees may assign or reassign all or any part of this Agreement, including the assignment or reassignment of any partial interest through the use of certificates evidencing participation interests in this Agreement. Notwithstanding the foregoing, no assignment or reassignment of BB &T's interest in the Equipment or this Agreement shall be effective unless and until the City shall receive a duplicate original counterpart of the document by which such assignment or reassignment is made disclosing the name and address of each such assignee. The City further agrees that BB &T's interest in this Agreement may be assigned in whole or in part upon terms which provide in effect that the assignor or assignee will act as a collection and paying agent for BB &T. The City agrees to execute any document reasonably required in connection with any assignment. Any assignor must provide notice of any assignment to the City, and the City shall keep a complete and accurate record of all assignments as required by the Code. After the giving of any such notice, the City shall thereafter make all payments in accordance with the notice to the assignee named therein and shall, if so requested, acknowledge such assignment in writing, but such acknowledgment shall in no way be deemed necessary to make the assignment effective. 7.04. Amendments No term or provision of this Agreement may be amended, modified or waived without the prior written consent of the City and BB &T. 7.05. Governin14 Law The City and BB &T intend that Florida State law shall govern this Agreement, and venue shall lie in the Ninth Judicial Circuit Court of Orange County Florida. 7.06. Liability of Officers and AlZents No officer, agent or employee of the City shall be subject to any personal liability or accountability by reason of the execution of this Agreement or any other documents related to the transactions contemplated by this Agreement. Such officers or agents shall be deemed to execute such documents in their official capacities only, and not in their individual capacities. This Section shall not relieve an officer, agent or employee of the City from the performance of any official duty provided by law. 7.07. Severability If any provision of this Agreement shall be determined to be unenforceable, that shall not affect any other provision of this Agreement. 19 7.08. Non - Business Days If the date for making any payment or the last day for performance of any act or the exercising of any right shall not be a Business Day, such payinent shall be made or act performed or right exercised on or before the next preceding Business Day. 7.09. Entire Agreement This Agreement constitutes the City's entire agreement with respect to the general subject matter covered by this Agreement. 7.10. Binding Effect Subject to the specific provisions of this Agreement, and in particular Section 7.03, this Agreement shall be binding upon and inure to the benefit of and be enforceable by the parties and their respective successors and assigns. IN WITNESS WHEREOF, the parties have duly signed, sealed and delivered this Agreement by duly authorized officers, all as of the date first above written. The remainder of this page has been left blank intentionally; signature page follows. 20 CITY OF OCOEE SIGNATURE PAGE FOR LEASE AGREEMENT BETWEEN THE CITY OF OCOEE, FLORIDA AND BRANCH BANKING AND TRUST COMPANY DATED FEBRUARY 7, 2014 ATTEST: 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 , 2013 SHUFFIELD, LOWMAN & WILSON, P.A. IM Scott A. Cookson, City Attorney APPROVED: CITY OF OCOEE, FLORIDA S. Scott Vandergrift, Mayor DATE: APPROVED BY THE OCOEE CITY COMMISSION AT A MEETING HELD ON , 2013 UNDER AGENDA ITEM NO. BRANCH BANKING AND TRUST COMPANY Michael Smith, Sr. Vice - Preside By: 21 EXHIBIT A -- PROJECT AND EQUIPMENT DESCRIPTION One (1) 2014 Freightliner M2 Chassis with Kann ASL Garbage Truck; One 2011 Crane Carrier with Wayne Curbtender ASL Garbage Truck; One (1) 2014 Massey Ferguson 4610 Agriculture Type Tractor; One (1) 2014 International Durastar with Bergkamp Flameless Patcher Asphalt Paving Truck; One 2014 Ford F350 with Glaval 33' Entourage Model Passenger Bus; All as may be more particularly described in documentation submitted with requisitions pursuant to the Project Fund Agreement. 22 EXHIBIT B -- PAYMENT SCHEDULE Payment Schedule to Lease Agreement dated as of February 7, 2014 (the "Lease Agreement "), between the City of Ocoee, Florida, and Branch Banking and Trust Company Contract Number: 9909001665 -00001 The payments required to repay the advance made pursuant to the Lease Agreement call for an amortization period of approximately four (4) years. Payments are quarterly in advance in the amount of $44,380.35. A portion of each payment is paid as and represents payment of interest at an annual interest rate of 1.39 %. Payments are due beginning on February 7, 2014 and quarterly thereafter, with a final payment of all outstanding principal and accrued and unpaid interest due on November 7, 2017, all as set forth in the attached amortization schedule. 23 City of Ocoee, FL 2 Garbage Trucks, 1 Tractor, 1 Asphalt Truck, 1 Bus Contract Number 9909001665 -00001 Compound Period: Quarterly Nominal Annual Rate: 1.390 % CASH FLOW DATA Event Date Amount Number Period End Date 1 Loan 2 Payment 02/07/2014 02/07/2014 691,937.80 44,380.35 1 16 Quarterly 11/07/2017 AMORTIZATION SCHEDULE - Normal Amortization 24 Date Payment Interest Principal Balance Loan 02/07/2014 691,937.80 1 02/07/2014 44,380.35 0.00 44,380.35 647,557.45 2 05/07/2014 44,380.35 2,250.26 42,130.09 605,427.36 3 08/07/2014 44,380.35 2,103.86 42,276.49 563,150.87 2014 Totals 133,141.05 4,354.12 128,786.93 4 11/07/2014 44,380.35 1,956.95 42,423.40 520,727.47 5 02/07/2015 44,380.35 1,809.53 42,570.82 478,156.65 6 05/07/2015 44,380.35 1,661.59 42,718.76 435,437.89 7 08/07/2015 44,380.35 1,513.15 42,867.20 392,570.69 2015 Totals 177,521.40 6,941.22 170,580.18 8 11/07/2015 44,380.35 1,364.18 43,016.17 349,554.52 9 02/07/2016 44,380.35 1,214.70 43,165.65 306,388.87 10 05/07/2016 44,380.35 1,064.70 43,315.65 263,073.22 11 08/07/2016 44,380.35 914.18 43,466.17 219,607.05 2016 Totals 177,521.40 4,557.76 172,963.64 12 11/07/2016 44,380.35 763.13 43,617.22 175,989.83 13 02/07/2017 44,380.35 611.56 43,768.79 132,221.04 14 05/07/2017 44,380.35 459.47 43,920.88 88,300.16 15 08/07/2017 44,380.35 306.84 44,073.51 44,226.65 2017 Totals 177,521.40 2,141.00 175,380.40 16 11/07/2017 44,380.35 153.70 44,226.65 0.00 2018 Totals 44,380.35 153.70 44,226.65 Grand Totals 710,085.60 18,147.80 691,937.80 24 PROJECT FUND AGREEMENT THIS PROJECT FUND AGREEMENT is dated as of February 7, 2014, and is by and between the CITY OF OCOEE, FLORIDA, a public body of the State of Florida (the "City "), and BRANCH BANKING AND TRUST COMPANY ( "BB &T "). RECITALS The City is, simultaneously with the execution and delivery of this Project Fund Agreement, executing and delivering a Lease Agreement dated as of February 7, 2014 (the "Lease Agreement "), by and between the City and BB &T. The purpose of the Lease Agreement is to provide for BB &T's advance of $691,937.80 to the City to finance the City's acquisition of equipment, as defined in the Lease Agreement. In partial consideration for BB &T's entering into the Lease Agreement, the City has agreed to provide for financing proceeds to be deposited and disbursed pursuant to this Project Fund Agreement. NOW, THEREFORE, the parties agree as follows: SECTION 1. DEFINITIONS In this Project Fund Agreement, the term "Project Costs" means all costs of the design, planning, acquiring, installing of the Equipment as determined in accordance with generally accepted accounting principles and that will not adversely affect the exclusion from gross income for federal income tax purposes of the designated interest component of Installment Payments payable by the City under the Lease Agreement, including (a) sums required to reimburse the City or its agents for advances made for any such costs, (b) interest during the installation process and for up to six months thereafter, and (c) all costs related to the financing of the Equipment through the Lease Agreement and all related transactions. In addition, any capitalized terms used in this Project Fund Agreement and not otherwise defined shall have the meanings assigned thereto in the Lease Agreement. SECTION 2. PROJECT FUND. 2.1. Project Fund On the Closing Date, BB &T will deposit $691,937.80 into a special account of the City at Branch Banking and Trust Company to be designated "2014 -00001 City of Ocoee, Florida Project Fund" (the "Project Fund "). This account shall be held separate and apart from all other funds of the City. The Project Fund is the City's property, but the City will withdraw amounts on deposit in the Project Fund only as provided in this Project Fund Agreement and only for application from time to time to the payment of Project Costs. Pending such application, such amounts shall be subject to a lien and charge in favor of BB &T to secure the City's obligations under the Lease Agreement. 2.2. Requisitions from Protect Fund The City may withdraw funds from the Project Fund only after authorization from BB &T. BB &T will disburse funds from the Project Fund only to the City and only upon its receipt of one or more written requisitions signed by one of the below listed designated City Representatives substantially in the form of Exhibit A. Printed Name: Signatures: Robert Frank, City Manager Wanda Horton, Finance Director The City may designate additional Representatives to sign requisitions upon written notification to BB &T. Upon receipt of a requisition from the City, BB &T will promptly undertake such review of the matters referred to in such requisition as it shall deem appropriate, and will then promptly notify the City of its approval of the requisition or the reasons for its disapproval. 2.3. Disposition of Project Fund Balance (a) Upon completion -- Promptly after the acquisition and installation of the Equipment has been completed, the City shall deliver to BB &T a certificate to such effect signed by a City Representative. (b) Upon default -- Upon the occurrence of an Event of Default, BB &T may withdraw any balance remaining in the Project Fund and apply such balance against outstanding Required Payments in any manner BB &T may reasonably deem appropriate. (c) Upon Nonappropriation - Upon the occurrence of an Event of Nonappropriation, BB &T may, without demand or notice, apply any balance remaining in the Project Fund against outstanding Required Payments in any manner BB &T may reasonably deem appropriate. (d) After delay or inactivity -- If (1) more than two years have elapsed from the Closing Date or (ii) at least six months has passed from BB &T's most recent receipt of a requisition for Project Costs, then BB &T, upon 30 days' notice from BB &T to the City, may withdraw any balance remaining in the Project Fund and apply such balance against outstanding Required Payments. (c) Application of Project Fund balance -- BB &T will apply any amounts paid to it pursuant to this section (1) first against all Additional Payments then due and payable, (ii) then to interest accrued and unpaid to the disposition date of the Project Fund. Such prepayment, however, will not affect any other City payment obligation under the Lease Agreement. BB &T will notify the City of any withdrawal from the Project Fund made under this Section 2.3, and in the notice will describe its application of the funds withdrawn. 2 2.4. Investment (a) The City and BB &T agree that money in the Project Fund will be continuously invested and reinvested in a public funds money rate savings account. (b) From and after the date that is three years from the Closing Date, the City will not purchase or hold any investment which has a "yield," as determined under the Code, in excess of the "yield" on the City's obligations under the Lease Agreement, unless the City has supplied BB &T with a Bond Counsel Opinion to the effect that such investment will not adversely affect the exclusion from gross income for federal income tax purposes to which the interest components of Installment Payments would otherwise be entitled. (c) Investment obligations acquired with money in the Project Fund shall be deemed at all times to be part of the Project Fund. The interest accruing thereon and any profit or loss realized upon the disposition or maturity of any such investment shall be credited to or charged against the Project Fund. (d) All earnings on moneys in the Project Fund must be used for Project Costs. SECTION 3. MISCELLANEOUS 3.1. Notices Any notice or other communication required or contemplated by this Project Fund Agreement shall be deemed to be delivered if in writing, addressed as provided below and if (a) actually received by such addressee, or (b) in the case of mailing, when indicated to have been delivered by a signed receipt returned by the United States Postal Service after deposit in the United States mails, postage and registry fees prepaid, and clearly directed to be transmitted as registered or certified mail: (i) If intended for the City , addressed to it at the following address: City of Ocoee, Florida, Attention: Finance Director, 150 N. Lakeshore Drive, Ocoee, Florida 34761. (ii) If intended for BB &T, addressed to it at the following address: BB &T Governmental Finance, Attention: Account Administration /Municipal — Project Fund Agreement Notice, 5030 Parkway Plaza Boulevard, Building 9, Charlotte, North Carolina 28217. Any party may designate a different or alternate address for notices by notice given under this Project Fund Agreement. 3.2. Survival of Covenants and Representations All covenants, representations and warranties made by the City in this Project Fund Agreement and in any certificates delivered pursuant to this Project Fund Agreement shall survive the delivery of this Project Fund Agreement. 3.3. Choice of Law The parties intend that Florida law shall govern this Project Fund Agreement. 3.4. Amendments This Project Fund Agreement may not be modified or amended unless such amendment is in writing and signed by BB &T and the City. 3 3.5. No Third -Party Beneficiaries There are no parties intended to be or which shall be deemed to be third -party beneficiaries of this Project Fund Agreement. 3.6. Successors and Assigns All of the covenants and conditions of this Project Fund Agreement shall be binding upon and inure to the benefit of the parties to this Project Fund Agreement and their respective successors and assigns. 3.7. Severability If any court of competent jurisdiction shall hold any provision of this Project Fund Agreement invalid or unenforceable, such holding shall not invalidate or render unenforceable any other provision of this Project Fund Agreement. 3.8. Counterparts This Project Fund Agreement may be executed in any number of counterparts, including separate counterparts, each executed counterpart constituting an original but all together only one agreement. 3.9. Termination Except as otherwise provided in this Project Fund Agreement, this Project Fund Agreement shall cease and terminate upon payment of all funds (including investment proceeds) from the Project Fund. IN WITNESS WHEREOF, each of the parties has caused this Project Fund Agreement to be signed and delivered by a duly authorized officer, all as of the date first above written. [The remainder of this page has been left blank intentionally; signature page follows 4 CITY OF OCOEE SIGNATURE PAGE FOR PROJECT FUND AGREEMENT BETWEEN THE CITY OF OCOEE, FLORIDA AND BRANCH BANKING AND TRUST COMPANY DATED FEBRUARY 7, 2014 APPROVED: ATTEST: Eikenberry, City Clerk (SEAL) CITY OF OCOEE, FLORIDA S. Scott Vandergrift, Mayor DATE: FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, FLORIDA APPROVED AS TO FORM AND LEGALITY this day of , 2013 SHUFFIELD, LOWMAN & WILSON, P.A. i Scott A. Cookson, City Attorney APPROVED BY THE OCOEE CITY COMMISSION AT A MEETING HELD ON , 2013 UNDER AGENDA ITEM NO. BRANCH BANKING AND TRUST COMPANY By: Michael Smith, Sr. Vice - President 5 . Beth EXHIBIT A [To Be Prepared on City of Ocoee, Florida's Letterhead for Submission] PROJECT FUND REQUISITION [DATE] Trina Britt BB &T Governmental Finance tmbritt @bbandt.com direct dial: 704 - 954 -1873 E -mail requisitions to: GFProjectfunds @bbandt.com RE: Request for disbursement of funds from the Project Fund related to Contract No. 9909001665- 00001with the City of Ocoee, Florida, dated February 7, 2014. Dear Ms. Britt, Pursuant to the terms and conditions of the Project Fund Agreement dated as of February 7, 2014, the City of Ocoee, Florida (the "City "), requests the disbursement of funds from the Project Fund established under the Project Fund Agreement for the following Project Costs: This is requisition number from the Project Fund. Disbursements will be to the City of Ocoee, Florida. Amount of Request: For vehicles attach the following to this requisition • Copies of vendor invoices; • copies of the certificates of origin • Copy of Certificate of Insurance showing: • automobile liability and property coverage with BB &T Governmental Finance listed as loss payee and certificate holder; • general liability coverage in an amount not less than $1,000,000; • year, make model, VIN number and insured value of vehicles; o loan contract number 9909001665 - 00001. For equipment, attach the following to this requisition • Copies of vendor invoices; • Certificate of Insurance showing: • property coverage with BB &T Governmental Finance listed as loss payee and certificate holder; • general liability coverage in an amount not less than $1,000,000; • make, model, serial number and insured value of each piece of equipment; • loan contract number 9909001665 - 00001. Project Description: 2 garbage trucks; 1 tractor; 1 asphalt truck; 1 bus. Location of Equipment /Facilities: To receive funds via wire transfer, please include ABA Routing Number: Account Number: Physical address of City: 150 N. Lakeshore Drive, Ocoee, FL 34761 The City of Ocoee, Florida makes this requisition pursuant to the following representations: 1. The City has appropriated in its current fiscal year funds sufficient to pay the Installment Payments and estimated Additional Payments due in the current fiscal year. 2. The purpose of this disbursement is for partial payment on the project provided for under the Contract referenced above. 