Loading...
11/03/2025Monday, November 3, 2025 1:30 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers Council Work Session Work Session Agenda November 3, 2025Council Work Session Work Session Agenda 1. Call to Order 2. Presentations The Sound Quarterly Update - Megan Brennan, VP & Chief Marketing Officer Ruth Eckerd Hall, Inc. and Brianna Roberts, Vice President of Event Operations 2.1 3. Parks and Recreation Approve a Third Amendment to Lease Agreement between Clearwater Golf Club, LLC, and the City of Clearwater to extend the lease agreement by ten years, from May 1, 2041 through April 30, 2051; increase the amount of rent from 3% to 4% during these additional years; set a schedule to complete additional improvements to the bridges on the course by the Club, and authorize the appropriate officials to execute same. (consent) 3.1 Authorize insurance reimbursement payment to Fields Inc. dba Barefoot Beach House of Clearwater, FL in the amount of $314,700.00 for repairs to the Barefoot Beach House structure caused by Hurricane Helene; and authorize the appropriate officials to execute same. 3.2 Approve amendment 1 to the agreement between the City of Clearwater and the Juvenile Welfare Board (JWB) to increase funding for Fiscal Year (FY) 26 by $334,668, from $569,723 to $904,391, to operate afterschool and summer programs for elementary school-aged children at the North Greenwood Recreation and Aquatic Complex from January 1, 2026 through September 30, 2026, approve 5.2 Full Time Equivalent (FTE) positions necessary to support these programs, and authorize the appropriate officials to execute same. (consent) 3.3 4. Police Department Authorize a purchase order with St. Petersburg College for the Clearwater Police Department and Clearwater Fire Rescue for police academy sponsorships, paramedic training program, and ongoing advanced training for existing personnel in the amount of $155,000.00, pursuant to Clearwater Code of Ordinances Section 2.563(1)(f), Professional Services not subject to CCNA (academics), and authorize the appropriate officials to execute same. (consent) 4.1 Reappoint Michael Kachurik to the Board of Trustees, Clearwater Police Supplementary Pension Plan with a term to expire October 31, 2029. (consent) 4.2 5. Public Works Page 2 City of Clearwater Printed on 10/31/2025 November 3, 2025Council Work Session Work Session Agenda Authorize the acceptance of the U.S. Department of Energy (DOE)’s Golden Field Office FY23 Congressionally Directed Spending award, Clearwater Solar Panel Project, for $949,500 and authorize the appropriate officials to execute same. (consent) 5.1 Authorize a Guaranteed Maximum Price (GMP) to Bandes Construction for the installation of roof top solar panels at the Countryside Library and North Greenwood Recreation Center in the cumulative amount of $1,093,514.20 pursuant to RFQ 40-20, Construction Manager at Risk (CMAR) Continuing Contracts, and authorize the appropriate officials to execute same. (consent) 5.2 6. General Services Authorize a purchase order to Alan Jay Fleet Sales of Sebring, FL for the purchase of two 2026 Ford Interceptors and one Chevrolet Tahoe in the not-to-exceed amount of $148,066.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback; declare the vehicles being replaced as surplus and authorize for disposal at auction pursuant to Clearwater code section 2.623(7)(c), public auction; and authorize lease purchase under the City's Master Lease Purchase Agreement or internal financing via an interfund loan from the Capital Improvement Fund, whichever is deemed to be in the City's best interest, and authorize the appropriate officials to execute same. (consent) 6.1 Declare the listed vehicles and equipment as surplus and authorize disposal through public auction pursuant to Clearwater Code of Ordinances Sections 2.623(6) and (8) and authorize the appropriate officials to execute all necessary documentation to facilitate the auction process. (consent) 6.2 Authorize Purchase Orders to Global Public Safety of Hanover, MD (primary) and Enforcement One of Oldsmar, FL (secondary) for police upfitting services in an annual not-to-exceed amount of $1,300,000.00 for one year with three, one-year renewal options pursuant to Request for Proposal (RFP) No. 53-25, Police Vehicle Upfitting Services, and authorize the appropriate officials to execute same. (consent) 6.3 Authorize a purchase order to Garland/DBS, Inc. for roof replacement at Main Police Department in the not-to-exceed amount of $1,298,516.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c) Piggyback and authorize the appropriate officials to execute same. (consent) 6.4 7. Fire Department Page 3 City of Clearwater Printed on 10/31/2025 November 3, 2025Council Work Session Work Session Agenda Authorize a purchase order to Ten-8 Fire and Equipment, Inc of Bradenton, FL for one Osage Warrior Type 1 Rescue 2027 Ford F450 Crew Cab Chassis in the amount of $377,156.00, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), Piggyback, and 2.563(1)(d), Non-competitive purchase, and authorize the appropriate officials to execute same. (consent) 7.1 8. Marine & Aviation Approve Supplemental Work Order 4 with Moffatt and Nichol to provide construction phase services for Phase 2 of the Beach Marina project (21-0008-MA), in the amount of $96,276.00, increasing the purchase order from $1,998,326.50 to $2,094,602.50 pursuant to RFQ 24-21 and authorize the appropriate officials to execute same. (consent) 8.1 9. Public Utilities Adjust the minimum monthly wastewater collection (sewer) rates for customers with meters under one inch and pass Ordinance 9854-25 on first reading. 