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