3. The requested disbursement has not been subject to any previous requisition. 4. No notice of any lien, right to lien or attachment upon, or claim affecting the right to receive payment of, any of the moneys payable herein to any of the persons, firms or corporations named herein has been received, or if any notice of any such lien, attachment or claim has been received, such lien, attachment or claim has been released or discharged or will be released or discharged upon payment of this requisition. 5. This requisition contains no items representing payment on account of any percentage entitled to be retained on the date of this requisition. 6. No Event of Default is continuing under the Lease Agreement, and no event or condition is existing which, with notice or lapse of time or both, would become an Event of Default. 7. The City has in place insurance on this portion of the Equipment that complies with the insurance provisions of the above - referenced Contract. Each amount requested for payment in this requisition either (a) represents reimbursement to the City for a Project Cost expenditure previously made, or (b) will be used by the City promptly upon the receipt of funds from BB &T to snake the payments to third parties described in this requisition. 7 Attached is evidence that the amounts shown in this requisition are properly payable at this time, such as bills, receipts, invoices, architects' payment certifications or other appropriate documents. CITY OF OCOEE, FLORIDA Title: INSTRUCTIONS FOR REQUESTING FUNDS FROM PROJECT FUND ACCOUNT • Complete the requisition form (this is an exhibit to the Project Fund Agreement), and a copy of the form is attached here. • Fill in the amount being requested. If only a portion of the funds are being requested, fill in the dollar amount. If all of the funds in the account are being requested, fill in the amount as "balance in account" rather than a specific dollar amount. • If you would like the funds wired to your checking account, complete that section of the requisition form with the ABA routing number and account number of the account into which you would like the loan proceeds deposited. Check with your bank for the ABA routing number for incoming wires, as sometimes that number is different than that shown on your checks. If this section of the form is not completed, then a check for the funds will be mailed. Note: BB &T does not disburse funds to vendors. Funds are sent to you as the borrower, so that you can pay your vendor. • Print the form on your official letterhead. • Be sure that the signature page is signed by a person authorized to sign as set forth on page 2 in the Project Fund Agreement. • Attach the following items to the requisition: • Copies of invoices; • For vehicles, a copy of certificate of origin. The vendor typically holds the original certificate of origin until delivery of the vehicle, but should be willing provide a copy to you prior to delivery. o Copy of the certificate of insurance that meets the requirements on the attached Insurance Requirements Summary Sheet. We suggest you send to your insurance agent a copy of the invoice(s), copy of the certificate of origin and copy of the Insurance Requirements Summary Sheet to assist in the preparation of the insurance certificate. An e -mail copy of the insurance certificate is sufficient for our records. • E -mail the form and referenced attachments to GFPrOjeCtfund5 @bbandt,com or fax to 704 - 954 -1799. TYPICAL TURNAROUND TIME TO PROCESS A REQUISITION IS THREE BUSINESS DAYS TO ONE WEEK. FAILURE TO INCLUDE ALL OF THE REQUIRED INFORMATION AND ATTACHMENTS WILL DELAY FUNDING. PLEASE CAREFULLY FOLLOW THE INSTRUCTIONS FOR SUBMITTING REQUISITIONS TO AVOID DELAYS. BB &T INSURANCE REQUIREMENTS Certificate of Insurance setting forth the following: • General liability insurance in an amount not less than $1,000,000.00 for personal injury or death and not less than $1,000,000.00 for property damage. • Automobile liability insurance related to the equipment/vehicle(s) in an amount not less than $1,000,000.00 for personal injury or death and not less than $1,000,000.00 for property damage • Property damage insurance in an amount equal to the estimated replacement cost of the equipment/vehicle(s). This property damage insurance must include a lender's loss payable endorsement in favor of BB &T. We will need a copy of the endorsement for our file. • Worker's compensation insurance • The address to be referenced on the Certificate of Insurance for BB &T Governmental Finance is 5130 Parkway Plaza Boulevard, Charlotte, NC 28217. CLOSING CERTIFICATE The undersigned officers of the City of Ocoee, Florida (the "City "), hereby certify as follows: 1. The City's governing board (the "Board ") adopted the attached Resolution (the "Resolution "), authorizing and providing for a lease financing with Branch Banking and Trust Company, The Resolution was duly adopted at a meeting duly called and held at which a quorum was present and acting throughout. The Resolution has not been repealed, revoked, rescinded or amended, but remains in full effect as of today. A copy of the Resolution is attached hereto. 2. The signatures set forth below are the true and genuine signatures of the persons holding the indicated offices. The indicated persons have held such offices at all times since the Resolution was adopted. Printed Name Title Signature S. Scott Vandergrift Mayor Beth Eikenberry City Clerk 3. The City's Attorney is Scott A. Cookson. 4. The City has duly authorized, executed and delivered the Lease Agreement and the Project Fund Agreement. We have reviewed the City's representations as set forth in such Agreements, and all of such representations are correct and complete in all material respects as if made today. The City has appropriated at least $133,141.05 for Base Payments under the Lease Agreement coming due between today and the end of the City's current fiscal year. 5. The seal impressed below is the City's official seal, and has been the City's official seal since prior to the approval of the Resolution. WITNESS our signatures and the seal of the City of Ocoee, Florida, this 7`" day of February, 2014. The remainder of this page left blank intentionally; signature page follows. CITY OF OCOEE SIGNATURE PAGE FOR CLOSING CERTIFICATE APPROVED: ATTEST: CITY OF OCOEE, FLORIDA Beth Eikenberry, City Clerk S. Scott Vandergrift, Mayor (SEAL) DATE: FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, FLORIDA APPROVED AS TO FORM AND LEGALITY this day of 2013. SHUFFIELD, LOWMAN & WILSON, P.A. :' APPROVED BY THE OCOEE CITY COMMISSION AT A MEETING HELD ON , 2013 UNDER AGENDA ITEM NO Scott A. Cookson, City Attorney Resolution Approving Financinp_ Terms WHEREAS: The the City of Ocoee, Florida ( "City") has previously determined to undertake a project for the financing of (2) Garbage Trucks, (1) Tractor, (])Asphalt Truck, and (1) Bus, and the City Manager has now presented a proposal for the financing of such Project. BE IT THEREFORE RESOLVED, as follows: 1. The City hereby determines to finance the Project through Branch Banking and Trust Company ( "BB &T "), in accordance with the proposal dated January 13, 2014. The amount financed shall not exceed $691,937.80 the annual interest rate (in the absence of default or change in tax status) shall not exceed 1.39 %, and the financing term shall not exceed four (4) years from closing. 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 proposal and this resolution. The Financing Documents shall include a Lease Agreement and Project Fund Agreement. 3. The City Managerr 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 Managerr 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. 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). 5. The City intends that the adoption of this resolution will be a declaration of the City's official intent to reimburse expenditures for the project that is to be financed from the proceeds of the BB &T financing described above. The City intends that funds that have been advanced, or that may be advanced, from the City's general fund, or any other City fund related to the project, for project costs may be reimbursed from the financing proceeds. 6. 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. CITY OF OCOEE SIGNATURE PAGE FOR RESOLUTION APPROVING FINANCING TERMS ATTEST: 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 1 2014. SHUFFIELD, LOWMAN & WILSON, P.A. BY: APPROVED: CITY OF OCOEE, FLORIDA S. Scott Vandergrift, Mayor DATE: APPROVED BY THE OCOEE CITY COMMISSION AT A MEETING HELD ON , 2014 UNDER AGENDA ITEM NO. Scott A. Cookson, City Attorney USE OF PROCEEDS CERTIFICATE The undersigned Mayor of the City of Ocoee, Florida (the "City "), is among the City officers charged with responsibility for the City's entering into a Lease Agreement dated as of February 7, 2014 (the "Agreement "), with Branch Banking and Trust Company ( "BB &T "). This Certificate is delivered as part of the official record of the proceedings for the delivery of the Agreement. I am executing and delivering this Certificate on behalf of the City to set forth in good faith the City's reasonable expectations concerning the use and investment of financing proceeds and other related matters, in order to assure that interest on the Obligations, as defined below, will be excluded from gross income for federal income tax purposes. I understand that I have an obligation to make the representations in this Certificate both correct and complete. All capitalized terms used in this Certificate and not otherwise defined have the meanings assigned to such terms under the Treasury Regulations applicable to tax - exempt bonds. PURPOSE OF AGREEMENT 1. The City is executing and delivering the Agreement today to provide funds to finance the acquisition (the "Project ") of a two garbage trucks, one tractor, one asphalt truck and one bus (the "Equipment "), and to pay certain financing costs. BB &T will advance funds to the City pursuant to the Agreement for the Project. BB &T is entering into the Agreement for its own account with no current intention of reselling its rights under the Agreement or any interest therein, except that BB &T may make an assignment of payment rights to an affiliate, in whole, at par and without recourse. PROCEEDS; PAYMENT OBLIGATIONS 2. (a) BB &T will today pay directly to the City the full principal amount to be advanced under the Agreement of $691,937.80 (the "Proceeds "). (b) Under the Agreement, the City is obligated to pay Base Payments, as defined in the Agreement, on the dates and in the amounts set forth in the Agreement (the City's obligations to pay Base Payments are referred to in this Certificate as the "Obligations "), subject to prepayment as provided in the Agreement. (c) The Base Payments reflect the repayment of the Proceeds and include a designated interest component corresponding to an annual interest rate of 1.39 %. The City does not expect to prepay any of the Obligations prior to the scheduled payment dates. USE OF PROCEEDS; REIMBURSEMENT 3. (a) All of the Proceeds and all investment earnings thereon will be used to pay Project Costs, including costs incurred in connection with the execution and delivery of the Agreement and interest on the Obligations during the Project period. (b) All of such costs will be incurred and expenditures made subsequent to today, except for reimbursernent to the City for amounts (1) paid not more than 60 days prior to today, (ii) representing engineering, design and similar preliminary expenses in an aggregate amount not exceeding 20% of the principal amount of the Obligations, or (iii) otherwise in an amount not exceeding 5% percent of the Proceeds. (c) All expenditures to be reimbursed occurred not more than 18 months prior to today. None of the Equipment was placed in service more than one year before today. (d) All of the costs to be paid or reimbursed from Proceeds will be Capital Expenditures, and none will be Working Capital Expenditures. No portion of the Gross Proceeds will be used, directly or indirectly, to make or finance loans to two or more ultimate borrowers. QUALIFICATION FOR TEMPORARY PERIOD 4. Work on the Project will begin, or did begin, on or about N/A . Work on the Project will proceed with due diligence, and the Equipment will be placed in service beginning on or about . Within 90 days of today (if it has not already done so), the City will enter into substantial binding obligations to third parties to spend the Proceeds on Project Costs that are capital expenditures in an amount exceeding 5% of the amount financed. The City estimates that all the Proceeds and all the investment earnings thereon will be fully expended within months from today. INVESTMENT PROCEEDS 5. (a) Any earnings or net profit derived from the investment of the Proceeds will be used to pay additional Project Costs or interest on the Obligations not later than the date that is the later of (1) three years from today or (ii) twelve months from the date of the receipt of such earnings. (b) After the date that is three years from today, the City will not invest any of the Gross Proceeds at a Yield in excess of the Yield on the Obligations. (c) No investment will be acquired or disposed of at a cost or price that exceeds its Fair Market Value as of the acquisition date, or which is less than its Fair Market Value as of the disposition date. No portion will be invested in any investment as to which the economic return is substantially guaranteed for more than three years. (d) No portion of the Gross Proceeds will be used, directly or indirectly, to replace funds that the City used (directly or indirectly) to acquire securities or obligations producing (or expected to produce) a Yield higher than the Yield on the Obligations. NO OVER - ISSUANCE OR EXCESSIVE MATURITY 6. (a) The sum of the Proceeds and the reasonably expected investment earnings thereon does not exceed the amount reasonably expected to be required to pay Project Costs, including interest on the Obligations during the Project period and financing costs. PA (b) The term of the Obligations is not longer than reasonably necessary for the governmental purposes thereof, and is not longer than the expected useful life of the Equipment. (c) In connection with the issuance of the Obligations, the City has not utilized any device (not described in this Certificate) which attempts to circumvent the restrictions of the Code to exploit the difference between tax - exempt and taxable interest rates to obtain a material financial advantage. The City has not attempted to increase improperly the burden on the market for tax - exempt securities (for example, by selling its obligations in larger amounts or with longer maturities, or selling them sooner, than would otherwise be necessary). COMPLIANCE WITH REBATE REQUIREMENT 7. In the Agreement, the City has agreed to comply with provisions of the Code which in some circumstances require the City to pay some of its investment earnings to the United States, as provided in Code Section 148. PRIVATE ACTIVITY TESTS 8. No payment on the Obligations is secured by property to be used in any private business. None of the Proceeds are to be used for any such private business use. The City has no leases, management contracts or other agreements with private entities or the federal government for either (a) management or operation of the Equipment, or (b) the use of designated portions of the Equipment. QUALIFIED TAX - EXEMPT OBLIGATIONS 9. (a) None of the Obligations are "private activity bonds" within the meaning of Code Section 141. The aggregate amount of tax - exempt obligations, including the Obligations, issued and reasonably expected as of today to be issued in calendar year 2014 by (i) the City, (ii) all entities on behalf of which the City issues tax - exempt obligations, and (iii) all governmental units that are "subordinate" to the City, within the meaning of Code Section 265(b)(3), and (iv) all entities that issue tax- exempt obligations on behalf of the same such entities, does not exceed $10,000,000. The City has no reason to believe that the City and such other entities will issue tax - exempt obligations in 2014 in an aggregate amount that will exceed such $10,000,000 limit. (b) In making the statements in subparagraph (a) above, I have taken into account (1) all the City's departments and agencies and (ii) all political subdivisions or other entities (x) which have the power to borrow money or enter into contracts and (y) of which the City is a member or over which it has legal or practical control, For all of such entities, I have taken into account all bonds, bond anticipation notes, installment or lease - purchase contracts and all other obligations to pay money (excluding only current accounts payable and private activity bonds) issued or to be issued or contracted by such entities in calendar year 2014. 