9.1 Authorize a purchase order to Trihedral Inc. of Orlando, FL, for the purchase of Supervisory Control and Data Acquisition (SCADA) system software licenses, including the initial year of SupportPlus, in a not-to-exceed amount of $199,079.75, and authorize annual technical support services in the amount of $30,467.25 per year for a nine-year term following the initial year, pursuant to RFP 07-25, and authorize the appropriate officials to execute same. (consent) 9.2 Authorize an increase to purchase order with Fastenal Company, for citywide Facility Maintenance, Repair & Operations (MRO) Industrial and Building Supplies, including related equipment, accessories, supplies and vending services, in the amount of $600,000.00 for the final term of year 3 ending November 8, 2026, and authorize increasing the two, one-year renewal options by $350,000.00 annually for a new annual not-to exceed amount of $600,000.00, in accordance with Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback or Cooperative Purchasing, and authorize the appropriate officials to execute same. (consent) 9.3 Approve a Purchase Order to Lynmark Construction of St. Petersburg, FL for Removal and Replacement of Sodium Hypochlorite Tanks at the Northeast Water Reclamation Facility (WRF) in the amount of $243,611.68, pursuant to Invitation to Bid (ITB) 56-25 and authorize the appropriate officials to execute the same. (consent) 9.4 Page 4 City of Clearwater Printed on 10/31/2025 November 3, 2025Council Work Session Work Session Agenda Approve settlement of Department of Environmental Protection (DEP) vs. City of Clearwater, OGC File No. 25-1120 for In-kind Project in the amount of at least $1,254,783.00 and authorize the appropriate officials to execute same. (consent) 9.5 10. City Clerk Amend the Clearwater Code of Ordinances by establishing Division 3 - Community Resiliency and Leisure Services Advisory Board, amending the membership composition of the Sister Cities Advisory Board and pass Ordinance 9855-25 on first reading. 10.1 11. City Attorney Adopt Ordinance 9842-25 on second reading, annexing certain real property whose post office address is 2714 Woodring Drive, Clearwater, FL 33759, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. 11.1 Adopt Ordinance 9843-25 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 2714 Woodring Drive, Clearwater, FL 33759, upon annexation into the City of Clearwater, as Residential Low (RL). 11.2 Adopt Ordinance 9844-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 2714 Woodring Drive, Clearwater, FL 33759, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). 11.3 Adopt Ordinance 9845-25 on second reading, annexing certain real property whose post office address is 2743 Morningside Drive, Clearwater, FL 33759, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. 11.4 Adopt Ordinance 9846-25 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 2743 Morningside Drive, Clearwater, FL 33759, upon annexation into the City of Clearwater, as Residential Low (RL) and Preservation (P). 11.5 Adopt Ordinance 9847-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 2743 Morningside Drive, Clearwater, FL 33759, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR) and Preservation (P). 11.6 Page 5 City of Clearwater Printed on 10/31/2025 November 3, 2025Council Work Session Work Session Agenda 12. City Manager Verbal Reports 13. City Attorney Verbal Reports 14. New Business (requests by Councilmembers to add discussion items to the next work session or, if agreed to by the majority of Council, at the upcoming council meeting instead) 15. Council Comments 16. Closing Comments by Mayor 17. Adjourn 18. Presentation(s) for Council Meeting Citizens Academy Graduation 202518.1 Suncoast Jazz Festival Proclamation - Joan Dragon, Suncoast Jazz Festival Executive Director 18.2 State of the City Presentation - Jennifer Poirrier, City Manager18.3 Page 6 City of Clearwater Printed on 10/31/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1138 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: PresentationIn Control: Council Work Session Agenda Number: 2.1 SUBJECT/RECOMMENDATION: The Sound Quarterly Update - Megan Brennan, VP & Chief Marketing Officer Ruth Eckerd Hall, Inc. and Brianna Roberts, Vice President of Event Operations Page 1 City of Clearwater Printed on 10/31/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0315 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 3.1 SUBJECT/RECOMMENDATION: Approve a Third Amendment to Lease Agreement between Clearwater Golf Club, LLC, and the City of Clearwater to extend the lease agreement by ten years, from May 1, 2041 through April 30, 2051; increase the amount of rent from 3% to 4% during these additional years; set a schedule to complete additional improvements to the bridges on the course by the Club, and authorize the appropriate officials to execute same. (consent) SUMMARY: On April 26, 2011, the Council approved a 20-year Agreement between Clearwater Golf Club, LLC. (Club) and the City for the operation of the property known as the Clearwater Country Club, including an annual lease payment of 3% of gross revenue, and improvements to the course totaling approximately $1.1 million dollars. A first amendment, entered on November 20, 2012, modified certain insurance requirements. A