3 INVESTED SINKING FUNDS 10. There are no funds (a) to be held under the Agreement or (b) which are pledged as security for the Obligations (including by way of negative pledges), or which will be used to pay the Obligations, or which could be reasonably be expected to be available to pay the Obligations if the City were to encounter financial difficulty. The City will pay the Obligations from its general funds, with there being no obligation (or expectation) on the part of the City or any other entity to segregate or identify any particular funds or accounts for the payment of or security for the Obligations. MISCELLANEOUS 11. (a) No substantial part of the Equipment will be sold, no arrangement has been or will be entered into with respect to the Equipment that would be treated as a sale for federal income tax purposes, and the City expects to use the Equipment for its currently- intended purpose at least until the stated date for final payment of the Obligations, in all cases other than such insubstantial portions as may be disposed of in the ordinary course of business due to normal wear or obsolescence. (b) There are no other tax - exempt bonds, notes or obligations of the City which have been or are expected to be issued or contracted within 20 days before or after today. (c) None of the Proceeds will be used to make any payment on any other City obligation that was contracted in the exercise of the City's borrowing power. (d) No portion of the Obligations is Federally Guaranteed. REASONABLENESS; BINDING EFFECT 12. To the best of my knowledge and belief, the expectations set forth above are reasonable and the statements set forth above are correct. The City's covenants made as described in this Certificate are intended as binding covenants of the City. The remainder of this page has been left blank intentionally; signature page follows. Ell CITY OF OCOEE SIGNATURE PAGE FOR USE OF PROCEEDS CERTIFICATE APPROVED: ATTEST: CITY OF OCOEE, FLORIDA Beth Eikenberry, City Clerk (SEAL) S. Scott Vandergrift, Mayor DATE: FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, FLORIDA APPROVED AS TO FORM AND LEGALITY this day of 2013 SHUFFIELD, LOWMAN & WILSON, P.A. APPROVED BY THE OCOEE CITY COMMISSION AT A MEETING HELD ON 1 2013 UNDER AGENDA ITEM NO. BY: Scott A. Cookson, City Attorney [Form of City Attorney's Opinion] [To Be Prepared on Attorney's Letterhead] February 7, 2014 City of Ocoee, Florida Branch Banking and Trust Company ( "BB &T ") Charlotte, North Carolina 5691,937.80 Lease Financing for the City of Ocoee, Florida Ladies and Gentlemen: I have represented the City of Ocoee, Florida, (the "City "), in connection with the City's authorization, execution and delivery of the following: (1) A Lease Agreement dated as of February 7, 2014 (the "Lease Agreement "), between the City and BB &T; and (2) A Project Fund Agreement dated as of February 7, 2014 (the "Project Fund Agreement "), between the City and BB &T. In this connection, I have reviewed (a) the Constitution of the State of Florida and other applicable law; (b) certain proceedings taken by the City, a resolution approving financing terms (the "Resolution ") pertaining to the authorization of the above documents and related transactions; (c) executed copies of the Lease Agreement and the Project Fund Agreement (the "Agreements "); and (d) such other information and documents as I have deemed relevant in order to render this opinion. Based upon the foregoing, it is my opinion that: The City is a Florida public body duly existing pursuant to Florida law. 2. The City has duly adopted the Resolution. 3. The City has duly authorized, executed and delivered each Agreement. Assuming the due authorization, execution and delivery of an Agreement by every other party thereto, each such Agreement constitutes a valid and binding agreement of the City enforceable in accordance with its terms. The enforceability of the City's obligations with respect to the Agreements is subject to the provisions of bankruptcy, insolvency, reorganization, moratorium and similar laws affecting the enforcement of creditors' rights. The enforceability of such obligations is also subject to usual equity principles, which may limit the specific enforcement of certain remedies. 4. No further approval, consent or withholding of objections is required from any federal, state or local government authority with respect to the City's entering into the Lease Agreement, the City's performing its obligations thereunder or the transactions contemplated thereby. The City has complied with all required public- bidding procedures regarding the Equipment (as defined in the Lease Agreement) and the transactions contemplated by the Lease Agreement. 5. All of the Equipment described in the Lease Agreement as intended to be financed by the City will be personal property when installed as expected, and no portion will be real property or a "fixture" within the meaning of the Florida Uniform Commercial Code. 6. To the best of my knowledge after reasonable investigation, neither (a) the adoption of the Resolution, nor (b) the execution and delivery of the Agreements or the consummation of the transactions contemplated thereby, nor (c) the fulfillment of or compliance with the terms and conditions of the Agreements, breaches or violates any provision of any contract, lease, instrument or other agreement or any judgment, order or decree of any court or other governmental authority to which the City is a party or by which the City is bound. No event or condition has happened or existed, or is happening or existing, under the provisions of any such instrument which, at this time, constitutes a default or which, with notice or lapse of time or both, would constitute an event of default under any such contract, lease, instrument or other agreement or any such judgment, order or decree. 7. There is no litigation or any proceeding before any governmental agency pending or, to the best of my knowledge after reasonable investigation, threatened against the City (or any official thereof in an official capacity) with respect to (a) the City's organization or existence, (b) the City's authority to execute and deliver the Agreements, to adopt the Resolution or to comply with the terms thereof, (c) the transactions contemplated by the Agreements and the Resolution, (d) the title to office of any City governing board member or any other City officer, or (e) any authority or proceedings relating to the City's execution or delivery of any of the Agreements. Very truly yours, Form 8038 -G Information Return for Tax - Exempt Governmental Obligations (Rev. September 2011) ► Under Internal Revenue Code section 149(e) Department of the Treasury ► See separate instructions. OMB No. 1545 -0720 Internal Revenue Service Caution: If the issue price is under $100,000, use Form 8038 -GC. o „__....__ .._� If Amend Rfi Rati rho,L V,.,... b� (1 City of Ocoee, Florida 3a Name of person (other than issuer) with whom the IRS may communicate about this return (see instructions) 2 Issuer's employer identification number (l 59- 6019764 3b Telephone number of other person shown on 3a 4 Number and street (or P.O. box if mail is not delivered to street address) Room /suite 5 Report number (For IRS Use Only) 150 N. Lakeshore Drive (b) Issue price 6 City, town, or post office, state, and ZIP code 3 7 Ocoee, Fl orida 34761 Date of issue 8 Name of issue 02/07/2014 13 9 CUSIP number $691,937.80 equipment installment financing 13 10a Name and title of officer or other employee of the issuer whom the IRS may call for more information (see instructions) 10b Telephone number of officer or other 14 employee shown on 10a S. Scott Vandergrift, Mayor 14 Type of Issue (enter the issue price). See the instructions and at tach s chedule. 407. 905.3100 I taucatlon . . . . . . 11 (a) Final maturity date (b) Issue price 12 Health and hospital . . . . . . . . . . . . . . , . , . . 12 13 Transportation . . . . . , . , . , . . . (e) Y ield 13 11/07/2017 691,937.80 691,937.80 vears Uses of Proceeds of Bond Issue (including underwriters' discount) — 14 Public safety . . . . . . . . , . . . . . . . . . . . . . 14 23 15 Environment (including sewage bonds) . . . . . . . . . . . . . 1 5 23 691,937 16 Housing . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 0 17 Utilities . 17 Proceeds used for credit enhancement . . . . . . . . . . . 25 18 . . . . . Other. Describe 11 2 garbage trucks, 1 tractor, 1 asphalt truck, 1 bus 1 691,937 26 19 If obligations are TANS or RANs, check only box 19a . . . , . . Ii � 80 If obligations are BANS, check only box 19b . . . . . , . , , , . ► El 27 20 If obligations are in the form of a lease or installment sale, check box . . . . . . . . ► 71 uescriptlon of Obligations. Complete for the entire issue for which this form is being filed. (a) Final maturity date (b) Issue price (c) Stated redemption ighted price at maturity A�a verage maturity (e) Y ield 21 12 MAM 11/07/2017 691,937.80 691,937.80 vears Uses of Proceeds of Bond Issue (including underwriters' discount) 1.39 °/o 22 Proceeds used for accrued interest 23 . . . . . . . . . Issue price of entire issue (enter amount from line 21, column (b)) . . . . . 22 23 691,937 80 24 Proceeds used for bond issuance costs (including underwriters' discount) . . 24 0 25 Proceeds used for credit enhancement . . . . . . . . . . . 25 26 Proceeds allocated to reasonably required reserve or replacement fund . 26 27 Proceeds used to currently refund prior issues . . . , . . , , . P7 28 Proceeds used to advance refund prior issues . . . . . . . . , 28 29 Total (add lines 24 through 28) . . . 30 . . . . . . . . . . . . . Nonrefunding proceeds of the issue (subtract line 29 from line 23 and enter amount here) 29 0 - Description of Refunded Bonds. Complete this part only for refunding bonds. 30 691,937 80 31 Enter the remaining weighted average maturity of the bonds to be currently refunded . . ► 32 . . Enter the remaining weighted average maturity of the bonds to be advance refunded ► years 33 . . . . Enter the last date on which the refunded bonds will be called (MM /DD/YYYY) . . . . , , ► years 34 Enter the date(s) the refunded bonds were issued ► (MM /DDNYYY) For Paperwork Reduction Act Notice, see separate instructions. cat. No. 637735 Form 8038 -G (Rev. 9 -2011) Form 8038 -G (Rev. 9-2011) Miscellaneous Page 2 35 Enter the amount of the state volume cap allocated to the issue under section 141(b)(5) 35 36a Enter the amount of gross proceeds invested or to be invested in a guaranteed investment contract (GIC) (see instructions) . . . . . . . . . . . . . . . . . . . . . . . . . 36a b Enter the final maturity date of the GIC ► c Enter the name of the GIC provider ► 37 Pooled financings: Enter the amount of the proceeds of this issue that are to be used to make loans to other governmental units . . . . . . . . . . . . . . . . . . . . . . . . 37 38a If this issue is a loan made from the proceeds of another tax - exempt issue, check box ► ❑ and enter the following information: b Enter the date of the master pool obligation Do- c Enter the EIN of the issuer of the master pool obligation ► d Enter the name of the issuer of the master pool obligation ► 39 If the issuer has designated the issue under section 265(b)(3)(B)(i)(111) (small issuer exception), check box . . . . ► ❑✓ 40 If the issuer has elected to pay a penalty in lieu of arbitrage rebate, check box . . . . . . . . . ► ❑ 41a If the issuer has identified a hedge, check here ► ❑ and enter the following information: b Name of hedge provider ► c Type of hedge ► d Term of hedge ► 42 If the issuer has superintegrated the hedge, check box ► ❑ 43 If the issuer has established written procedures to ensure that all nonqualified bonds of this issue are remediated according to the requirements under the Code and Regulations (see instructions), check box . . , . . , , ► ❑ 44 If the issuer has established written procedures to monitor the requirements of section 148, check box . . ► ❑ 45a If some portion of the proceeds was used to reimburse expenditures, check here ► ❑ and enter the amount of reimbursement . . . . . . . . . ► b Enter the date the official intent was adopted ► Under penalties of perjury, I declare that I have examined this return and accompanying schedules and statements, and to the best of my knowledge Signature and belief, they are true, correct, and complete. I further declare that I consent to the IRS's disclosure of the issuer's return information, as necessary to and process this return, to the person that I have authorized above. Consent ' S. Scott Vandergrift, Mayor ' Signature of issuer's authorized representative Date Type or print name and title Paid Print/Type preparer's name Preparer's signature Date PTIN Check [] if Preparer self- emplo Use Only irm's name ► y Firm's EIN ► Firm's address ► Phone no. Form 50.38 -G (Rev. 9 -2011) H D R 9 1 1 1 1-OZ- 11 M BUT Governmental Finance 5130 Parkway Plaza Boulevard Building #9 Charlotte, North Carolina 28217 (704) 954 -1700 Fax(704)954 -1799 INVOICE 9909001665 -00001 City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761 1" installment payment 544,380.35 Payment due at closing on February 7, 2014 [to be paid by check at closing] REMIT FUNDS TO: BB &T Governmental Finance 5130 Parkway Plaza Blvd. Charlotte, NC 28217 CITY OF OCOEE, FLORIDA INVOICING INFORMATION SHEET CONTRACT NUMBER: 9909001665 -00001 CONTRACT DATE: February 7, 2014 INVOICING ADDRESS: CONTACT PERSON: PHONE NUMBER: FAX NUMBER: CONTACT PERSON'S E -MAIL ADDRESS: Please return this completed form to: Ms. Trina Britt Project Specialist BB &T Governmental Finance 5130 Parkway Plaza Boulevard, Building 9 Charlotte, North Carolina 28217 STATE OF NORTH CAROLINA COUNTY OF WILSON AFFIDAVIT OF LISA R HEDGPETH BEFORE ME, the undersigned Notary Public, personally appeared Lisa R. Hedgpeth, who, being known to me and first duly sworn, deposes upon oath and testifies as follows: 1. My name is Lisa R. Hedgpeth, and I am a resident and citizen of the State of North Carolina. I am a Vice President for Branch Banking and Trust Company (`BB &T "). 2. I am providing this affidavit to comply with the law of the applicable jurisdiction which requires that any contractor doing business with the jurisdiction shall not knowingly hire for employment, employ or continue to employ an unauthorized alien. 3. To that end, I attest that BB &T has enrolled in the E- Verify program. BB &T's Identification Number is 53929. Lisa R. Hedgpeth, VP Branch Banking and Trust Company SWORN TO AND SUBSCRIBED BEFORE ME, this the X day of "7 O r 2012. (Seal) NOTARY PUBLIC 157' Printed Name: /& My Commission Expires: a x " ����� Company ID Number: 53929 E- VERIFY MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Social Security Administration (SSA), the Department of Homeland Security and BB &T (Employer) regarding the Employer's participation in E- Verify. E- Verify is a pilot program in which the employment eligibility of all newly hired employees will be confirmed after the Employment Eligibility Verification Form (Form I -9) has been completed. Authority for E- Verify is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104 -208, 110 Stat. 3009. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBLITIES OF THE SSA 1. Upon completion of the Form I -9 by the employee and the Employer, and provided the Employer complies with the requirements of this MOU, SSA agrees to provide the Employer with available information that will allow the Employer to confirm the accuracy of Social Security Numbers provided by all newly hired employees and the employment authorization of some newly hired employees. 2. The SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in E- Verify. The SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during E- Verify. 3. The SSA agrees to safeguard the information provided by the Employer through E- Verify procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of E- Verify or such other persons or entities who may be authorized by the SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 4. SSA agrees to establish a means of automated verification that is designed (in conjunction with the Department of Homeland Security's automated system if necessary) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to establish a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to SSA, unless it determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. Revised: March 23, 2007 Company ID Number: 53929 E- VERIFY MEMORANDUM OF UNDERSTANDING B. RESPONSIBLITIES OF THE DEPARTMENT OF HOMELAND SECURITY 1. Upon completion of the Form 1 -9 by the employee and the Employer, and completion by the Employer of SSA verification procedures required prior to initiation of Department of Homeland Security verification procedures, the Department of Homeland Security agrees to provide the Employer access to selected data from the Department of Homeland Security's database to enable the Employer to conduct automated verification checks on newly hired alien employees by electronic means. 2. The Department of Homeland Security agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in E- Verify. The Department of Homeland Security agrees to provide the Employer names, titles, addresses, and telephone numbers of Department of Homeland Security representatives to be contacted during E- Verify, including one or more individuals in each Department of Homeland Security district office covering an area in which the Employer hires employees covered by this MOU. 3. The Department of Homeland Security agrees to provide to the Employer a manual containing instructions on E- Verify policies, procedures and requirements for both SSA and Department of Homeland Security, including restrictions on use of E- Verify procedures (the E- Verify Manual). The Department of Homeland Security agrees to provide training materials on E- Verify. 4. The Department of Homeland Security agrees to provide to the Employer a notice, which indicates the Employer's participation in E- Verify. The Department of Homeland Security also agrees to provide to the Employer anti - discrimination notices issued by the Office of Special Counsel for Immigration - Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5. The Department of Homeland Security agrees to issue the Employer a user identification number and password that will permit the Employer to verify information provided by alien employees with Department of Homeland Security's database. 6. The Department of Homeland Security agrees to safeguard the information provided to the Department of Homeland Security by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of E- Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the INA and federal criminal laws, and to ensure accurate wage reports to the SSA. 7. The Department of Homeland Security agrees to establish a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. Revised: March 23, 2007 Company ID Number: 53929 E- VERIFY MEMORANDUM OF UNDERSTANDING 8. The Department of Homeland Security agrees to establish a means of secondary verification (including updating Department of Homeland Security records as may be necessary) for employees who contest Department of Homeland Security tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to the Department of Homeland Security, unless it determines that more than 10 days may be necessary. In such cases, the Department of Homeland Security will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by the Department of Homeland Security in a prominent place that is clearly visible to prospective employees. 