second amendment, entered into on January 24, 2022, extended the lease by ten years and included an additional investment by the club of approximately $1.2 million to complete capital improvements to the course. Staff has found the Club’s performance to be excellent including adhering to all terms and provisions of the current Agreement including the improvements to the course of approximately $2 million. Some of the capital investments included renovation of the irrigation systems, bunkers, greens, drainage, parking lot, on course restrooms, clubhouse dining and public areas, mechanical systems in the buildings, a new maintenance building and the purchase of new modernized maintenance equipment. Nine bridges are installed on the course to get players, golf carts and maintenance vehicles across Stevenson Creek, which dissects the course from north to south. Most of the bridges are over 60 years of age and in need of replacement. Damage has been caused throughout the years by flooding from the creek and the most recent hurricanes have caused the closure of 3 bridges on the course. All the bridges need to be repaired or replaced within the next five years. Per the current agreement the Club is already committed to repairing or replacing the two pedestrian bridges (#4 and #8). In order to repair and replace the cart path bridges (#1, #2, #3, #7, & #9) and the maintenance bridge #6 the Club is willing to invest between $500,000 to $1,000,000 to make these improvements and in turn ask for an additional ten (10) years to be added to the lease. In the last 10 years of the lease from May 1, 2041, through April 30, 2051, the rent will increase from 3% to 4% of gross revenue. Staff recommends amending the current agreement as proposed. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Approval of the proposed agreement amendment supports several Strategic Plan Objectives, including: ·1.1: Provide evidence-based measurement tools to continually guide municipal performance and promote accountable governance. Page 1 City of Clearwater Printed on 10/31/2025 File Number: ID#25-0315 ·1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. ·2.1: Strengthen public-private initiatives that attract, develop, and retain diversified business sectors. ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. Page 2 City of Clearwater Printed on 10/31/2025 r LEASE AGREEMENT THIS LEASE, made and entered into this,90 day of 6Dc.Q_ , 2011, by and between the CITY OF CLEARWATER, a municipal corporation of the State of Florida, hereinafter called the "City", whose address is Attn: Parks and Recreation Director, Post Office Box 4748, Clearwater, Florida 33758-4748, and THE CLEARWATER GOLF CLUB, LLC., a Florida limited liability corporation, hereinafter called the "Club", whose address is 525 Betty Lane North, Clearwater, Florida 33755. WHEREAS, the City owns the golf course located at 525 Betty Lane North, Clearwater, known as the Clearwater Country Club ("Leased Premises"); and WHEREAS, the City desires to lease out the operation and maintenance of the course to a third party for the recreational enjoyment and benefit of Clearwater citizens and the general public; and WHEREAS, Clearwater Golf Club, L.L.C. is in the business of operating golf courses and has demonstrated success in doing so. NOW THEREFORE, in consideration of the foregoing and the mutual covenants contained hereinafter, the parties hereby agree as follows: RECITALS, GRANT OF LEASE TERM DESCRIPTION 1. The foregoing recitals are true and correct and are incorporated in and form a part of this Agreement. That for and in consideration of the covenants to be kept and maintained by the Club and the mutual benefit to the parties, the City does hereby lease and let unto the Club, its successors and assigns, subject to the terms and conditions hereinafter set forth, that certain real property located in the City of Clearwater, Florida, more particularly described in Exhibit "A" ("Golf Course Parcel") and Exhibit "B" (Clubhouse Parcel") attached hereto and incorporated hereby by reference. The term of this lease shall be for a period of twenty (20) years, commencing May 1, 2011 and ending April 30, 2031, unless sooner terminated by the provisions hereof. LEASE/SUB-LEASE NOT ASSIGNABLE WITHOUT CONSENT 2. It is expressly agreed between the parties that this lease shall not be assignable to any other person, firm or corporation without the express written consent of the City, which consent may be granted or denied in the sole discretion of the City. It is expressly agreed between the parties that any sub-lease of the building or property be approved by the City, which consent may be granted or denied in the sole discretion of the City. USE AS PUBLIC GOLF COURSE 3. It is understood between the parties that the real property, which is the subject of this lease, will not be used in any manner other than as a public golf course, banquet and restaurant facility. CLUB COVENANTS TO KEEP AND MAINTAIN A GOLF COURSE 4. The Club covenants that it will keep and maintain upon the real property an 18 hole golf course and clubhouse, together with incidental improvements and will use, occupy and make available, as herein contemplated, such premises as a golf course and related facilities for pleasure, recreation and other purposes consistent with such golf course operation. During the term of the within lease and any extensions thereof, such golf course shall be operated and the facilities shall be open for usage during the normal hours of operation of the same or similar facilities in the area; provided, however, that at reasonable times portions of such course may be closed for necessary repair and/or reconstruction and/or maintenance. CAPITAL IMPROVEMENTS 5. As a condition precedent to the continuation of this lease, and the right of the Club to remain in occupation of the Leased Premises, the Club shall construct the following upgrades to the course, clubhouse and support facilities during the term of this lease in accordance to the schedule as noted: a) During the first year of this lease the Club, at its sole expense will: 1) Renovate the irrigation systems, pumps, motors, OSMAC to bring it up to first class golf course standards. Approximate value of $100,000. 2) Renovate all bunkers and greens to improve drainage. Approximate value of $50,000. 3) Renovate the driving range to include new landscaping, sod and artificial turf. Approximate value of $50,000. 4) Renovate parking lot to include new landscaping and resurfacing, Approximate value of $50,000. b) During the second year of this lease the Club, at its sole expense will: 2 1) Renovate Clubhouse including dining and public areas. Approximate value of $175,000. 2) Renovate and upgrade mechanical system for all buildings. Approximate value of $160,000. c) During the third year of this lease the Club, at its sole expense will: 1) Replace two pedestrian bridges. Approximate value of $75,000. 2) Replace and renovate cart paths. Approximate value of $75,000. 3) Construct new maintenance building of 5,000 sq. ft. Approximate value of $175,000. d) During the fourth year of this lease the Club, at its sole expense will: 1) Renovate or replace restrooms on course. Approximate value of 40,000. 2) Upgrade course maintenance equipment. Approximate value of 200,000. All such renovations and construction shall be made in accordance with plans submitted to and approved by the City. Said plans shall be submitted with reasonable time to allow for the City's review. Failure to complete the renovations as planned shall be a material breach of this Lease for which the City may immediately terminate the Lease and re-enter the property in accordance with Florida law. CURRENT MEMBERSHIPS 6. Any golf memberships existing at the inception of this Lease shall be honored until such time as said membership naturally terminates by expiration or as otherwise provided for in accordance with the membership's original terms and conditions. AVAILABILITY OF GOLF TO THE PUBLIC 7. The Club, in its operation of the course shall, at all times, subject to reasonable rules and regulations common to other similar facilities in the area, make such course available to the public who are not paid members of the Club upon payment of reasonable green fees. The Club will, at all times, conduct its operation in such a manner as will be conducive to greens fee play and will undertake any and all reasonable acts to insure that the public is aware that such course is available for greens fee play and will make reasonable efforts to see that the prevailing atmosphere at the Club will be such that greens fee players will feel welcome to use the facility. The provisions of this paragraph shall be a material part of this lease. 3 GREENS FEE PLAYERS RIGHTS AND OBLIGATIONS 8. The City recognizes the right of the Club to require greens fee players to comply with rules and regulations as prescribed for members. Failure of greens fee players to comply with established rules and regulations may, at the discretion of the Club management result in loss of playing privileges. Any complaints resulting from a loss of playing privileges or relating to play by greens fee players shall be referred to the City's Director of Parks and Recreation for appropriate review and action. CLUB FACILITIES AVAILABLE TO GREENS FEE PLAYERS 9. The Club agrees to make the Clubhouse food, drink and restroom/locker room facilities available to greens fee players on the day of play to the same degree that such facilities are available to Club members. Greens fee players will be charged for food and beverages on the same basis as members are charged and shall be treated as a member for the day of play during the hours that the appropriate facilities are open. Nothing in this provision shall give any non-member use of the Club facilities for social events or entitle any such person to the use of the available facilities after the course has been closed for play. The Club agrees to make Clubhouse and facilities described herein available to the City for City sponsored events, based upon availability. USE AND CARE OF PREMISES 10. The Club covenants and agrees that it will, at all times, keep, maintain and operate such course and the facilities thereon, or in any way connected therewith, in a good and prudent manner to the end that such course shall be kept in good, playable condition. The Club agrees to keep and maintain reasonable standards and condition of the course generally in substantially the same condition as similar facilities in accordance with accepted golf industry standards; that it will keep and maintain, in good repair, all permanent improvements, such as buildings, and water systems, including the making of necessary replacements and/or repairs even though the making of such repairs and improvements shall extend the life of such facility or facilities beyond the expressed date of this lease. Club and City Parks and Recreation