2. The Employer agrees to provide to the SSA and the Department of Homeland Security the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E- Verify. The Employer agrees to become familiar with and comply with the E- Verify Manual, 4. The Employer agrees that all Employer Representatives performing employment verification queries will complete the E- Verify Web -Based Tutorial. 5. The Employer agrees to comply with established Form I -9 procedures, with one exception: When an employee presents a "List B" identity document, the Employer agrees that it will only accept "List B" documents that contain a photograph. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I -9 process to establish identity). 6. The Employer understands that participation in E- Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms I -9 that relate to its employees, or from other requirements of applicable regulations or laws, except for the following modified requirements applicable by reason of the Employer's participation in E- Verify: (1) identity documents must have photographs, as described in paragraph 5 above; (2) a rebuttable presumption is established by section 403(b) of I1RIR.A that the Employer has not violated section 274A(a)(1)(A) of the INA with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in compliance with the terms and conditions of E- Verify; (3) the Employer must notify the Department of Homeland Security if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $500 and $1,000 for each failure to notify the Department of Homeland Security of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ any employee after receiving a final noneonfirmation; and (5) no person or entity participating in E- Verify shall be civilly or criminally liable under any law for any action taken in good faith on information provided through the confirmation system. The Department of Homeland Security reserves the right to conduct Form I -9 compliance inspections during the course of E- Verify, as well as to conduct any other enforcement activity authorized by law. Revised: March 23, 2007 Company ID Number: 53929 E- VERIFY MEMORANDUM OF UNDERSTANDING 7. The Employer agrees to initiate the E- Verify verification procedures within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form I -9 have been completed), and to complete as many (but only as many) steps of the E- Verify process as are necessary according to the E- Verify Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form I -9 completed. If the automated system to be queried is temporarily unavailable,.the 3 -day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the Employer will use the SSA verification procedures first, and will use the Department of Homeland Security verification procedures only as directed by the SSA verification response. S. The Employer agrees not to use the E- Verify procedures for pre - employment screening of job applicants, support for any unlawful employment practice, or any other use not authorized by this MOU. The Employer will not verify selectively; it agrees to use the E- Verify procedures for all new hires as long as this MOU is in effect. The Employer agrees not to use E- Verify procedures for reverification, or for employees hired before the date this MOU is in effect. The Employer understands that should the Employer use the E- Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and the immediate termination of its access to SSA and Department of Homeland Security information pursuant to this MOU. 9. The Employer agrees not to take any adverse action against an employee based upon the employee's employment eligibility status while SSA or the Department of Homeland Security is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or Department of Homeland Security automated verification to verify work authorization, or a tentative nonconfirmation, does not mean, and should not be interpreted as, an indication that the employee is not work authorized. 10. The Employer agrees to comply with section 274E of the INA by not discriminating unlawfully against any individual in hiring, firing, or recruitment practices because of his or her national origin or, in the case of a protected individual as defined in section 27413(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include discharging or refusing to hire eligible employees because of their foreign appearance or language, and that any violation of the unfair immigration- related employment practices provisions of the INA could subject the Employer to civil penalties pursuant to section 274B of the INA and the termination of its participation in E- Verify. If the Employer has any questions relating to the anti- discrimination provision, it should contact OSC at 1- 800 - 255 -7688 or 1- 800 - 237 -2515 (TDD). 11. The Employer agrees to record the case verification number on the employee's Form I -9 or to print the screen containing the case verification number and attach it to the employee's Fonn I -9. 12. The Employer agrees that it will use the information it receives from the SSA or the Department of Homeland Security pursuant to the E -Verify and this MOU only to confirm the employment eligibility of newly -hired employees after completion of the Form I -9. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, Revised: March 23, 2007 Company ID Number: 53929 E- VERIFY MEMORANDUM OF UNDERSTANDING including ensuring that it is not disseminated to any person other than employees of the Employer who need it to perform the Employer's responsibilities under this MOU. 13. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 14. The Employer agrees to allow the Department of Homeland Security and SSA, or their authorized agents or designees, to make periodic visits to the Employer for the purpose of reviewing E- Verify- related records, i.e., Forms I -9, SSA Transaction Records, and Department of Homeland Security verification records, that were created during the Employer's participation in E- Verify. In addition, for the purpose of evaluating E- Verify, the Employer agrees to allow the Department of Homeland Security and SSA or their authorized agents or designees, to interview it regarding its experience with the E- Verify, to interview employees hired during E- Verify concerning their experience with the pilot, and to make employment and E- Verify- related records available to the Department of Homeland Security and the SSA, or their designated agents or designees. ARTICLE III REFERRAL OF INDIVIDUALS TO THE SSA AND THE DEPARTMENT OF HOMELAND SECURITY A. REFERRAL TO THE SSA 1. The Employer will refer individuals to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 2. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a referral letter and instruct the employee to visit an SSA office to resolve the discrepancy within 8 Federal Government work days. The Employer will make a second inquiry to the SSA database using the E- Verify procedures on the date that is 10 Federal Government work days after the date of the referral in order to obtain confirmation, or final nonconfirmation. 3. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA (other than the Social Security Number Card). B. REFERRAL TO THE DEPARTMENT OF HOMELAND SECURITY Revised: March 23, 2007 Company ID Number: 53929 E- VERIFY MEMORANDUM OF UNDERSTANDING 1. The Employer agrees to refer individuals to the Department of Homeland Security only when the verification response received from the Department of Homeland Security automated verification process indicates a tentative nonconfirmation, and the employee contests the tentative nonconfirmation. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 2, If the Employer receives a tentative nonconfirmation from the Department of Homeland Security, the Employer will record the case verification number and date on the Form I -9 or print the screen showing the case verification number and attach the printout to the Form I -9, determine whether the employee contests the tentative nonconfirmation, and instruct an employee who contests to contact the Department of Homeland Security to resolve the discrepancy within 8 Federal Government work days, using E- Verify procedures. The Department of Homeland Security will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral. ARTICLE IV SERVICE PROVISIONS The SSA and the Department of Homeland Security will not charge the Employer for verification services performed under this MOU. The Employer shall be responsible for providing equipment needed to make inquiries. To access E- Verify, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and the Department of Homeland Security conduct E- Verify unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Termination by any party shall terminate the MOU as to all parties. The SSA or the Department of Homeland Security may terminate this MOU without prior notice if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or the Department of Homeland Security that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. Some or all SSA and Department of Homeland Security responsibilities under this MOU may be performed by contractor(s). Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against BB &T (Employer), its agents, officers, or employees. Revised: March 23, 2007 Company ID Number: 53929 E- VERIFY MEMORANDUM OF UNDERSTANDING Each party shall be solely responsible for defending any claim or action against it arising out of or related to E- Verify or this MOU, whether civil or criminal, and for any liability therefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. The employer understands that the fact of its participation in E- Verify is not confidential information and may be disclosed as authorized or required by law and USCIS or SSA policy, including but not limited to, Congressional oversight, E- Verify publicity and media inquiries, and responses to inquiries under the Freedom of Information Act (FOIA). The foregoing constitutes the full agreement on this subject between the SSA, the Department of Homeland Security, and the Employer. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer, SSA, and the Department of Homeland Security respectively. If you have any questions, contact E- Verify at 888- 4644218. Employer BB &T Lisa Hedgpeth Name (Please type or print) Electronically Signed Signature Social Security Administration Name (Please type or print) Signature Title 09/14/2007 Date Title Date Department of Homeland Security — Employment Eligibility Verification Program USCIS Verification Division Name (Please type or print) Title Electronically Signed 09/14/2007 ------------------ - ------------------------- Signature Date 7 Revised; March 23, 2007 Company ID Number: 53929 E- VERIFY MEMORANDUM OF UNDERSTANDING Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Lisa R Hedgpeth Telephone Number: (252) 246 - 2031 Fax Number: (252) 246 - 4030 E -mail Address: LHedgpeth @bbandt.com 8 Revised: March 23, 2007 INFORMATION REQUIRED FOR THE E- VERIFY PROGRAM Information relating to your Company: Company Name: BB &T Company Facility Address: 223 West Nash Street Wilson, NC 27893 Company Alternate Address: County or Parish: WILSON Employer Identification Number: 560939887 North American Industry Classification Systems Code: 521 Parent Company: BB &T 10,000 and Number of Employees: over Number of Sites Verified for: 30 Are you verifying for more than I site? If yes, please provide the number of sites verified for in each State. NORTH CAROLINA 30 site(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Lisa R Hedgpeth Telephone Number: (252) 246 - 2031 Fax Number: (252) 246 - 4030 E -mail Address: LHedgpeth @bbandt.com 8 Revised: March 23, 2007 W IRT , WESTERN STAR TRIKItS' TAMPA TRUCK CENTER 7528 U.S. Hwy. 301 N. Tampa, Fl. 33637 Ph.: 813-262-0890 Fax: 813- 262 -0983 9/6/2014 To: Mr. Bill Simmons, City of Ocoec Subject: Purchase of one 2014 Freightliner M2 Chassis with I<A.NN ASL Reference: State of Florida Term Contract 070- 700 -11 -1, Medium & Heavy Trucks Bill, Thank you for your interest in our product. Here's the breakdown of your quote using the State of Florida Contract: Specification #070 -700 -362: Freightliner M2 106 Chassis: $ 79,926.08 OPTIONS Cummins 345HP @1150 LB /FT Torque, 3000RDS Transmission, 46K $123,963.92 Haulmaxx Suspension, Dual steer with dual sit down, I<ANN 28 YD Automated Side Loader to City specs. TOTAL: $203,890.00EA. Please call if you have any questions, or need further information. I can be reached via email or by telephone. My contact information is shown below. Sincerely, A� 4 Scott Endris Municipal/Fleet. Sales Tampa Truck Center sendrisO,,tampaftl.com 813- 293 -0866 Medium & Heavy Trucks / State Term Contracts / State Contracts, Agreements and Price ... Pagel of 3 Department of Management Services Department of Management Services > Business Operations > State Purchasing > Vendor Information > State Contracts. Agreements and Price Lists > State Term Contracts > Medium & Heavy Trucks Rate this ContractView Survey Results << Return Medium & Heavy Trucks 070 - 700 -11 -1 Effective Period 10/04/2010 through 09/30/2016 Contract Type State Term Contract Contract Information • Pricing • Contractors Microsoft Word - (msword 1.10 MB) Contract Documents PDF - (pdf 1.19 MB) Amendments and Memorandums • Charles Day Contract Administration • 850- 410 -2426 • Charles. DayCcbdms.myflorida.com Commodity Codes 070 -700 Description This State Term Contract is for the purchase of new Class 6, 7, and 8 medium and heavy chassis -cab trucks with or without installed options including various truck bodies and accessories. Benefits • Prices equate to discounts ranging from 10% to 74% off of list price (MSRP) based on truck, body, and selected options (specific ceiling prices listed) • Additional discounts possible for large quantity, identical vehicle orders • Lead -time: 90 - 180 days (based on truck, body, and selected options) • Delivery included in price • Statewide awards • Wide product selection with approximately 86 base vehicles on contract, each with associated options • Manufacturer's standard most - inclusive government warranty • Model year pricing updates tied to Producer Price Index • Includes select Ford, Freightliner, and International brand trucks with modern compliant emissions http:/ /www.dms.myflorida.comlbusiness_ operations / state _purchasinglvendor_informatio... 10/30/2013 Contractors / Medium & Heavy Trucks / State Term Contracts / State Contracts, Agreeme... Page 1 of 2 Department of Management Services Department of Management Services > Business Operations > State Purchasing > Vendor Information > State Contracts, Agreements and Price Lists > State Term Contracts > Medium & Heavy Trucks > Contractors Rate this ContractView Survey Results < < Return Medium & Heavy Trucks 070 - 700 -11 -1 Contractors http: / /www. dms.myflorida. comlbusiness_ operations / state _purchasinglvendor_informatio... 10/30/2013 Florida Climate Utilizes Recycled Coverage Name CBE Code Friendly Authorized products Area Preferred Resellers Products Atlantic Ford Truck A - Non - Sales Inc dba Atlantic Minority No No No Statewide Truck Center (A) Davidson Ford LTD dba A - Non- Minority No No No Statewide Mike Davidson Ford (A) Four S r Freightliner,_ I A- Nor I No No I No I Statewide j Inc. A { Minority H - African - Hub City Ford, Inc. (H) American, No No No Statewide Certified A - Non- Navistar, Inc. (A) I Minority I No I No I No (Statewide / Tampa Truck Center I A - Non- I No I No I No I Statewide / LLC A Minority http: / /www. dms.myflorida. comlbusiness_ operations / state _purchasinglvendor_informatio... 10/30/2013 FLORIDA STATE TERM CONTRACT NO. 070- 000 -11 -1 Section 7.1 PRICE SHEETS 070 - 700 -362 CHASSIS -CAB TANDEM AXLE CLASS 8, 64 000 LBS. GVWR (6X4) 33A -HD (REV 002 9 -30 -2013) FREIGHTLINER M2 INTERNATIONAL 7000 - SERIES, OR APPROVED EQUIVALENT NOTE: This detailed specification is not complete unless it is used in conjunction with all conditions of the Technical Specifications, INTENDED USE INSTALLATION OF VARIOUS AFTERMARKET BODIES AND TRANSPORTING UP TO TWO (2) INDIVIDUALS. 64,000 LBS. PAYLOAD CAPACITY 41,800 LBS. (APPROX) *GVWR - Gross Vehicle Weiqht Rating is the total maximum weiqht of a fully equipped, fully loaded truck. 10 ENGINE: A. Diesel engine, wet sleeve, 8.3L, 285 Gross HP (per the latest issue of SAE J1349) and 800 lbs. -ft. Gross Torque, minimum. State Liters, Gross HP and Gross Torque. LITERS, GROSS HP & GROSS TORQUE Tampa Truck Center -8.3L, 300HP, 860 LB /FT Torque B. Emissions shall meet or exceed all applicable federal and State of Florida emissions and environmental laws, regulations, specifications, standards, and requirements in effect as of the date of manufacture. State Engine/ Emissions Type (Advanced EGR (Exhaust Gas Recirculation) SCR [Selective Catalytic Reduction), or Other) and Urea Tank Size (in gallons), if required. ENGINE /EMISSIONS TYPE Tampa Truck Center -SCR UREA TANK SIZE (GALS.) Tampa Truck Center -6 Gallons C. Standard coolinq system with antifreeze. D. Dry type air cleaner with service (restriction) indicator. E. Engine protection system, at a minimum, must be activated by low engine oil pressure, and high engine temperature. System shall, at a minimum, include a warning light(s) and derate (ramp down) feature that will reduce engine power and speed, or shut down the enqine when any of these functions exceed normal limits. 12 ELECTRICAL SYSTEM: A. Minimum 100 amps 12 v. alternator. B. Batteries to have a minimum total of 1100 CCA Ca) 0 deqrees F. 20 TRANSMISSION: A. Minimum six (6)-speed automatic transmission with provisions for a PTO. Allison 350ORDS or Approved Equivalent. B. Electronic PTO overspeed control. Chelsea, Muncie or Approved Equivalent. State manufacturer and model no. bid. MFR. Tampa Truck Center MODEL NO. Tampa Truck Center -SPD -1000 30 AXLES & SUSPENSION: A. Steel front axle and suspension, minimum 18,000 lbs. capacity. B. Front shock absorbers. C. Front wheel oil- lubricated bearinqs and seals. D. Single speed tandem drive rear axle, minimum 46,000 lbs. capacity. Rear axle ratio is to be a 6.14/6.17, or the closest possible ratio available that will provide a top speed of approximately 65 MPH. Minimum 46,000 Ibs. rear suspension with minimum 54 inch steel walking beams. Hendrickson RT2- 460/RT463 or Approved Equivalent. State rear suspension type & capacity, rear axle ratio, and top speed (MPH). REAR SUSPENSION TYPE & CAPACITY Tampa Truck Center - Hendrickson RT463, 46,000 lbs. REAR AXLE RATIO Tampa Truck Center -6.14 TOP SPEED MPH Tampa Truck Center =67 MPH E. "No- Spin" or driver control traction differential (DCDL) for the rearmost axle or both rear axles. F. Front wheel hubs and rear axle shall be filled with synthetic lubricant. 40 PERFORMANCE ITEMS: A. Factory installed speedometer; odometer, ammeter or voltmeter, fuel gauge, engine oil pressure gauge, coolant temperature gauge, tachometer, air pressure qauqe and dash mounted enqine hour meter. B. Power steerinq. 50 COMFORT ITEMS: A. Factory installed AM -FM radio. B. Air conditioner with inteqral heater and defroster. C. Arm rests both sides, if available; sun visors, both sides. D. Tinted glass all windows, includinq windshield. 60 SAFETY ITEMS: A. Air horn(s), mounted under the cab or hood, or behind the front bumper. B. Standard electric horn. C. Daytime running lights. FLORIDA STATE TERM CONTRACT NO. 070 - 000 -11.1 Section 7.1 PRICE SHEETS D. Outside mirrors, left and right side. Mirrors to be six (6) x twelve (12) inches, minimum, with convex mirrors on both sides. Mirrors and brackets shall be of rust and corrosive resistance materials such as stainless steel, aluminum, coated metals or composite materials. Painted mirrors and brackets are not acceptable. E. Automatic - adjustable volume backup alarm. Must meet latest issue of SAE J994, Type B, 107dB (A). Factory or dealer installed. F. Rain Flaps: Splash and spray suppressant rain flaps, straight grass type, installed on heavy -duty hangers. Factory or dealer installed. NO VENDOR ADVERTISING OR IDENTIFICATION WILL BE PERMITTED ON RAIN FLAPS. G. All access steps shall be self-cleaning slip- resistant gratinq. 62 BRAKES: A. ABS air brake system, minimum 13.2 cfm air compressor. B. Spring applied parking brake. C. Front and rear automatic slack adjusters. D. Front and rear dust shields. E. Outboard mounted brake drums, front and rear, if available. (NOTE: Allows brake repair without removing axle hubs.) F. Low air pressure warninq indicator. G. Air dryer with heater. Bendix AD -9, AD -IP, AD -IS, Wabco System Saver 1200 or Approved Equivalent. State air dryer with heater type. AIR DRYER WITH HEATER TYPE Tampa Truck Center =WABCO SS -1200 with heater 70 TIRES & WHEELS: A. Tubeless radial tires with highway tread. Bid eight (8) 11 R22.5H (16 PR) or larger rear tires and two (2) 385/65R22.5J (18PR) or larger front tires. B. All wheels to be one -piece steel disc, ten (10) -hole, I.S.O. hub pilot mount, 22.5 inch diameter. C. Inside rear and outside rear wheels to be fully interchanqeable. 80 CHASSIS, FRAME, CAB: A. Minimum 64,000 lbs. GVWR, factory certified. State GVWR lbs. GVWR LBS. Tampa Truck Center =64000 lbs. B. Minimum 2,700,000 in-lbs. RBM to rear end of frame, factory reinforced if necessary. State frame RBM in-lbs. FRAME RBM IN -LBS. Tampa Truck Center- C. Original Equipment Manufacturer's (OEM's) standard Cab -to -axle (CA) dimension. State cab -to -axle dimension for representative model bid. CAB /AXLE DIMENSION INCH(ES) Tampa Truck Center- D. Factory installed fuel tank(s), minimum 100 U.S. qallons. State fuel tank(s) capacity. FUEL TANK(S) CAPACITY Tampa Truck Center Gallons E. Front tow hooks or tow pins. F. Standard front bumper. 82 CAB EQUIPMENT: A. Conventional cab, with tilt -type hood and fender assembly. B. Hiqh back air suspension driver seat with matchinq fixed base companion seat. C. Grab handle (s) for cab entry, located at each entry door. D. Manufacturer's standard paint and colors. E. Rear cab window with fixed tinted glass. 90 CONDITIONS: A. Bidder shall provide a manufacturer's print -out (Ford "DORA "/ "Commerical Truck Tools ", Freightliner "Spec Pro ", "GM AutoBook ", International "Vehicle Specifications ", Mack "Order /CustomerNehicle Information ", or Approved Equivalent) to verify the vehicle bid meets all the requirements of this specification. Also, any dealer installed aftermarket components, if specified, must be noted on the manufacturer's print -out. B. Welding shall not be permitted on the frame side rails, nor shall the frame rails be cut to lengthen or shorten the wheelbase. Wheelbase modifications are allowed only by sliding the suspension with the "AF" dimension affected accordingly (excess length behind the rear axle may be cut off as required). Any wheelbase modification shall result in a wheelbase and frame combination that is identical to one available from the manufacturer. C. Paint numbers are referenced only to identify colors. COMMODITY NO. DESCRIPTION 070 - 700 -362 CHASSIS -CAB TANDEM AXLE, CLASS 8 64,000 LBS. GVWR (6X4) Statewide RESPONDENT TAMPA TRUCK CENTER MAKE FREIGHTLINER MODEL (NAME AND #) M2 -106 DISCOUNT* $0 PRICE $79,926.08 *Discount amount off vehicle Price if picked up by ordering Eligible User at Contractor's place of business. Page 2 of 3 FLORIDA STATE TERM CONTRACT NO. 070 - 000.11 -1 Section 7.1 PRICE SHEETS Approximate delivery time required after receipt of order: Tampa Truck Center -90 -120 Days 070-700-362 CHASSIS -CAB, TANDEM AXLE, CLASS 8 64,000 LBS. GVWR (6X4) OPTIONS: 1001 Delay in warranty start date to allow for body installation. (Warranty to become effective when vehicle is placed in service rather than at time of delivery). CODE Tampa Truck Center - Customer to advise when truck is put in service PRICE Tampa Truck Center--NC 5001 Rain shields over door windows, both sides. Auto Ventshade Co., or Approved Equivalent. Factory or dealer installed. CODE Tampa Truck Center- Ventshade PRICE Tampa Truck Center 6001 Front clearance indicators. Factory or dealer installed. (Indicators shall be approximately thirty -six (36) inches in length located on the left and right front corners of the vehicle.) CODE Tampa Truck Center PRICE Tampa Truck Center 6201 Automatic air brake drain system. ClearDrain System or Approved Equivalent. Bid in lieu of the air dryers specified in Section 62. G. Unit must be installed by the vehicle manufacturer. Dealer installed units are not acceptable. SEE SPECIFICATION ADS -1. CODE Tampa Truck Center--477-022 PRICE Tampa Truck Center - $2,080 7001 Tubeless radial tires with on /off highway tread for rear only. Bid eight (8) 11 R22.5H (16PR) or larger tires for on /off highway use. Bid in lieu of base tires. Rear tires to be Bridgestone M711. General D450, Goodyear G164 RTD, Michelin XDE, Hankook Z35A, Double Coin RR150, Continental HDL or Approved Equivalent. CODE Tampa Truck Center - 094 -1E5 PRICE Tampa Truck Center =$181 8001 Pintle hook, installed. To be swivel type and must have a capacity of 49,000 lbs. gross trailer weight and 9800 lbs. vertical load, minimum. Hook shall be installed no more than fourteen (14) inches forward from the end of the body as measured from the center of the eye. Holland Model PH -760, Wallace Model B30 or Approved Equivalent. State manufacturer and model no. bid. MFR. Tampa Truck Center - Wallace MODEL NO. Tampa Truck Center -B30 CODE Tampa Truck Center -B30 PRICE Tampa Truck Center PURCHASER MUST SPECIFY BODY LENGTH AND TYPE (DUMP, STAKE, ETC.) IN ORDER FOR THE DEALER TO INSTALL THE PINTLE HOOK IN THE PROPER LOCATION 8002 Air brake package for straight truck and trailer. Full trailer air brake controls with air lines, glad hands and wiring routed to the rear end of the frame. CODE Tampa Truck Center PRICE Tampa Truck Center 8201 Special state color. DOT Yellow (DuPont Centari L9069A, Freiqhtliner 3258, International 4421). CODE Tampa Truck Center- 980.4H9 _ PRICE Tampa Truck Center -NC 8202 Two -tone colors. Manufacturer's standard two -tone colors. CODE Tampa Truck Center--065-902 PRICE Tampa Truck Center 8203 Hiqh back air suspension passenger seat. Bid in lieu of the matchinq fixed base passenger seat specified in Section 82. B. CODE Tampa Truck Center- PRICE Tampa Truck Center -$339 Page 3 of 3 Go r i pr Seep s. 1 a - t M Ed PRICE QUOTE 2099 Crane Carrier Low -Entry Cab & Chassis with WAYiNE "Curbtender" Automated Sideloader 1A FL Sheriffs Assoc. Bid # 73.99 -0904, 2093 -2094 (4x6 Tandem Axle Refuse Truck, Spec. # 94) Demonstrator (VIN 50130) DATE: October 23, 2013 TO: City of Ocoee Mr. Bill Simmons, Fleet & Solid Waste Mgr. QTY. DESC RIPTION _ _ _ _ _ _ _ PRICE One (1) 2011 Crane Carrler LET2 -26 cab and chassis 62,000 lbs. GVWR, including the following: Cab Equipment: Galvanized steel, 60° tilt w /1 2v tilt assist pump, Low -Entry (19" both sides), Dual driving positions with dual instrumentation, Sears C2 air ride driver's seat, black vinyl — both sides dual cab fans, AM /FM /CD stereo, electric roll -down window (LH), manual roll -down (RH), tilt & telescope steering wheels, both sides air conditioning, electric intermittent windshield wipers, air horn, electric horn, window tint film (in addition to std bronze factory tint) 19" x 8" black 4 -way split Lens, heated whemote control, both sides RH & LH convex spot mirrors, 10 lb Fire extinguisher & Triangle warning Icit Chassis Equipment: Cummins ISL9 -345, 345 lip @ 1900 rpm; 1 150 lb ft a 1400 rpm 18.7 cfm air compressor Cummins engine protection system (gives 30 sec, warning before shutdown for low oil pressure, high coolant temp., or low coolant level 1814 sq. in, radiator w /Extended Life Coolant Diesel Particulate Filter (DPF) & Selective Catalytic Reduction (SCR) with 4" diameter, 36" tall tailpipe w /curved elbow outlet (LH) Allison 3000RDS 5 sp, automatic transmission w /pushbutton control, TranSynd fluid Parker Eco III XL -13" w /restriction indicator Fleetguard FS 1000 Fuel filter /separator, non- heated Bosch Lill 60 - 160 amp alternator Flaming River battery disconnect w /pilot light Batteries; 2 ea. group 31, 925 eca ea. 80 gal. fuel tank, 10 gallon DEF (diesel exhaust fluid) tank Dana - Spicer D2000, 20,000 lb front axle, (46° max, wheel cut) (continued) 506 Bellevue Avenue o Daytona Beach, Florida 32114 -5279 0 (386) 253 -5555 ^ FAX (386) 253 -8537 Webslte; www,containersys .com o small: Info @containersys.com (tt' City of Ocoee CCC.- Curbtender DEMO quote October 23, 2013 Page 2 Tapered parabolic springs, 20,000 lbs. capacity (front) Dana - Spicer S26 -190 rear axle, 5,25:1 ratio (65 mph) Driver Controlled Differential Lock (DCDL) Ridewell Model 209, 46,000 lb, rear suspension Rear: 425/65R 22.5 L (20 ply) Bridgestone M844 L (20 ply) Wheels, front & rear: hub piloted steel disc, black powder coat (PC) Air brakes: 6S /6M ABS Front — 16.5" x 7" Wide Brake Pkg, S -cam w /Bendix/ auto, slack adjusters Rear — 16.5" x 8.62" Wide Brake Pkg. S -cam w /Bendix/ auto, slack adjusters Tires: Front: 315/80R 22.5 — L (20 ply) Bridgestone M860 radials Mid (drive): 1 I R 22,5 — H (16 ply) Bridgestone R250ED radials Rear: 425/65R 22.5 — L (20 ply) Bridgestone M8441 radials Bendix AD9EP air dryer Front end PTO adapter Back -up alarm "LED" clearance, marker, & turn signal lights Paint: White urethane cab Black urethane frame & bumper All other std, equip, Body Equipment: 2011 WAYNE Curbtender 27 cu. yd. automated sideloader, curved shell, tip to dump, including [lie following: Curbtender power ann, 7 foot reach, 2,000 lbs, capacity (painted white) Dual controls: LH joystick control & RH rocker switch control "Operate in Gear At Idle" power arm EPC PH -3 V -2 proportional controls "Coordinator" automatic arm control 2 speed power arm 12 point Auto -tube system for Curbtender power arm 3/8" hopper floor ILO '/" hopper floor - Hardox ''A" hopper sides ILO 3/16" hopper sides - Hardox 3/16" body floor ILO 7 ga, body floor — Hardox 10 ga. 80,000 psi ILO 10 ga. 50,000 psi body sides hopper liner kit, includes side liners and floor liner - Hardox Spring steel residential grippers LED Stop /tail /turn lights Dual LED sh•obes, pulsating alternating flash Three halogen wort: lights, I- hopper & 2 -lift arm (continued) City of Ocoee CCC-Curbtender DEMO quote October 23, 2013 Page 3 Manual 2 -piece plastic hopper cover Nvith interlock Hopper clean -out tool, streetside (LH) In -line battery box, curbside Intec dual camera system, color (hopper & back -up) Body: Blue paint (customer specified color) SUB - TOTAL: LESS DEMO DISCOUNT: TOTAL: S 279,900.00 50,000,00 229,900,00 F.O.B.: Ocoee, FL DELIV.: 14 days ARO TERMS: net 60 days WARRANTY: Crane Carrier Base Warranty: I YEAR/2000 Hours, Parts and Labor Cummins Engine Warranty: 2 ( +) YEARS, Parts and Labor Allison Transmission Warranty: 3 YEARS /Unlimited miles /hours, Parts and Labor Wayne Curbtender Warranty: I YEAR/Unlimited miles and hours, Parts and Labor NOTE: Subject to prior sale, Current Miles /HOUrS: 8,628 miles /400,0 (tours, Respectfully, Bill Yonn Pres, Regular Commission Meeting November 19, 2013 3 Ament of F-iftb Trustee I a 6Jl P ppoint ohce Officers' andsF�`refighters' Re rement Trust r Fund Board of Trustees (City C1erk:Eilzenberry).:l : Trustees for the Pension Board serve four -year terms. Two of the trustees are appointed by the City Commission, two are elected from the employee body, and the fifth trustee is chosen by those four trustees and presented to the City Commission to ratify the appointment as a ministerial act. At their meeting dated November 11, 2013, the Pension Board appointed Mark Scalzo to serve as the fifth trustee for a four -year term to expire on September 30, 2017. The position was formerly held by Butch Stanley whose term expired September 30, 2013. The Operating Rules and Procedures of the Pension Board do not prohibit current City employees from serving as the Fifth Trustee. Approved on Consent. Motion Carried 5 -0. 4. Approval for Renewal of EMT/Paramedic Student Affiliation Agreement?betwee ! of Ocoee and Valencia College. (Fire Chief 1VIeNeil) _ x x .r The City Commission originally approved for the Ocoee Fire Department to enter into an agreement with Valencia College to provide supervised learning experiences for the College's emergency medical services students on August 5, 2008. That agreement was approved for renewal on November 2, 2010. The current agreement is set to expire on December 31, 2013. The Ocoee Fire Department would like to renew the agreement for another two year period from January 1, 2014 to December 31, 2015. Approved on Consent. Motion Carried 5 -0. 5 Approval of 2013/2014 Budgeted Sanitation Side' Arm °Demonstrator Garbage Truck - -- ' ( h c Wor ks Director Krug) Purchase Pu b-- - -- -- - - - - -- The City traditionally purchases vehicles and equipment through bids from the Florida Sheriffs Association's annual contract. Public Works has researched pricing throughout the State and has found the Florida Sheriffs Association continues to provide the lowest competitively bid pricing. The Sanitation Division budget includes the replacement of two (2) side loading garbage trucks. Following the demonstration of a Wayne Curbtender automated side arm loader on a Crane Carrier Corp. chassis, the City was offered a discounted price to purchase the demonstration unit. The discounted price of S229,900.00 includes all warranties and painting the truck in the standard City colors. The quote for the same vehicle on the Florida Sheriffs Assoc. contract is $279,900.00. This provides a 550,000.00 savings to the City's Sanitation Division. Purchasing the demonstration unit will allow Sanitation to evaluate the benefits of this manufacturer's design features for future purchases. Approved on Consent. Motion Carried 5-0. 6 Approval of Bluford Avenue Drainage Proec# Property Aequisi Director Krug) The City has completed the design and permitting for the Bluford Avenue stormwater project extending from Columbus Street to 7th Street which will alleviate roadway flooding in this area. The project requires a small portion of additional right of way be acquired from five (5) parcels on the east side of Bluford Ave. between Orlando Ave. and 7th Street. These acquisitions incorporate a strip of land approximately thirteen feet wide, corner clips at intersections and temporary construction easements to blend the roadway improvements with the remaining property. The appraisal reports for the acquisitions have been completed. Due to the small size of the acquisitions with no severance damages found to the remainder properties, the Attorney would generally recommend proceeding with a voluntary process, however the title work indicates we may not be very successful due to a number of issues. These issues include a pending bankruptcy, delinquent real estate taxes that exceed the value of the parcel sought to be acquired and mortgages which will require a release. Based on the title information, the Attorney is recommending the City make the statutorily required pre - condemnation offer letters at the appraised values and then proceed to eminent domain, ensuring the quickest resolution to the acquisitions. Approved on Consent. Motion Carried 5 -0. 61Page I rka I Y 4. �f ocoe( "011d11 AGENDA ITEM COVER SHEET Meeting Date: November 19, 2013 Item # Reviewed By: Contact Name: Stephen C. Krug Department Director: Contact Number: 6002 City Manager: Subject: 2013 / 2014 Budgeted Sanitation Side Arm Demonstrator Garbage Truck Purchase. Background Summary: The City traditionally purchases vehicles and equipment through bids from the Florida Sheriffs Association's annual contract. Public Works has researched pricing throughout the State and has found the Florida Sheriffs Association continues to provide the lowest competitively bid pricing. The Sanitation Division budget includes the replacement of two (2) side loading garbage trucks. Following the demonstration of a Wayne Curbtender automated side arm loader on a Crane Carrier Corp. chassis, the City was offered a discounted price to purchase the demonstration unit. The discounted price of $229,900.00 includes all warranties and painting the truck in the standard City colors. The quote for the same vehicle on the Florida Sheriffs Assoc. contract is $279,900.00. This provides a $50,000.00 savings to the City's Sanitation Division. Purchasing the demonstration unit will allow Sanitation to evaluate the benefits of this manufacturer's design features for future purchases. Public Works recommends Commission approval of this purchase offer on the Wayne Curbtender demonstrator unit to take advantage of the savings over the Florida Sheriffs Association annual contract published pricing. A side arm sanitation truck in our existing fleet will be declared surplus and auctioned following delivery of the new truck. The Finance Department will secure four (4) year financing of the approved total cost. Issue: Request the City Commission approve acquisition of a demonstrator unit for the replacement side arm loading garbage truck incorporated in the Sanitation Division 2013/2014 budget. Recommendations: Recommend approval to purchase the Wayne Curbtender automated side arm loading garbage demonstrator truck as quoted by Container Systems & Equipment Co., Inc., for $229,900.00. Attachments: Container Systems & Equipment Co., Inc., Estimate on Demonstration Unit. Florida Sheriffs Association pricing on side arm loading garbage truck. Photo of actual unit. Financial Impact: The financing of the truck is adequately funded in the Sanitation Division budget. Type of Item: (please mark with an `k') Public Hearing For Clerk's Dept 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 Reviewed by Finance Dept. Reviewed by A ) N/A N/A N/A 2 ROBINSON EQUPMENT CO 3030 CUYLER STREET MIMS, FL 32754 321-267 -2023 PHONE 321 - 3851274 FAX ROBINSONEOnCFL RR.CO1 CITY OF O(7OEId A'1TN 1,31 LL, SI \1 \10NS 407 -905 -3170 f I ) \'IT December 12, 2013 EXPIRATION DATE 30 DAYS SALESPERSON JOB PAYMENT TERMS DUE DATE i I DON RORINSON JR I IDue upon receipt I I QUANTITY DESCRIPTION UNIT PRICE LINE TOTAL 1,00 iNEs1\ AIASSISI' I GRGUSON'I'Rr \Cl'OR NIODE,I, 1608 72530268 I $31,270.110 ! 