Director shall meet as needed to review the scheduling and progress, and any other matters related to the capital improvement program set out herein, to be implemented by the Club. The City reserves the right, in its sole discretion, to make such capital improvements as it deems necessary or beneficial to preserve its asset or to serve its constituency, however, the City shall have no obligation whatsoever to do so. 4 11. [This paragraph intentionally deleted.] NO PERMANENT COURSE LAYOUT CHANGES WITHOUT WRITTEN CONSENT OF CITY 12. The Club covenants and agrees that no permanent change in the layout of the course shall be made except with the express written consent of the City, which the City may grant or withhold in its sole discretion. All duties of construction, repair, alteration or maintenance imposed by this lease are and shall be separate expenses of the Club and shall never directly or indirectly be chargeable to the City nor in any way be a mechanic's or materialmen's lien or charge upon any lands. In the instance that a mechanic's or materialmen's lien is placed on the Leased Premises in violation of this provision, the Club shall cause such lien to be discharged within thirty (30) days or the City may declare a material breach of the Lease, terminate the Lease, or seek other security (monetary or otherwise) from the Club to satisfy the lien. LEASE MAY BE RECORDED TO PROTECT CITY AGAINST LIENS 13. This instrument may be recorded in the public records of Pinellas County, Florida, and all persons, firms or corporations whomsoever are called upon to take due notice of these limitations and the superior rights of the City herein. NO PERMANENT STRUCTURES TO BE REMOVED 14. No permanent structure, once constructed, shall be removed from the premises or materially altered except with written consent of the City and all persons, firms or corporations are expressly called upon to take due notice of the requirements of this lease. CITY RESERVED RIGHT TO DRAINAGE, UTILITY LINES, ROADS, ETC. 15. The City, on its own behalf, and on behalf of other applicable governmental agencies, reserves at all times during the term of this Lease or any extension or renewal thereof the continuing right to utilize any portion of the leased premises for drainage, laying and maintaining utility lines or facilities, including roads, railroads, or other necessary rights of way, provided, nevertheless, the City shall use its best efforts to adopt such route or routes as will be reasonable and economically feasible to minimize interference with the purposes of this Lease. 5 BANKRUPTCY OR DEFAULT, CITY HAS OPTION TO TERMINATE 16. Should the Club hereinafter be adjudged bankrupt or become insolvent or in any other way be financially unable to keep the covenants of this Lease, the City may at its option, terminate the lease, as though for breach of any other covenant, and re-enter and re-take the Leased Premises. CLUB WILL PERFORM ITS OBLIGATIONS 17. The Club, in the performance of the covenants contained in this lease, shall at all times do or perform such acts or actions as shall be reasonably required by the context of this lease to fully perform its obligations hereunder, and shall, conversely, refrain from doing or permitting to be done any acts or actions which would jeopardize either its performance or ability to perform the covenants contained herein or the payment of rentals contemplated by the parties. RENTAL 18. Commencing May 1, 2011, the Club shall pay annually to the City, as rental for the premises and the City agrees to accept three percent (3.00%) of the gross revenues plus applicable sales tax, and any other taxes applicable to the Club's occupancy, such as personal property taxes or ad valorem taxes. The term "Gross Revenues" as used in this Lease is defined as the total amount of actual gross revenues received by the Club, its assignees, subtenants, concessionaires or licensees as applicable) for all merchandise sold or services performed in or from the Leased Premises, whether for cash or other consideration or on credit; excluding discounts or allowances made to customers for which no payment is received by the Club and the amount of any tax payable by reason of such sales or service under applicable tax law, which taxes are billed as a separate item by the Club to the purchaser. Gross Revenues shall include, but not be limited to: golf and social membership dues and initiation fees; green fees; cart fees; food, beverage, and merchandise sales; clubhouse rental; and any other revenues. Said rental payment shall be continued in the same amount unless modified in writing by the parties following extension negotiations. The said rental payments shall be paid to the City not later than thirty (30) days after the close of the Club's fiscal year, which payment shall be pro-rated as necessary in the first year. The disposition of remaining funds will be at the discretion of the Club. PROPERTY OWNERSHIP -- PERSONAL AND REAL AND OPERATION AND MEMBERSHIP REQUIREMENTS 19. Facility and Personal Property Ownership. The City shall at all times retain ownership of the Facility, including but not limited to real estate, fixtures, furniture, all personal property existing on the Premises as inventoried at the inception of this 6 Agreement as City Property ("City Property"), attached hereto as Exhibit "C", including any and all improvements made during the term of this Agreement. Club shall report to City any purchases of equipment which become City Property during the Lease Term expensed, costing in excess of One Thousand Dollars ($1,000.00) and which have a useful life in excess of one year. Such items shall be tagged as fixed assets in accordance with, and as required by Florida law. The City retains the right, at all times, and upon expiration of this Agreement, to inventory all assets of the facility upon reasonable notice. The Club shall notify the City of such purchases and as to any losses of City Property. The City Property shall remain the property of the City and shall be returned to the City when no longer needed for the operation of the Facility. Club to secure and provide golf carts and lawn maintenance equipment. The Parties hereto expressly agree that it is the sole responsibility of the Club to secure and provide a fleet of golf carts sufficient for operations and lawn equipment sufficient for the appropriate maintenance levels of the Golf Course. Facility Funding. The Facility shall be funded as follows. The Club shall pay all items of expense for the operation, maintenance, supervision and management of the facility. The City shall not be responsible for any contribution or expenses related to, or resulting from the operation of the golf course, related facilities or costs or expenses otherwise arising out of this Agreement. Other than as expressly provided for herein, in no instance shall the City incur expenses or provide a subsidy to the Club. In the case of operating losses, the Club shall pay for and absorb all losses. If in any instance, payment is demanded of the City or the City must make payment for operating expenses in order to preserve its Property, the City shall have the absolute right to recover such expenses from the Club, including all rights and remedies as provided by law. Fiscal Responsibility/Reporting. The Club agrees to maintain separate and independent records in accordance with generally accepted accounting principles, devoted exclusively to the operations in connection with its management of the Facility. Such records shall contain all entries reflecting business operations of the Club under this Agreement. The City is authorized and shall have the right to audit and inspect such records from time to time during the Term, upon reasonable notice to the Club and during the Club's normal business hours. Sales taxes, permits and licenses. The Club shall be responsible for the payment of all appropriate sales taxes to conduct activities on the Golf Course property. The Club shall be responsible for all permits and licenses necessary for conduct of the sales activities or any permission to conduct activities at the Facility, including health department or other regulatory agency approvals. Any violation of the licensing requirements, health requirements or any other requirements of any other regulatory or law enforcement agency shall be deemed sufficient cause to create a default hereunder, which default must be remedied within a reasonable time using all due diligence by the Club. In addition, Club shall pay to governmental agencies all 7 applicable ad valorem taxes, usage fees, taxes of any kind or other charges or monetary impositions on the Golf Course Property and does hereby fully save and hold harmless and indemnify the City for the payment thereof. Agreement Monitoring. Each Party shall appoint a contract administrator to which all applicable reporting shall be made, and who shall monitor the party's compliance with the terms of this Agreement. The Contract Administrators are as follows. Nancy Oakley City of Clearwater 100 Myrtle Street Clearwater, Florida 33756 Mr. Greg McClimans 525 N. Betty Lane Clearwater, Florida 33755 Memberships/Facilities. The Club agrees to operate the Clubhouse and related facilities located on the properties described in Exhibit "B" as a private facility subject to the right of greens fee players to use the food, beverage, and rest room facilities during the day such players are using the course as further outlined hereinafter. The Club covenants that membership in the Club, either social or golfing, will be made available to the public. The Club, however, in accepting applications for membership and admitting a member will be subject to the following guidelines and restrictions: a) For golfing and social membership, priority on a waiting list shall be given to residents of the City who are applicants. If no City resident is on the waiting list for an available membership, the said membership may be offered to the general public. b) Membership shall be without discrimination based on race, religion, sex, age or national origin or other category or class of persons prohibited by law. c) The Club's By-Laws will conform to these membership requirements and such By-Laws shall be continued during the term of this lease. d) A violation of these covenants by the Club shall constitute a material default under the terms of this lease. INSURANCE, INDEMNIFICATION AND HOLD HARMLESS 20. The Club agrees to indemnify and hold the City and its employees harmless from and against any and all claims, demands, and causes of action or lawsuits of whatever kind or character arising directly or indirectly from this agreement or the performance hereof, or its occupancy of the Leased Premises. This indemnity clause includes, but is not limited to, claims, demands, and causes of action or lawsuits for damages or injuries to goods, wares, merchandise and property and for any bodily or personal injury