1,00 iNEW DL2501.OADE(R PACKAGH'' p?\ItT #42381179 I I 55,351 I 1,00 :72530277 LOAI)Mk JOYS'T'ICK \C/ / \f1D \lOUN'I' \'A)XI-'S I 5982.00 1,00 7253112511 \1'1 - IRFS 16.9 -30 M Iti"AR/ 9.5 -24 FRONT I I 53,616.00 1.00 172530271 I)LATPOR AI I i N/C 1,00 1239UO2A1 L 66" PIN 'I )TL H U C K I 'I' 1 5787.00 1.00 I7542709i \ll, 1 QUICK ATFACI - I I i 5282.00 i I1,I.SS 15"..6 I'L.OMDA SI IT RIFT'S CONTRACT •t2=1i9-09m I 1 (S(,,3 13, I i I I I i I i 1 i SUBTOTAL' S 35,944.80 Quotation prepared by: D011 ROBI14SO14 JR - SALES TAX This Is a quotation on the goods named, subject to the conditions noted be(ove (DCSeribe any conditions pertaining to these prices and any additional terms of the agreement. TOTAL You may want to fnclude contingencies that will affect the quotation.) To accept this quotation, sign here and return: THANK YOU FOR YOUR BUSINESS! FAC F!, I'J_QRIIAA C0UNT S FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES AGRICULTURE TYPE TRACTOR (2 WHEEL DRIVE) SPECIFICATION #19 2014 Massey Ferguson 4610 The Massey Ferguson 4610 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 arc 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: $30,910.00 $27,752.00 `~27.752,00 $30,060.00 While the Florida Sheril'fs Association and Florida Association of Counties have attempted to identif} and include those equipment items most often requested by participating agencies for full size vehicles, eve 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 tvliich 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 fi•om the base unit cost and /ot* 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 fi the appropriale 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 dealets in }rout* zone at the stated prices. Bid Award Announcement (13 -11 -0904) 612 Northern Order Code .Add Options Western & Central Southern Upgrade to liquid cooled 4 cylinder diesel engine with minimum 84 PTO NA NA HP n 2200 RPM MF5609 Modelupgrade - specify $19,937.00' $14,115 .00 $29,147.00" =461 OC - 2 70 P 11Y, 11 C4 B, 1)-rna -4 Trans 16F.r16R, Tires 75 hose NIF5609 3 4610 CAB IVG1C, - 111 AG TIROS 2 AlP: 50941PD( IR, IC A'16 7R,INS,1- IISSIO \'7OPTOHP 3 IMF56110 1 Model upgrade - specify $21,874.00 $23,368.00 $31,324.00 VEHICLE: 4610 DEALER: Construction Safes, Inc. Robinson Equipment Co., Robinson Equipment Co., Kelly Tractor Co. Inc. Inc. ZONE: Western Northern Central Southern BAST PRICE: $30,910.00 $27,752.00 $27,752.00 $30,060.00 561 OC 4 2 apgl ude- 80 PTO PIP, 411 CAB Troclor, 12F-rl 2R 1-1yeh-emlie Shulile Tmns.,AG lines I MF5613 3 75 PTO HP, C'AB fY /,JC,41VD, 71G '1' /RES, D] '.d a 16.1'16 1'O1VF,RS /Il /l'T1_,G TRANS., 2 Northern Order Code Delete Options Western & Central Southern 72530272 I Engine, 3 cylinder diesel, 45 PTO HP Cot 2200 RPM NA j NA 461 OC -2 Delete electronic 3 point hitch control NA NA MKT0332 Downgrade to bias ply tires NA NA MF4608 I Optional equipment delete ($4,842.00) NA ($3,087.00) M F4608 3 63.5 PTO HP, 211'1), Pla form, 12PS' 12R Power Shallle trans, & AG Tires ' $775.00 NA AIF -160$ 21FD PLATF'OR t- 1111'DROSTATIC TRANSIUS.SION 63.5 PTO HP 3 MF4008 I Optional equipmentdelete ($1,330.00)' NA ($112.00) 3 M F4609 3 63.5 P"1'O PIP, 4 !I'D, Platform, 12P:r 121? Power Shunk arms, & AG Tires I $853,00 $378.00 7066371 M91 2 A1F1609 211"D PLATF0101HYDROSTATIC IWANSAIISS1ON 72 PTO HP 3 NMF4609 I Optional equipment delete ($2,281.00)' NA 72 PTO HP, 2Il'D, Platform, 12Fc 12R Power Shuttle Duns, & SIG Tires I Northern Order Code .Add Options Western & Central Southern Upgrade to liquid cooled 4 cylinder diesel engine with minimum 84 PTO NA NA HP n 2200 RPM MF5609 Modelupgrade - specify $19,937.00' $14,115 .00 $29,147.00" =461 OC - 2 70 P 11Y, 11 C4 B, 1)-rna -4 Trans 16F.r16R, Tires 75 hose NIF5609 3 4610 CAB IVG1C, - 111 AG TIROS 2 AlP: 50941PD( IR, IC A'16 7R,INS,1- IISSIO \'7OPTOHP 3 IMF56110 1 Model upgrade - specify $21,874.00 $23,368.00 $31,324.00 56 I0C - 2 ' 3 75 PTO IIP, 41VD, CAR, I) na - 4 Trrms 16Fs16R, 2 s pool rear remoles o ten cenlerl5 )' 1 (1 ' GPIO Tires 75 base I MF5610 75 PTO HP, CAB 11'VAC', 21VD, ,9G TIRES, DYA'A 4 161'16 POWERSHUTTLE 'TRANS, 2 ,1 /F5610 4117) GI B7 I C' 16 X 16 TR.-I AtS,Y11SS10V 75 PTO HP 3 4610 I Model upgrade - specify $10,865.00' �; $28,387.00` $42,823.00 561 OC 4 2 apgl ude- 80 PTO PIP, 411 CAB Troclor, 12F-rl 2R 1-1yeh-emlie Shulile Tmns.,AG lines I MF5613 3 75 PTO HP, C'AB fY /,JC,41VD, 71G '1' /RES, D] '.d a 16.1'16 1'O1VF,RS /Il /l'T1_,G TRANS., 2 AIP5613 41i'D CABS IC 16 1' 16 TRANSbIISSION 100 PTO HP 3 72530272 I Enclosed cab with heating and air conditioning $8,136.00' $10,162.00 $1,972.00 461 OC -2 Odd Alodel AIP'4610 - 2IVD I MKT0332 21 1 GIB fI'l771 AC AAll) HEAT 2 YACKAGE3 UPGRADE ToC71BlAC 3 7292027 Air suspension seat cab only ' $775.00 NA ulth ,normal a,�nstmen, nor AaF 5609 & A1F561 a AM/FM stereo with cassette and quartz clock NA NA 7060371 M91 I Rear washer / wiper $853,00 $378.00 7066371 M91 2 AIF 4600 Series- Real Wiper kh Onlr I REAR II;ISHER KIT COMPLETI, z Bic! Award Announcement (13 -11 -0904) 613 VEHICLE: 4610 DEALER: Construction Sales, Inc. Robinson Equipment Co., Robinson Equipment Co., Kelly Tractor Co. Inc. file. GONE: Western Northern Central Southern BASE PRICE: $30,910.00 $27,752.00 $27,752.00 $30,060.00 MF4610 1 4 -wheel drive $3,960.00 $6,031.00 $6,906.00 4- WHEEL Upgrade - 8017011P, 4111), Plalfornr,12.r12 Power Shaltle, elG fires t DRIVE 2 UPGRIDE411'D 2 MKT0339 UPG24DETO4n'D 3 PACKAGE 4WD front fenders NA NA P011'el transmission with 24F x 24R, or approvccl equivalent NA NA Synchroshuttle transmission with I2F x 12R, or approved equivalent NA Std ' MF4600 - 31 3 spool valve and selector $1,680 -00 $1,900.00 Spool valve 1 3rd spool value will kick -ont t- Jlocrl (1- 11 series) 1 3 SPOOL C'0,111'LL'TL 1.7T fl'IT1J 2- 7066737,II92 FD ) ALP1i, 2- 7066739,1191 L1 KIT,4ND VALVE 2- 7066738,1-191 C'OIIPLli25' 2 Hydraulic joystick control NA NA Hydraulic tiailca brakes NA NA Additional fuel tank NA NA Telescopic mirrors NA NA f -duty 3 point lift— 5700 lbs. cap NA NA, High capacity air cleaner NA NA WEIGHT Sct of fi heights specify NA $2,570.00' KCI' " 5- 2 7 846 28 1193 HEIGHTS (ci) 121LBS N=/ 1'ROA''1' 1 FEICiHT FRrLt1E 2 Set of rear weights — specily NA NA 72530255M 1 18.4 — 34RI radial pressed single disc rear (4WD only) $836.00 j NA Rear - I8.4 -3081 Upgrade to 4 1VD C 14.9 — 24R 1 radial pressed ND wheel fi (4WD only) Incl. NA From 12.4 - 24 Upgrade to 4ft'D- 472530255,11 (Included uvith line above) I MF6615 I Optional equipment - specily $46,837.00 $525.00' $13,264.00 312013903 2 Upgrade - .11F6615 Classic - 110 PTO HP, 41VD, CAB, Duna -4 +oulocbire 16Fe16R, Base MK I 1 7 2 spool valves cC Base Flange ble, AG Tires PACKAGE FIBERGLASSCAA%OPY2 UPG'It.IDE TO IfVD 11 LOADER PKG X 72" BUCKET 3 MF4608 I Optional equipment - specify $5 $375.00' $36,691.00 43304 I OM92 ` Upgrade - 63.5 PTO HP, 4 ND, CM, 12Fx 12R Power Shialle Ions, cf AG Tires I MI'5611 3 BE4CONLIGHTK1T 2 ,I1F5611 -III'D C4BL4C 1G V 16 TR.-LV5,111SSION 8o P7'O Hf 3 5612 -C2 "'" Optional equipment - specify NA $29,475,00 $39,757.00 M F 5612 3 5612 L:I RGE FR.1,11E CL ,4.SSIC SERIES, 90 PTO HP, CAB 11:i4C, 21 FD, D t N9 -4 16,1'16 POIVI?RSHt]TTLE 7R; /N.S., AG TIRES ') VF5612 41VD C'.113 4C 16,1' 16 TRANSMISSION 901'TO 111' 3 5612 -C4" Optional equipment - specify NA $36,105.00' $55,806.00 MF6615 3 502 LARGE FRAXIE CLASS'JC SERIES, 90 PTO 111', CAB IVMC, 41UD, DYN21-4 16,1'16 POfi7 -.R.311UTTLETRANb'., 2 .1 /F0615 41 FD CABL4C 16,1' /6 TRANS,IIISSION 110 PTO HP 3 Bid Award Announcement (13 -11 -0904) 614 VEHICLE: 4610 DEALER: Constnldion SeleS, Inc. Robinson Equipment Co., Robinson Lquipment Co., Kelly Tractor Co. Inc. Inc. GONE: Western Northern Central Southern RASE PRICE: $30,910.00 $27,752.00 $27,752.00 $30 5613 - 2 Optional equipment - specify NA $38,124.00 5613 L IRGE IgRAAIL CLASS /C SDUES,100 PTO HP, CAB JV! ,IC, 4iTT, 16,176 POW RSHUTTLL TRAM{ , AG TIRES 2 7614 - C4 2 Optional equipment - specify NAB $62,100.00' 7614 CLASSIC SERIF'S, 1/0 PTO LIP., CAB WRAC, 16.x'16 DYM - 1 - a TR M7,AG TIRES 2 Optional equipment - specify NA NA Optional equipment - specify NA NA Optional equipment - specify NA NA Optional equipment- specify NA NA Optional equipment- specify NA NA Optional equipment - specify NA NA Optional equipment - specify NA NA Optional equipment - specify NA NA Optional equipment - Specily NA NA Temporary tag NA NA Transfer existing regisu'ation (must provide tag number) NA NA Nnv state lag (specify state, county, city, sheriff, etc.) NA NA Maintenance Plan - specify NA NA Maintenance Plan - specify NA NA Extended \varranty — 3rd year NA Std 2YEARS OR 20001IRS T PHICIIF, YER COd lES FIRS T 2 Lxtendcd warranty — 3rd & 4th years NA NA 7% Discount I Discount percentage off' manufachner'S current published retail prices Im lncl. f1cl, 15% non - specified options and any optional models bid. This discount ONLY Discount APPLIES to it doeangrade or an upgrade to the model listed in this 15% specification. It does not apply to a completely different make or model Discount (The discount is applied to the manufacturer's current published retail prices.) Discounl is fim AIFa610 Series on Facimy installed options onl�' I /5% Discoiml on all 4600, 5600, and 6600 series lrncrars cnrcl facto, installed options 3 3 Sid Alward Announcement (13 -11 -0904) 615 l l Lj� 1 0 MAUDLIN INTERNATIONAL AS AGENT FOR 11/7/2013 NAVISTAR INC FLORIDA SHERIFF BID 1311 ®0904 CITY OF OCOEE SPEC # 011 30,000 LB. GVWR CAB & CHASSIS (DUAL REAR WHEELS ) - 4 X 2 CODE TRUCK / OPTIONS PRICE IN CONTRACT 11 Sec, 011 Base Unit Price $57,560.00 Yes 12NUJ Engine Transmission Upgrade to M -7 260 HP. with 2100 RDS $1,284.00 Yes 16HGH Trans. Oil Temperature Gauge $48.00 Yes 4EBT Bendix AD -1P Air Dryer $526.00 Yes 5708 Tilt Steerin Wheel $125.00 Yes 16J NT Air Ride Drivers Seat and 2 Man Passenger Seat $447.00 Yes 16WSL Fender Mounted Convex Mirrors $137.00 Yes 8WCL Air Horn $94.00 Yes Safety Safety Kit, Fire Extinguisher and Triangles $150,00 Yes 15WDJ Heated Fuel Water Separator $253.00 Yes 8WPB Day Time Running Lights $58.00 Yes 8THB Back -up Alarm Factory Installed $120.00 Yes 8WPP Automatic Engine Shutdown System for Low Oil Pressure or High Coolant Temperature $147.00 Yes 8WRP Headlights on With Wipers $22.00 Yes 8WPZ Teat Exterior Lights, Pre-Trip Inspection $42.00 Yes 15SGG 70 Gallon Fuel Tank ILO 50 Gallon Tank $185.00 No TOTAL CHASSIS PRICE $61,198.00 TMC425 Bergkamp FP5 Flameless Patcher in lieu of Listed HD Industries $85,657.00 No Gas Fired Patcher 428- 80 -DHE Includes: Wacker Packer Model VP1550 with Hydraulic Lift Platform 67 Pavement Breaker 10 Light LED Arrow Board Pedestal Mounted Strobe Light Body Mounting, PTO and Freight to Florida Includes Heavier GVW Pk g, for Bod Deduct: Credit for Removal of Wacker.Packer - $2,500.00 Add for Swing Auger Attachment $6,900.00 TOTAL PRICE DELIVERED TO CITY OF OCOEE $151,255.00 FAC FLORIDA i COUNTIES 1V \C'1.5 All About t F ride FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 30 LB. GVWR CAB & CHASSIS (DUAL REAR WHEEL) e 4X2 SPECIFICATION #11 2014 International Durastar The International Durastar purchased through this contract comes with all the standard equipment as specified by the manufacturer far• 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: $57,560.00 $57,560.00 j $57,560.00 $57,560.00 While the Florida Sheriffs Association and Florida Association of Counties have�d�tterupted t�)d'entify 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. Sid Award Announcement (13 -I1 -0904) 345 VEHICLE: DEALER: ZONE: BASE PRICE: Durastar Navistar, Inc. Western $57,560.00 Navistar, Inc. Northern $57,560.00 Navistar, Inc. ` Central $57,560.00 Order Code Delete Options Gas engine in lieu of diesel 13GNG' Provide 6 speed manual with base engine - specify Fuller FS -6406N Provide 7 speed manual with base engine - specify 4085 ' Air brakes if compatible with transmission 529001 ' Wheel seals D8RKB 1 AM/FM stereo radio Satellite radio On -Star Order Code Add Options Navistar, Inc. Southern $57,560.00 12NUJ' Engine /transmission upgrade - specify M7 260 HP engine with 2100 RDS transmission 1 12NVE' Engine /transmission upgrade - specify M7 300 HP engine with 2100 RDS transmission 1 12NUN' Engine /transmission upgrade - specify DT 245 HP eno ne or Cummins ISB 250 HP (order code 12EET) with 2100 RDS trarnsnaissiara. Pie Cummins ISB mcry not be available with all options - contact dealer before ordering 1 12NUP' Engine /transmission upgrade - specify DT 260 HP engine or Cummins ISB 260 HP (order code 12EEU) with 2100 RDS transmission. The Cummins ISB many not be available with all options - contact dealer before ordering 1 12NUS ' Engine /transmission upgrade - specify DT 285 HP engine - includes 13AVR Allison 3000 RDS transmission 1 12NUT' Engine /transmission upgrade - specify DT 300 HP engine - includes 13AVR Allison 3000 RDS transmission 1 12NUW' Engine/transmission upgrade - specify MF9 330 HP engine - includes 13AVR Allison 3000 RDS transmission 1 13AVJ' Engine /transmission upgrade - specify Allison 3000 RDS or 3500 RDS (order code 13A PL) in lieu of 21000 RDS transmission 1 Bi -fuel model - specify CNG model - specify CNG conversion (discuss with dealer) LPG conversion (discuss with dealer) Engine hour meter 16HGH' Trans oil temp meter For use ivith Allison automatic transmissions only 1 Allison authorized synthetic oil, TES 295 or equivalent (required for extended warranty) Included with Allison transmissions 1 Premium hoses All Zones NA $1,693.00' NA $399.00' $38.00 1 $173.00' NA NA All Zones $1,284.00 $1,948.00' $6,426.00' $6,859.00' $12,209.00' $12,589.00 $13,249.00' $3,960.00 NA NA NA NA Std $48.00' Incl. Std Bid Award Announcement (13 -11 -0904) 346 VEHICLE: Durastar DEALER: Navistar, Inc. Navistar, Inc. Navistar, Inc. Navistar, Inc. ZONE: Western Northern Central Southern BASE PRICE: $57,560.00 $57,560.00 $57,560.00 $57,560.00 15DMW I Dual 45 gallon fuel tanks $1,003.00 Dual 50 gallon alunrinrurn freel tanks I 4EBT 1 Air dryers $526.00 ✓' Bendix AD-JP or equal air dryer I 4722 I Moisture ejectors $119.00 Bendie DV -2 automatic moisture ejector in wet tank 1 DIFLOC 1 Driver controlled differential lock $1,218.00 Driver controlled rear axle differential lock I Power windows, only NA 16WJU 1 Power windows /door locks $367.00 For 2 -Door Cab Only. For 4 -Door Cab (16196) use order code 16WJV add 5601 I Speed control Std 5708 1 Tilt steering wheel $125.00 Tiltingsteeringcohunn 1 5710 1 Telescopic and tilt steering wheel $328.00 Telescopic and tilting steering column I 8RME 1 AM/FM radio with single CD $169.00 Side air bags NA 3K 1 Third key $18.00 MR065 1 Upgrade to 4x4 (specify factory or after market) $25,254.00 Factory - 90" CA nrininnnn, M7 engine only I SA615 1 Model upgrade - specify $2,131.00 Work-star in lien of Durastar model - REQUIRES DT engine option code 12NUN, I2NUP, 12NUS, or 12NUT. Includes Allison 2500 RDS b•ansrnission (option code 13ATH) I SR515 1 Model upgrade - specify $24,572.00 Workstar model with factory 4x4 - REQUIRES DT engine option code 12NUN, 12NUP, 12NUS, or 12NUT Includes l Allison 2500 RDS transmission (option code 13ATH) 16196 1 Crew cab (84" CA) $7,290.00 4 -Door cab eith bench seats f ont & rear I 16CAB 1 Super cab (84" CA) $3,024.00 2 -Door cab with individual driver and passenger front seats, bench seat in rear I Cutaway cab NA 14TJB 1 Optional cab and chassis equipment - specify $2,362.00 Air ride rear suspension for 30, 000 GVWR - N/A with hydraulic brakes - rnininnun CA restricted, contact dealer I 14TAX 1 Optional cab and chassis equipment - specify $2,932.00 Air ride rear suspension for 33, 000 GVWR and above - N/A with hydraulic brakes - nnininnon CA restricted, contact dealer I 16JNT 1 Optional cab and chassis equipment - specify $447.00 V` Air ride driver seat and 2 -man passenger seat I 16RPV 1 Optional cab and chassis equipment - specify $624.00 Air ride driver and passenger seat I Bid Award Announcement (13 -11 -0904) 347 VEHICLE: Durastar DEALER: Navistar, Inc. Navistar, Inc. Navistar, Inc. Navistar, Inc. ZONE: Western Northern Central Southern BASE PRICE: $57,560.00 $57,560.00 $57,560.00 $57,560.00 16PJH' Optional cab and chassis equipment - specify $404.00 Air ride driver sect and fixed passenger seat I Left -hand pillar mounted 6" spotlight with clear halogen bulb, dealer installed NA Left & right -hand pillar mounted 6" spotlight with clear halogen bulb, dealer installed NA Vent visors - stick -on style NA Rainshields - flange style NA Spray -in liner (Rhino, Line -X or approved equivalent) NA TBU4818A' Knapheide under body tool boxes or approved equivalent $585.00' Knapheide or equal under body tool box I 16WSL' Fender or cowl mounted convex mirrors $137.00' r� Fender mounred convex mirrors I $94.00 8WCL' Airhorn Not cmailable with hydraulic brakes SAFETY Safety kit, fire extinguishers & triangles $150.00' Front stabilizer bars NA 14WAP' Rear shock absorbers $93.00' CA restricted, contact dealer for