or loss of life in, upon or about the property. This provision shall survive termination of this Agreement and shall not be limited by the amount of any insurance required to be obtained or maintained under this Agreement. The City shall have the right, at its option, to participate in the control of any defense of any third party claim without relieving the club of any of its obligations hereunder. The Club shall obtain at its own expense, and maintain during the term of this agreement, the insurance coverages set forth below: 1) Property Insurance - Real property including improvements or additions shall be insured. a. Form - All Risk Coverage - Coverage shall be no more restrictive than that afforded by the latest edition of Insurance Services Office forms CF0011, CF0013, CF0420, and CH 210. If available, sinkhole insurance is to be included. If the provisions of the Club's All Risk Coverage do not include sinkholes and the unavailability of such coverage is verified by the City's insurance consultants, the Club shall be deemed to be in compliance with this paragraph. b. Amount of Insurance - The amount of coverage shall be the full insurable value on a replacement cost basis. c. Flood Insurance - When building or structures are located within an identified special flood hazard area, flood insurance shall be provided for the total insurable value of such buildings or structures or the maximum of flood insurance coverage available under the National Flood Insurance Program, whichever is less. 2) Boiler and Machinery Insurance - If the buildings or structures include boiler(s), pressure vessel(s), or air conditioning/heating equipment, the Club shall maintain comprehensive insurance covering loss on the property included liability for damage to property of others. a. Repair and Replacement. b. Amount of Insurance - $1,000,000.00 per accident 3) Comprehensive General Liability - Coverage shall be afforded on a form no more restrictive that the latest edition of the Comprehensive General Liability policy filed by the Insurance Services Office and shall include: a. Minimum limits of $1,000,000.00 per occurrence combined single limits for bodily injury liability, personal injury, and property damage liability. 9 b. Premises and Operation. b. Independent Contractors. C. Products or Completed Operations. d. Personal Injury Coverage with employees and contractual exclusions removed. e. Liquor Law Liability, if applicable. f. Golf carts or other golfing appurtenances not owned by the Club but brought onto the property by others. 4) Business Auto Policy - Coverage shall be afforded on a form no more restrictive than the latest edition of the Business Auto Policy filed by the Insurance Services Office and shall include: a. Minimum limits of $1,000,000.00 per occurrence combined single limits for bodily injury liability and property damage liability. b. Coverage on all vehicles (owned, hired, and non-owned). 5) Workers Compensation - Coverage shall apply for all employees for statutory limits in compliance with the applicable State and Federal laws. In addition, the policy shall include employer's liability with a limit of $500,000.00 for each accident. If the self-insured status of the Club is approved by the State of Florida, the City agrees to recognize and accept such status upon proof of such approval. 6). Personal Property - The City shall not insure or self-insure loss to personal property of the Club. The Club understands that it is solely responsible for such losses regardless of cause. Other Requirements. 1) The City shall be named as an additional insured on all insurance policies required under this agreement. 2) Copies of insurance certificates for all insurance required by the agreement, and copies of all insurance policies covering insurance required by this agreement, shall be furnished to the City Clerk of the City prior to the use of the property. 10 3) Not less than sixty (60) days notice of cancellation or restricted modifications of any insurance policy providing the coverage required by this agreement shall be required on all insurance policies. COMPLIANCE WITH EXISTING LAWS AND REGULATIONS 21. The Club agrees that in its use and occupancy of the leased property it will comply with all applicable laws, rules, regulations and ordinances of every governmental body or agency whose authority extends to the leased property or to any operations conducted upon the leased property, whether or not such laws, rules, regulations or ordinances are mentioned herein. ACCOUNTING, CLUB TO SUPPLY AUDIT BY C.P.A. 22. The Club agrees at all times to keep and maintain accurate records of all business transactions and sales made in and from the Leased premises and to allow City, at all times during reasonable business hours, through the City's duly authorized agent, attorney, or accountant, to inspect and make copies of all business records to insure stewardship of City property and in order to comply with law, specifically, Chapter 119, Florida Statutes. The Club agrees that in determining the cash rental payment to be paid hereunder, and for purposes of auditing and assurance of the proper stewardship of the City asset, it shall at least annually, in each year of the term of this lease, at its own cost, furnish to the City a complete audit of its operations, prepared by a Certified Public Accountant, together with such interim accounts as may from time to time be requested. Such annual statement shall be furnished within