availibility 1 Auxiliary rear springs Incl. $253.00' ✓ 15WDJ' Heated fuel water separator 4092 Tractor brake package (30,000 GVWR only) $3,326.00' Tractor brake package with stationary 5th wheel - limited to 35,000 GCWR by 2500 RDS transmission. For higher GCWR nse order code 13AVR I PNTL' Trailer towing package - specify Tintle hook with safety chain rings - REQUIRES order code 9619 or 8TMG 1 $924.00' 4619 Trailer towing package for air operated trailer brakes $788.00' Includes lighting plug and glad hands - hitch not included 1 8TMG' Trailer towing package for electric operated trailer brakes $746.00' Includes lightingphrg and elect is brake controller - hitch not inchrded 1 IOWPY' Mud flaps $70.00 29007 ' Full size spare tire & rim $717.00' JACK' Jack and wheel wrench $375.00' Nitrogen filled tires including spare tire NA BWPB' Daytime running lights $58.001 Immobilize daytime running lights Std 6132D54J Knapheide 6132 utility body or approved equivalent (requires 84" CA) $7,867.00' Kncrpheide 6132 or equal 11' utility body 1 3DB' Heil 2 -3 yd. dump body with manual ground control tarp or approved equivalent (requires 84" $11,593.00' CA) Kncrpheide or equal - 9' dump body with 16" sides 1 Bid Award Announcement (13 -11 -0904) 348 VEHICLE: Durastar DEALER: Navistar, Inc. Navistar, Inc. Navistar, Inc. Navistar, Inc. ZONE: Western Northern Central Southern BASE PRICE: $57,560.00 $57,560.00 $57,560.00 $57,560.00 51313 1 5 yd. dump with manual ground control tarp (requires 84" CA) $13,133.00 Godwin or equal - 10' chimp body with 23 "sides 1 12SB 1 12 ft. flat stake body with 40" sides all around (requires 84" CA) $5,446.00 12CD 1 12 ft. contractors dump with manual ground control tarp, 14" sides (requires 84" CA) $12,263.00 14SB 1 14 ft. flat stake body with 40" sides all around (requires 108" CA) $6,026.00 14CD 1 14 ft. contractors dump with manual ground control tarp, 14" sides (requires 108" CA) $12,914.00 16SB 1 16 ft. flat stake body with 40" sides all around (requires 120" CA) $6,311.00 16CD 1 16 ft. contractors dump with manual ground control tarp, 14" sides (requires 120" CA) $13,373.00 18SB 1 18 ft. flat stake body with 40" sides all around (requires 138" CA) $6,801.00 21RB 1 19 ft. rollback wrecker with wheel lift (requires 120" CA) $27,221.00 Vitican or equal 21' Roolback - includes order codes 60AAA &- CA 120 1 20SB 1 20 ft. flat stake body with 40" sides all around (requires 156" CA) $7,176.00 20DV 1 20 ft. van roll up door (requires 156" CA) $10,667.00 Supreme or egatal - 91 " inside height x 96 "outside width with roll -up rear door 1 24DV 1 24 ft. van roll up door (requires 186" CA) $12,024.00 Srrprenre or• equal - 96" inside height x 96 "ondside width with roll -nip rear door 1 24SB 1 24 ft. flat stake body with 40" sides all around (requires 186" CA) $8,290.00 AL76D 1 Optional body - specify $116,786.00 Oilman's or equal 2700 gallon aluminum petrolenun tank ivith p nips and distribution system. Includes 4EBT, 33156, 8HAB, & 35NUN 1 TL3 -18 1 Optional body - specify $67,649.00 Petersen or equal TL3 base loader with I8 ft. body. Includes order codes 16SDC, 33ArLIB, 60AAA, & 33186 1 TL3 -20 1 Optional body - specify $72,441.00 Petersen or• equal TL3 base loader with 20 ft. body. Includes order codes 16SDC, 37NUN, 60AAA, & 33186 1 20KPR 1 Optional body - specify $76,671.00 Heil PT1000 or equal 20 cubic yard rear loader. Includes SA615, 7SDE, & 33AVL 1 LR7 -58 1 Optional body - specify $97,748.00 Altec model LT7 -58 or equal insulated aerial device with chipper body. Inchrdes order codes 33AVR, 14NLW 33120, 60AAA, & 8THB 1 TMC425 1 Optional body - specify $85,657.00 HD Industries 428- 80 -DHE pothole patches with secondary anger motor, wacker compactor plate, hyd lift platform, LED arrow board Includes order codes 33120, 33AVR 1 20YARD 1 Optional body - specify $19,985.00 20 cubic yard gash dump body with trop. Includes order code CAIS6 1 RS3 -RL 1 Optional body - specify $92,515.00 Petersen RS3 rear steer loader tuck. Includes order codes 16SDC, 33AA1 60AAA, & 33108 1 Powder coating for utility body NA CA108 1 108" cab to axle $518.00 Inchtdes 120,000 PSlfranne (OICAE) 1 CA 120 1 120" cab to axle $789.00 Includes 120,OOOPSIfr•anre (01CAE & 01WEC) 1 Bid Award Announcement (13 -11 -0904) 349 VEHICLE: Durastar DEALER: Navistar, Inc. Navistar, Inc. Navistar, Inc. Navistar, Inc. ZONE: Western Northern Central Southern BASE PRICE: $57,560.00 $57,560.00 $57,560.00 $57,560.00 CA138 1 138" cab to axle $789.001 Includes 120, 000PSIf'arne (01CAE& 01lVEC) 1 CA 156 156" cab to axle $906.001' Includes 120,000 PSlfranre (01CAE & 01WEC, & OISAL) 1 CA 180 1 180" cab to axle $1,100.001 Includes 120,000 PSIf'ame (01CAE & OMTD, & 01SAL) 1 CA186 186" cab to axle $1,100.001 Includes 120, 000 PSI f tame (01 CAE & 01 WED, & 01 SAL) � 33AVJ 1 33,000 GVWR Pck. - minimum 230 HP, 5 speed automatic transmission (3000RDS), or approved $5,080.00 equivalent - see optional wheelbase prices Includes M7 240 HP standard engine. 1 33AVG 1 33,000 GVWR Pck. - minimum 230 HP, 5 speed automatic transmission (3500RDS), or approved $5,080.00 equivalent - see optional wheelbase prices Includes M7 240 HP standard engine. 1 33AVR 1 33,000 GVWR Pck. - minimum 230 HP, 6 speed automatic transmission (3000RDS), or approved $11,506.00 equivalent - see optional wheelbase prices Includes order code 12NUN DT -245 HP engine. 1 33AVL 1 33,000 GVWR Pck. - minimum 230 HP, 6 speed automatic transmission (3500RDS), or approved $11,506.00 equivalent - see optional wheelbase prices Includes order code 12NUNDT - 245 HP engine. 1 SR51533K 1 33,000 GVWR factory approved 4WD $36,121.001 Factory - Includes order code 12NUN DT 245 HP, order code 13ALZA11ison 3000 RDS transmission, & order code 54615 Work upe •ades. N/A with M7 engine 1 33108 1 33,000 GVWR 108" CA $1,026.001 Includes 120,000 PSIf^anne (01CAH), 21.05 section modulas 1 33120 1 33,000 GVWR 120" CA $1,300.001 Includes 120, 000 PSI f tame (01CAH, Ol WEG), 21.05 section nnodulas 1 33156 1 33,000 GVWR 156" CA $1,416.001 Includes 120, 000 PSI f tame (01CAH, 01 iVEG, 01 SAL), 21.05 section rnodulcns 1 33180 1 33,000 GVWR 180' CA $1,600.001 Includes 120, 000PSIfranne (01CAH, 01WEJ, 01SAL), 21.05 section modulas 1 33186 1 33,000 GVWR 186" CA $1,600.001 Includes 120, 000PSIf•ane (01CAH, 01WEJ, OISAL), 21.05 section modulas 1 35AVJ 1 GVWR and CA upgrade - specify 1 $6,146.001 35, 000 GVWR package. Includes M7 240 HP standard engine and Allison 3000 RDS 5 -speed transmission 35NUN 1 GVWR and CA upgrade - specify 1 $12,172.001 37,000 GVYVR package. Includes order code 12NUT DT 245 HP engine and Allison 3000 RDS 6 - speed transmission 37AVJ 1 GVWR and CA upgrade - specify $7,062.001 37,000 GVYVR package. Includes M7 240 HP standard engine and Allison 3000 RDS 5 - speed transmission 1 37NUN 1 GVWR and CA upgrade - specify 37,000 GVWR package. Includes order code 12NUT DT 245 HP engine crud Allison 3000 RDS 6 -speed transmission 1 $13,461.001 39NUP 1 GVWR and CA upgrade - specify 39,000 GVWR package. Includes order code 12NUT DT260 HP engine and Allison 3000 RDS 6 -speed t ansrnission 1 $17,333.001 Bid Award Announcement (13 -11 -0904) 350 VEHICLE: Durastar DEALER: Navistar, Inc. Navistar, Inc. Navistar, Inc. Navistar, Inc. ZONE: Western Northern Central Southern BASE PRICE: $57,560.00 $57,560.00 $57,560.00 $57,560.00 39NUT GVWR and CA upgrade - specify 39, 000 GVWR package. Includes order code 12NUT DT300 HP engine and Allison 3000 RDS 6 -speed a ansnnission 1 $19,629.001 42NUP 1 GVWR and CA upgrade - specify $23,532.001 42, 000 GVWR packctge. Includes order code 12NUS DT285 HP engine, Allison 3000 RDS 6 -speed transmission, & SA615 YVorstar model 1 42NUT 1 GVWR and CA upgrade - specify $24,614.001 42, 000 GVWR package. Includes order code 12NUTV M1 330 HP engine, Allison 3000 RDS 6 -speed transmission, & SA615 Worstar rnodel3000 RDS 6 -speed transmission 1 2KLG 2,000 lb. lift gate $3,730.001 3KLG 1 3,000 lb. lift gate $4,140.001 12JCK 1 12 ton jack cab mounted, if available $375.001 11CRB 1 Auto Crane 5OK -22 crane body with shelf package, 24" bumper with crank outriggers, or $19,042.00 approved equivalent Knapheide or equal 11' crane body with 21 "bumper and manual outriggers 1 EC6000 l Auto Crane 6006EH electric hydraulic crane, boom support & chassis springs, or approved $18,174.00 equivalent Sellar EC6000 or equal electric over hydraulic crane. Requires crane rated body. 1 OUTR 1 Auto Crane hydraulic outriggers, or approved equivalent Stellar or equal filly hydraulic outriggers 1 $5 ,879.001 7621 1 Auto Crane 6406 hydraulic crane, reservoir, PTO and pump, boom support & chassis springs, or $25,586.00 approved equivalent Steeler 7621 or equal hydraulic crane. Requires crane rated bodv 1 9621 1 Auto Crane 8406 hydraulic crane, reservoir, PTO and pump, boom support & chassis springs, or $26,163.00 approved equivalent Stellar 9621 or• equal hydraulic crane with remote control. Requires crane rated body 1 8THB 1 Backup alarm - Factory Installed $120.00 1" DLRBC 1 Backup alarm - Dealer Installed $120.001 Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision at rear NA of vehicle) - Factory Installed BUC 1 Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision at rear $1,250.00 of vehicle) - Dealer Installed 16SDC 1 Optional equipment - specify Exterior grab handles - 2 -Door cab. For 4 -Door cab (16196) use order code 16SDD add $472 1 $2'6'001 7BHT 1 Optional equipment - specify $1,015.001 HOri_Ontal aftertreatnnent device with vertical tailpipe 1 8WPP 1 Optional equipment - specify 1 $147.0011/ Automatic engine shutdown systenn for low oil pressure or high coolant temperature 8718 1 Optional equipment - specify $30.001 Auxiliary power source - cigar lighter type recptacle 1 60AAA 1 Optional equipment - specify $ 575.001 Remote Power Module for body builder interface 1 LEDPKG 1 Optional equipment - specify $546.001 LED light package: hicludes marker lights, taillights, bradke lights, and tag light 1 Bid Award Announcement (13 -11 -0904) 351 VEHICLE: Durastar DEALER: Navistar, Inc. Navistar, Inc. Navistar, Inc. Navistar, Inc. ZONE: Western Northern Central Southern BASE PRICE: $57,560.00 $57,560.00 $57,560.00 $57,560.00 7SDE 1 Optional equipment - specify $848.00' Engine exhaust brake t 8WRP Optional equipment - specify $22.00'/ Headlights on with ivipers 1 8HAB 1 Optional equipment - specify $100.001 Body builder interface truing for lighting I 8WPZ' Optional equipment - specify i $42.001 , Test Exterior Lights - pre -nip exterior light inspection, flashes vehicle lights in a speck sequence for isalk around Inspection 1 Temporary tag NA TRANTAG 1 Transfer existing registration (must provide tag number) $95.001 NEWTAG 1 New state tag (specify state, county, city, sheriff, etc.) $150.001 Maintenance Plan - specify NA Maintenance Plan - specify NA Maintenance Plan - specify NA 40EMH 1 Warranty - specify $1,520.001 Extended vehicle coverage -36-months or• 150,000 wiles. Excludes engine & transmission 1 40EMS l Warranty - specify $1,780.001 Extended vehicle coverage - 48- months or 150, 000 miles. Excludes engine & transmission 1 $5,100.001 40EMW' Warranty - specify Extended vehicle coverage - 60- months or 150, 000 miles. Excludes engine & transmission 1 2084' Diesel Warranty - specify 1 Std' Extended Engine Service Contract - 36- months, 150,000 miles, or 5,400 hours & Allison transmission coverage 40HVN 1 Diesel Warranty - specify 1 $4,525.00' Extended Engine Service Contract - 48- months, 150,000 miles, or 5,400 hours & Allison transmission coverage 40HVA' Diesel Warranty - specify 1 $5,475.00' Extended Engine Service Contract - 60- months, 150,000 miles, or 5,400 hours & Allison transmission coverage Bid Award Announcement (13 -I1 -0904) 352 CITY OF OCOEE BILLSIMMONS 407 9D5 3170 EXT, 6005 Duval Ford Fleet Sales Christy Self (Work) 904- 388 -2144 (Fox) 904 - 387 -6816 ch dsty.selfaduvalford•co m 1616 Cassot Ave. Jax, FL 32210 /appreciate your Interest and the opportunity to quote. Prices are published by the Florida Sheriff's Association/ Florida ^` G C " Assoclation of Countles & Florida Flre Chlefs'Association Automotive Contract #13.11.0904 113.21,0904, (www.flsheriffs.org) If You have any questions regarding this quote please call/ Vehicle will be ordered white exterior unless specified on purchase order. SPEC# 8 2014 FORD FS50 CAB & CHASSIS 4X2 (FSG) 99Y 6.8LV10 GAS ENGINE, IN LIEU OF DIESEL X81L 4.88 LIMITED SLIP DIFFERENTIAL 68M 19,500# GVWR PAYLOAD UPGRADE PACKAGE 41H ENGINE BLOCK HEATER 5S7 PASSENGER SIDE AIR BAG DELETE 942 DAYTIME RUNNING LIGHTS 96V.62D XLVALUE PACKAGE & 62D STEERING WHEEL CTLR OPT, IN STOCK CHASSIS, NO 620 CREDIT FOR 62D -$69 CRUISE CONTROL AM /FM STEREO CD /CLOCK L404 120 120" CAB TO AXLE BUS GLAVAL 33' BUS, ENTOURAGE MODEL 31B.31V SHIP THROUGH QUALIFIED VEHICLE MODIFIER SZP THIRD KEY TAG NEW CITY TAG 17FCG / NC CHROME GRILLE/ NON- CONTRACT, IN -STOCK CHASSIS SPEC 86S / NC ILOW DEFLECTION PACKAGE / NON- CONTRACT, IN -STOCK CHASSIS SPEC *QUOTE BASED ON IN STOCK CHASSIS / GLAVAL BUS STOCK *62453 $ 32,017.00 $ (5,000.00) $ 359.00 $ 1,154,00 $ 74.00 $ (65.00) $ 44.00 $ 594.00 $ 524.00 $ 40,400.00 $ 260.00 $ 44.00 $ 175.00 $ 259.00 8 109.00 Printed: 12/9/13 vnm .duvalfleet. coin OCOEE F5G BUS.Xlsx FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 17 9 501 LB. GVWR CAB & CHASSIS (DUAL REAR WHEEL) - 4X2 SPECIFICATION #8 2014 Ford F -550 (F5G) The Ford F -550 (F5G) 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: $32,000.00 $32,017.00 $32,017.00 $32,017.00 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 (13 -11 -0904) 216 s _ 4 yoRip F AC * „ , FLORIDA _ COUNTIES All About Florian FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 17 9 501 LB. GVWR CAB & CHASSIS (DUAL REAR WHEEL) - 4X2 SPECIFICATION #8 2014 Ford F -550 (F5G) The Ford F -550 (F5G) 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: $32,000.00 $32,017.00 $32,017.00 $32,017.00 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 (13 -11 -0904) 216 VEHICLE: F -550 (175G) DEALER: Duval Ford ZONE: * Western BASE PRICE: $32,000.00 Duval Ford * Northern $32,017.00 V/ Duval Ford * Central $32,017.00 Order Code Delete Options 99Y Gas engine in lieu of diesel engine 68L3 Valve SOHC EFI VIO/Tor•gShii tO 5- Spd SelectSlnift Autounatic a — O/D 44T, CREDIT M57' Air conditioning 58Y 1 AM/FM stereo radio 557 Passenger air ba Frontal Passenger and Side Airbags /Curtains Delete (valid w /Fleet FIN code; NA w 191 MSYNCO) I On -Star Satellite radio AFT FUEL 1 AFT tank for 18 gallon mid ship 40 gallon aft axle Standard Fuel Tank on F4501550. (65110 add $124, 28 Gallon Mid Ship (NA 11 , 1189" WB Regular Cabs & 200" WB G'e1t Cabs equipped 11, /gas engirres I NA NA Std Order Code Add Options All Zones 98R' Engine /transmission upgrade - specify $249.00 Operator Commanded Regeneration (OCR) (req. 6.7L Power Strokeo Diesel) I 63T 1 Engine /transmission upgrade - specify $249.00 Engine Idle Shutdown (avail. u Porver Stroke0 Diesel onl}) 1 Engine /transmission upgrade - specify NA 98G' Bi -fuel model - specify $314.00 • Optional on all XL and XLT F -450 and F -550 Requires: • 6.8L Gas Engine (99Y) Includes: • Hardened Engine Intake Valves and Valve Seats I 98G 1 CNG model - specify $3,147.00 • Optional on all XL and XLT F -450 and F -550 Requires: • 6.8L Gas Engine (99Y) Includes: • Hardened Engine Intake Valves and Valve Seats I 98G.CNG 1 CNG conversion (discuss with dealer) $15,500.00 • Optional on all XL and XLT F -450 and F -550 Requires: • 68L Gas Engine (99Y) Includes: • Hardened Engine Intake Valves and Valve Seats I 98G.LPG 1 LPG conversion (discuss with dealer) $15,100.00 Optional on all XL and XLT F -450 and F -550 Requires: • 68L Gas Engine (99Y) Includes: • Hardened Engine Intake Valves and Valve Seats. All Wheelbases available, and cabs. Add S1000 for extended range tank. Requires 31P Ship through. I 65C 1 Dual fuel tanks $734.00 Dual Diesel — combines 40 gallon aft -of axle & 28 gallon mid ship tank (NA wISYNCO; r eq. DRW, XL req. 96VXL Value Pkg. or S85 Radio on XL Fleet units) I 67D 1 Alternator, extra HD - specify amps Std' 200 AMP I 67A i Dual alternators $379.00' Dual Alternators (Req. 6.7L diesel) I SEIC 1 Idle control Std' Stationary Elevated Idle Control (SEIC) I Duval Ford * Southern $32,017.00 All Zones $5,000.00 $400.00' $5.00 t $65.00 Sid Award Announcement (13 -11 -0904) 217 VEHICLE: DEALER: ZONE: BASE PRICE: 52B 1 X4N 1 F -550 (F5G) Duval Ford * Western $32,000.00 Duval Ford *Northern $32,017.00 Duval Ford * Central $32,017.00 Duval Ford x Southern $32,017.00 Electric brake controller Trailer Brake Controller (TBC verified to be compatible w /elect onic actuated drum brakes only. NA ry 1531 Trailer Taw Pk Limited slip differential on rear axles 4.10 Ratio LTD slip rear axle. USE X8L with Gas engine. 1 $229.00 $359.00 F5G.663A 1 Manufacturer's model upgrade package (specify pkg. bid) $3,500.00 Exterior- Bumper –font, chi onie- Grille – two bar chrome- Mirrors– manually telescoping trailer toiv nip /power heated glass, integrated clearance lights & 2 -way fold- Argent " – Windows – Fixed Rear Privacy Glass Interior- adjustable headrests- Air conditioning vents – black vv /chrome ring- A:LUFMster'eo w /digital clock, Single- CD /MP3 player & 4speakers- Auxiliary audio input jack- Guise control (steering wheel- mounted)- Door -h ini – soft armrest, grab handle, foundry window switch be_el, upper & lower map pockets & reflector- Floor covering – color- carpet - Floor mats - Power Equipment Group – driver window, door-locks &windows w / backlit switches & accessory delay- Seat – front, high- series cloth 40120140 split bench – storage, iv/center armrest, cupholder and storage- SYNC@ — Three Button Message Control on Steering i11`heel- Trailer Brake Controller Safety/Security - uLlyKey@ owner conk ols feat a e- Remote keyless -entry & alarm. Add $300 for Supercab and $1000 for Crew Cab 1 90L 1 Power windows /door locks $894.00 Standard on XLT Not available ivith: - Air Conditioning Delete Includes:- Accessory Delay- Power locks- Remote keyless -enhy- Perimeter Anti -theft alarm- Power front side- windows- Power rear side- windonvs (Crew Cab)- I -touch up and doaan power driver and passenger rovindoua- MyKey@ owner cornn feature- Manual Telescopin Tow Mirrors –power/heated glass, heated convex spotter mirror, integrated clearance lights /turnsignals, 2 -way fold (XL & XLT only)- - SecuriLockO Passive Anti -Theft System (PATS)- Upgraded door -trim panel XL Deletes:- Passenger side lock cylinder Options Available:- PoverScopeO Trailer Tow Mirrors – (54F) (XLT only @$164) w /CrewCab (90L) use $1104 1 525 1 Speed control /tilt steering wheel $234.00 Tilt Std, Included on model upgrade and 96v. 62d 1 585 1 AM/FM radio with single CD $274.00 AM1FMStereo 1Single- CD 1M Player /Clock w/4 speakers includes aux audio input jack. Included in 96V, 96P and Model upgrade packages. Required with dual fniel tanks, (65c) 1 433 1 Sliding rear window $124.00 Includes rear privacy tint, Regular Cab Only 1 AS 1 40/20/40 seat in vinyl Std 1S 1 40/20/40 seat in cloth $99.00 Cloth 40120140 Split Bench - (XL Only) (Regular Cab /Supercab) Cloth 40120140 Split Bench - Crew Cab (XL Onlv) $314 1 Side air bags Std SZP Third key $44.00 7hls option releases a 4 key lockset for• the F Super Dnty chassis cab XL model without power group, ePATS and RITE, only. For extra renwte key ivith model upgrade andpowergrroup Ilse $196 1 X5G 1 Extended cab $3,870.00 Supercab XL base model with associated rump at $46655 with base e yidpment. For XLT Model add nupo - ade base package price and $300. Cloth Luxury Captains Chairs iv/ Console add $894 1 W5G 1 Crew cab model $4,740.00 CrewCab XL base model with associated msip at $47655 with base equipment. For XLT Model add upgrade base package price and $1000. Cloth Limay Captains Chairs w/Console add $894 Cutaway cab NA NA, does not meet base spec requirements. This option is covered in the Cargo Van Spec 1 18B 1 Cab steps $319.00 6 "Angular Blcick Molded -in- Color• Runnung Board,' Cab Steps (iv /Regular Chassis Cab) FOR Cab Steps 6v/Super/Crew Chassis Cab use $369) 1 Bid Award Announcement (13 -I1 -0904) 218 VEHICLE: F -550 (175G) DEALER: Duval Ford Duval Ford Duval Ford Duval Ford ZONE: * Western *Northern * Central x Southern BASE PRICE: $32,000.00 $32,017.00 $32,017.00 $32,017.00 LSL 1 Left -hand pillar mounted 6" spotlight with clear halogen bulb, dealer installed For Remote Operated Go -Light rose $550 2SL 1 Left & right -hand pillar mounted 6" spotlight with clear halogen bulb, dealer installed VV 1 Vent visors - stick -on style RS 1 Rainshields - flange style BS 1 Bug shield WGG 1 Wrap- around grille guard SSB 1 Spray -in liner (Rhino, Line -X or approved equivalent) For Rear bumper or drop down doors add $75 each I TH13 1 All terrain tread tires on rear LT225170Rx19.5G BSW Traction (4) All Season (2) I 512 I Full size spare tire & rim Spare Tire, Jack and Wheel I N2 1 Nitrogen filled tires including spare tire 942 1 Daytime running lights Immobilize daytime running lights 68M 1 19,000 lb. GVWR PAYLOAD PLUS UPGRADE PACKAGE (68M) Availability: • Optional on F -550 Not Available with: • 4.30 Limited -slip rear -axle • 141 "wheelbase on gas engine Requires: • 4.88 Limited -slip rear -axle ML) Includes: • Increases GVWR f onr 18,000 lbs. to 19,500 lbs. • Upgraded frame • Up rear -axle • Upgraded rear springs • Low deflection high capacity > 141 "wheelbase • Increases nnax RGAWR to 14,706 1 22,000 lb. GVWR 62R 1 PTO provision, automatic Transmission Power Take -Off Provision(Avail iv 16.8L engine or 6.7L Power Stroke© Diesel) for transmission mounted PTO add $ 2400 I PTO transmission driven, manual (dealer installed) 62R 1 PTO transmission driven, automatic (dealer installed) Transmission Power Take -Off Provision(Avail. ry /6.8L engine or 6.7L Power Sb oke© Diesel) for tr'ansnnissian nrounted PTO add $2400 I $495.00 $796.00 $160.00 $160.00 $169.00 $1,296.00 $745.00 $189.00 $349.00 $226.00 $44.00 Std $1,154.00 NA $279.00 NA $279.00 CRANE 4K 1 4,000 lb. EH Auto Crane, or approved equivalent, with crane reinforcements with manual $16,800.00 outriggers Includes: body reinforcements, boom rest, spring build up and outriggers. Fa• 5000# ElY crane add $7500, $8600 for hydra lic version which requires the addition of 627 and PTO. I CB9 1 Appropriate Auto Crane body with shelf package, 12" bumper with crank outriggers, or approved $20,400.00 equivalent 9 Foot Autocrane Titan 38 Crane Bodv for 4 -5k cranes. $500 Credit available when adding crate option. For 9 foot Titan 16 use $13400 (liniited use lt , ith mcrx 4k crane) FOR 9' Kncipheide 6lO8DL30 & Outriggers use $12800. (CBll) ]]Foot Autocrane Titan 38 Crane Body for 4 -5k cranes, ntse $20700. $500 Credit available when addin option. For 11 foot Titan 16 use $14800 (limited use with nnax 4k crane) FOR 11'Knapheide 6132DL30 & Outriggers use $13400. Requires 31v.31b I CRANE 5K 1 5,000 lb. EH Auto Crane, or approved equivalent, with crane reinforcements with manual $24,300.00 outriggers ADD $1100 for hydraulic version which requires the addition of 62r and PTO. I LG15 i 1,500 lb. lift gate Add $650 for Flatbed Applications I $3,150.00 Bid Award Announcement (13 -11 -0904) 219 VEHICLE: F -550 (F5G) DEALER: Duval Ford Duval Ford Duval Ford Duval Ford ZONE: * Western *Northern * Central * Southern BASE PRICE: $32,000.00 $32,017.00 $32,017.00 $32,017.00 12KW' 12,000 lb. winch with remote $1,500.00' Req. WGG 1 Front stabilizer bars Std Front and Rear 1 535.THD' Trailer towing package, to include heavy duty flashers, wiring for trailer plug (7 prong round), and $1,245.00' class IV frame mounted trailer hitch with 2" square removable receiver, 1" shank with 2" ball. May be dealer installed. Optional on all F -450 Not mailable ivith: 47A Ambulance Prep Package Requires: 6.7L Power Stroke is diesel engine 4.30 Limited -slip rear -axle (X4L) available on F -450 Includes: Trailer brake miring kit (not included if 52B Trailer Brake Controller is ordered) Increase GCW on diesel engine from 26, 000 lbs. to 30, 000 lbs. (F -450) Upgraded rear -axle Trailer brake controller not included. 2 5716 ball included. For pintle ball combo add $245 9D' 2 -3 yd. dump with manual ground control tarp (requires 60" CA) $9,820.00' Godwin 184u or equal, 9 Foot Dunrp Body with Electric Hoist, Tarp with arms.. Requires 3Iv.31b 1 11D 2 -3 yd. dump with manual ground control tarp (requires 84" CA) $10,000.00 Gochvin 184u 11 Foot Dunnp Body model or equal with Electric Hoist, Tarp with arms. Add $500 far 314 YARD on 84cet Requires31v.31b 1 12FS ' 12 ft, flat stake body with 40" sides all around (requires 84" CA) $4,860.00' Knapheide pvnrxsl236c or- egaal 12 ft Flat Stake. Delete Stake credit $200. solid bulkhead add $450. Requires 31v.31b 1 16FS ' 16 ft. flat stake body with 40" sides all around (requires 120" CA) $6,200.00' Knapheide pvmxs163 16 ft Flat stake with 40 "sides or equal. Delete Stake credit S200. solid bulkhead add $450. Requires 31v.31b 1 16FD' 16 ft. flatbed dump with manual ground control tarp 14" sides (requires 120" CA) "sides $11,200.00' Knapheide pvmxs163 16ft Flat dmnp with 14 or• equal. 1 16CD' 16 ft. contractors dump with manual ground control tarp 14" sides (requires 120" CA) $11,200.00' Blueridge Freedom canyon 16 or equal with sides. Electric Hoist, for 40" Sides Add $860. Requires 31v.31b 1 19RB' 19 ft. rollback wrecker with wheel lift (requires 120" CA) $35,000.00' Godwin model 19srb rollback or equal. 1 L404 84 84" cab to axle $174.00' L404 120' 120" cab to axle $524.00' Regular Cab Only 1 11SB' 11 ft. utility (requires 84" CA) $7,600.00' Knapheide 11 foot service body model 6132d54 or equal. Flip Top Lids add $1200. Masterlock system add $450. Compartment Lights add $515. LED Tail lights add $350. Extra lenses for corner LEDs add $50, Elech is locks add $785. Requires31v.31b 1 9SB' Manufacturer's certified factory standard 9' wide service body for dual rear wheels to include $6,300.00' appropriate mirrors - specify. May be dealer installed. (NOTE: If you are ordering a service body, we are advising you to contact your awarded vendor.) Knapheide 9 foot service body d6108d54 or equal. Flip Top Lids add $700. Masterlock system add $450. Compartment Lights add $515. LED Taillights add $350. Extra lenses for corner LEDs add $50, Electric locks add $785. Requires 31v.31b 1 14DF' Manufacturer's certified factory 14' dry freight wide body with pine floor for dual rear wheels to $8,800.00' include appropriate mirrors - specify. (Requires 111" CA). May be dealer installed. (NOTE: If you are ordering a service body, we are advising you to contact your awarded vendor.) Supreme or Equal model 14 fi DF. MAXON 72 -150 LS1V 1500 LBS. (32 "x 72" + 4) TUCKUNDER GATE $3700, MAXON RCM - 161600 LB 36 "X 90" + 6 RAILGATE, $4500 1 Bid Award Announcement (13 -11 -0904) 220 VEHICLE: F -550 (F5G) DEALER: Duval Ford Duval Ford Duval Ford Duval Ford ZONE: * Western *Northern * Central *Southern BASE PRICE: $32,000.00 $32,017.00 $32,017.00 $32,017.00 16DF 1 Manufacturer's certified factory 16' dry freight wide body with pine floor for dual rear wheels to $9,500.00 include appropriate mirrors - specify. (Requires 129" CA). May be dealer installed. (NOTE: If you are ordering a service body, we are advising you to contact your awarded vendor.) Supreme or Equal model l6 ft DF. MAXON 72 -150 LMV 1500 LBS. (32 "x 72"+ 4) TUCKUNDER GATE $3700, MAXON RCM - 161600 LB 36 "X 90" + 6) RAILGATE, $4500 1 20DF 1 Manufacturer's certified factory 20' dry freight wide body with pine floor for dual rear wheels to $11,000.00 include appropriate mirrors - specify. (Requires 129" CA). May be dealer installed. (NOTE: If you are ordering a service body, we are advising you to contact your awarded vendor.) Supreme or Equal model 20 ft DF. MAXON 72 -150 LNIV 1500 LBS. (32 "x 72" + 4') TUCKLINDER GATE $3700, MAXON RCM - 161600 LB 36"X90" + 6') RAILGATE, 54500 1 9ESV 1 Optional body - specify $10,000.00 Knapheide Enclosed Service body: KCI08M2094J 61 '711, Knapheide KCI08H2O94J 72 "IHAdd $700. 11 foot ESV. use ($10850) Knapheide Enclosed Service Body: Knapheide KC132M2094J 61 "III Knapheide KC132M2094J72 "Ill add $700. Requires 31v.31b 1 cues 1 Optional body - specify $99,700.00 Gres Inspection 16 Box, TV Rocuu, AC, Steps, 7500 Diesel Generator, digital engineering panel, sooni camera, trac transporter, 1000 ft cable assembly, tv reel, dvd recorder, fatscreen, pcu assembly, ecu assembly, joystick, wireless controller, manhole top roller, retrieval, nn It conductor tv only tool kit, 2 day training. Call dealer for spec. 1 Pipe Hunter 1 Optional body - specify $51,326.00 Southern Sewer Pipehunter Jetter Body, Model 35418TM'Water Tank 300 Gallon Capacity High Density Polyethylene Single Filler Assembly 25' Fill Hose iv/Storage Rack Main Tank Water Sight Gauge Hose Reel 800'x 112 " Capacity Jet Hose Reel Articulating Reel Standard Level Wind Hose ? 10'x 112 " Leader Hose 500'x1 12 "JetHose Tiger Tail Auxiliary Engine Perkins 50 HP Diesel Direct Drive Veneer Throttle Digital Gauge Package & Tachometer Steel Engine Shroud/ Belt Guard Tfater Pump Giant 4, 000 PSI @ 18 GPM Washdown System Electrical Options Strobe Light with Limb Guard Accessories 2) Tool Trays, Above From 14 "x 14 "x 36" Side Ladder with Handles — Passenger Side Safety Lanyard Chassis Fuel Tank Tie In No__les 15 Degree No=le for 1/2" 30 Degree No : =le for 1/2" No__le Rcrckfor 1/2" 6" No=le Skid Assemblyfor112" 1 BUS Optional body - specify $40,400.00 Glcrval 33P Passenger Bus with dual AC Mccx 33 passenger 1 REFUSE 1 Optional body - specify $51,600.00 Neiv Wary Diamondback 8RL Rear Loader, Mamba HB800 Side Loader ADD $3000 1 PC 1 Powder coating for utility body $700.00 Reading Brand only 1 76C 1 Backup alarm - Factory Installed $124.00 BUA 1 Backup alarm - Dealer Installed $130.00 Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision at rear NA of vehicle) - Factory Installed BUC 1 Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision at rear $595.00 of vehicle) - Dealer Installed 96V.62D 1 Optional equipment - specify F $663.00 XL VALUE PACKAGE (96V) Availability: • Optional on XL Includes: • AM1FMStereo 1Single- CD /MP3 Player /Clock w/4 speakers • Bright chrome hub covers and center ornaments (SRYVOnly) • Ch ome f •ont and rear step bumper • Cruise Control NOTE: Does not include rear bumper when ordered iv /66D Pickup Box Delete, Steering wheel controls (62D) Add $294 to this option for Sync Voice Activated Hands five System 1 31 B.31 V 1 Optional equipment - specify $260.00 Ship Through Qualified Vehicle Modifier, includes dealer prep. Reading is $543. 1 Bid Award Announcement (13 -1I -0904) 221 VEHICLE: F -550 (F5G) DEALER: Duval Ford Duval Ford Duval Ford Duval Ford ZONE: * Western *Northern * Central * Southern BASE PRICE: $32,000.00 $32,017.00 $32,017.00 $32,017.00 LG FSV 1 Optional equipment - specify $3,520.00 Lifigatesfor Flat, Stake or Van Body: 1500# Tommy Gate 36" Platform ($3250) 15009 Tommy Gate Railgate 36 "Platfornt ($3580) 20004 Tonrnry Gate Railgate 36 "Platform $(3940) 1500# Tuckmvay Waltco, C- 15($3460) 20004 Tuckcnvay Waltco, C -20 ($3620) 1 LOWBOX 1 Optional equipment - specify $556.00 TEMP 1 Undevbodv toolbox forflatbed applications. 36 inch wide with locking single door in black. 1 $6.00 VMAC 1 Optional equipment - specify $10,995.00 TAG 1 V -Mac 70 CFM Underhood Compressor, for Gas Air Compressor 30 Gallon 20 CFM use ($3660) Vanair AC $175.00 Generator /Compressor Use $5880 Vanair AC Generator /conupressor/Welder use $7000 Vanair 1300 Welder /Generator /Compressor /Hydrazdic Supply, use $25100 1 LTS 1 Optional equipment - specify $695.00 Havis Laptop Stand with Universal Locking tray, floor mount and mounting kit. Base Inverter add ($=136), 1500 Inverter IM575D 1 ($566), 2000 Inverter ($606), 3000 Inverter ($706) $3,465.00 WLBAMB 1 Optional equipment - specify $1,715.00 Whelen single tier amber lightbar. For Corner LED's Add $600 1 GENPWR 1 Optional equipment - specify $5,650.00 IM675D 1 Honda 5k generator nnournted, wired and installed on service body 1 $3,520.00 SAFET 1 Optional equipment - specify $525.00 First Aid, Fire Extinguisher and DOT LED rechargeable warning lights 1 RoverX 1 Optional equipment - specify $595.00 Bid Award Announcement (13 -11 -0904) 222 EnviroProducts Rover Basic Pk,-: includes RCX90 camera (high-resolution CCD color =oom camera with 10x optical and 12x digital :�oonr, onto shutter, auto /manual focus, built -in LED lighting, +1- -135 degree tilt, endless rotation, pressure sensor, and twin laser diodes for measuring feature width); ROWER X 130 crmvler ; transfer data to included desktop VlsionReporl software ; VC200 control pendant , reel and cameo (daylight viewable torch screen, MPEG -4 video, online diagnostics; RAX300 automatic motori_ed cable reel (with peter counter, splash proof rating 1000' orange transmission cable); power supply for 1151230V,• wireless remote control; 2S' extension cable (connecting VC200 to RAX300) with emer power switch. Optional Remote lift add $12300, crcnvler extension add $10300, Verisight Pro 200 View rec. add $9800, Haloptic 30 add $16800, Outpost $7500, Genslide $700, Washdovn $1800, Wincan v8 $9950, v8 office pkg $4850, 1 ivincan Lic /training 54750, v8 core lic $3300 other opt avial. 1 TEMP 1 Temporary tag $6.00 TX 1 Transfer existing registration (must provide tag number) $90.00 TAG 1 New state tag (specify state, county, city, sheriff, etc.) $175.00 This classification of vehicle requires a weight slip and second stage manufacturers statement of origin for titling. Conforming to State Statute, purchase' acknowledges that incomplete chassis do not meet DOT requirements for highway operation. Tag may be delayed by tag office and shipped separately. Overnight 2 way shippingfor new vehicle tags is included and fee for weight slip is also included 1 IM575D 1 Maintenance Plan - specify $3,465.00 5 Year 75, 000 mile Premium Maintenance Plan. 15 service visits at 5000 mile intervals for vehicles with DIESEL Engine, _ero deductible. For GAS Chassis Cab & Culmvcry vehicles use $2195. Excludes all police vehicles. Prices quoted per FordMoCo Florida Retail ESP October 2013 Pricing Guide 1 IM675D 1 Maintenance Plan - specify $3,520.00 6 Year 75, 000 vile Premium Maintenance Plan. 15 service visits at 5000 mile intervals for vehicles ivith DIESEL Engine, =ero deductible. For GAS Chassis Cab & Cutaway vehicles use $2245. Excludes all police vehicles. Prices quoted per FordUoCo Florida Retail ESP October 2013 Pricing Guide 1 IM610D 1 Maintenance Plan - specify $4,435.00 6 Year 100,000 mile Prennizan Maintenance Plan. 20 service visits at 5000 mile intervalsfor vehicles with DIESEL Engine, =ero deductible. For GAS Chassis Cab & Cu laway vehicles use $2800. Excludes all police vehicles. Prices quoted per FordNloCo Florida Retail ESP October 2013 Pricing Guide 1 Bid Award Announcement (13 -11 -0904) 222 VEHICLE: F -550 (F5G) DEALER: Duval Ford Duval Ford Duval Ford Duval Ford ZONE: * Western *Northern * Central *Southern BASE PRICE: $32,000.00 $32,017.00 $32,017.00 $32,017.00 IGB5100 1 Warranty - specify $3,225.00 5 Year 100,000 mile 4000 hour Base Care chassis warranty at:er•o deductible. Specialty Surcharge add $755 for Emergency, Fire, shuttle, ambulance or tow truck. Prices quoted per FordlloCo Florida Retail ESP October 2013 Pricing Guide I IGE5100 1 Warranty - specify $3,655.00 5 Year 100, 000 mile 4000 how• Extra Care chassis warranty at :ero deductible. Specialty Surcharge add $755 for Emergency, Fire, shuttle, ambulance or tow truck. Prices quoted per Ford.WoCo Florida Retail ESP October 2013 Pricing Guide I IGP5100 1 Warranty - specify $4,140.00 5 Year 100,000 mile 4000 hour Premium Care chassis warranty at _ero deductible. Specialty Surcharge add $755for Emergency, Fire, shuttle, ambulance or tow truck. Prices quoted per FordMoCo Florida Retail ESP October2013 Pricing Guide I IDB5100 1 Diesel Warranty - specify $3,950.00 5 Year 100, 000 mile 4000 hour Base Care chassis warranty at _ero deductible. Specialty Surcharge add $755 for Emergency; Fire, shuttle, ambulance or tow truck. Prices quoted per FordtdoCo Florida Retail ESP October 2013 Pricing Guide I IDE5100 1 Diesel Warranty - specify $4,525.00 5 Year 100, 000 mile 4000 hour Extra Care chassis warranty at :ero deductible. Specialty Surcharge add $755 for Emergency, Fire, shuttle, ambulance or tow truck. Prices quoted per FordMoCo Florida Retail ESP October 2013 Pricing Guide I IDP5100 1 Diesel Warranty - specify $5,225.00 5 Year 100,000 mile 4000 hour Premium Care chassis ivcvranty at :ero deductible. Specialy Surcharge add $755 for Emergency, Fire, shuttle, ambulance or tow truck. Prices quoted per FordMoCo Florida Retail ESP October 2013 Pricing Guide I Bid Award Announcement (13 -11 -0904) 223