thirty (30) days after the end of the Club's fiscal year. The Club shall further submit to the Parks & Recreation Director an annual report of course operations. RIGHT OF ENTRY BY CITY 23. Agents of the City shall be afforded the right at all reasonable times to enter upon the leased property for the purpose of inspecting and/or preserving the leased property and the Club's other facilities. OBLIGATION TO PAY TAXES 24. The Club agrees to pay any federal, state or local taxes which may be levied on the property or any improvements or uses placed thereon, but it is agreed that the uses herein serve a public and municipal purpose and the parties do not waive any exemptions permitted by law. NO ENCUMBRANCE ON LEASED PROPERTY AND WRITTEN CONSENT OF CITY NECESSARY FOR ANY CHANGES TO PROPERTY 11 25. The Club shall not enter into any loan, mortgage or other agreement obligating any portion or all of the Leased Premises thereby creating debt or encumbrance on the Leased Property or related facilities. This covenant is a material condition to the City entering into this Lease. Club must get City approval which shall not be unreasonably withheld to remove, demolish, remodel or replace any building or other structure on the leased land or land owned by the Club. In no instance shall the Club remove City-owned personal or other property from the Leased Premises. CLUB'S RIGHT TO CURE ANY ALLEGED DEFAULT WITHIN 30 DAYS OF WRITTEN NOTICE 26. A default in the performance of a promise, covenant, or obligation shall constitute a breach of this lease; provided, however, that such default shall not constitute such breach as to terminate this lease until and after the Club fails to cure or to take reasonable measure to cure such default within thirty (30) days after written notice of default has been served upon the Club. This cure period may be extended should said cure require more than thirty (30) days, so long as the Club initiates the cure within the thirty (30) day cure period and pursues diligently to completion. The City may re-enter and take possession of the Leased Premises immediately if said Default is not cured within the time provided, and take any action deemed necessary, in the City's sole discretion, in order to preserve its assets, including the appointment of a third party operator TERMINATION 27. City may terminate this lease with thirty (30) days written notice to the Club if Club violates any provision of this lease or fails to cure any alleged default. City may also terminate this lease for any municipal purpose consistent with City Charter by giving one (1) year written notice to Club. HOLDOVER AFTER TERMINATION ON MONTH TO MONTH BASIS 28. If the Club, with the consent of the City, continues in possession of the leased property after expiration of the term of this lease, then the Club will be deemed to be holding the leased property on a month to month tenancy subject to all of the other provisions of this lease, but such tenancy by sufferance of the Club shall not be construed as a waiver of any right hereunder conferred upon the City. FAILURE TO ACT BY CITY NOT A WAIVER 12 29. Failure of the City to insist upon performance of any covenant hereunder shall not be deemed to be a waiver of the right to insist upon full performance at any subsequent time. AMENDMENTS MUST BE IN WRITING 30. Any additions or modifications to this lease shall be in writing and shall be executed by both parties and no oral agreement shall be effective to change or modify the terms of this lease. RADON GAS 31. In accordance with the provisions of Section 404.056(5), Florida Statutes 1989), as amended, the Club is hereby informed as follows: RADON GAS: Radon is a naturally occurring radioactive gas that, when it has accumulated in a building in sufficient quantities, may present health risks to persons who are exposed to it over time. Levels of radon that exceed federal and state guidelines have been found in buildings in Florida. Additional information regarding radon and radon testing may be obtained from you County public health unit. DAMAGE OR DESTRUCTION OF PREMISES 32. In the event of partial or total destruction of the Leased Premises, the City may, at its option, make such repair as necessary within ninety (90) days (or longer should said repair require a longer timeframe, so long as said repair is initiated within ninety (90) days and diligently pursued to completion), in which case the Lease shall remain in full force and effect and the Club shall be entitled to a proportionate reduction in rent while the repairs are being made. If the City does not elect to make repairs, the Lease may be terminated by either party. CONDEMNATION 33. If the whole or any part of the Leased Premises shall be taken by any lawful authority under the power of eminent domain, then this Lease shall thereupon terminate and the Club shall be liable for rent only up to the date of such taking. NOTICES 34. All notices provided for herein shall be deemed to have been duly given if and when deposited in the United States Mail, properly stamped and addressed to the respective party to be notified, as set out above, or when hand delivered or delivered as evidenced by receipt by overnight courier. HAZARDOUS MATERIALS 13 35, The Club represents to the City that to the best of its knowledge at the commencement of this Lease, the Golf Course Property is in compliance with all federal, state and local laws, regulations and standards relating to the use, occupancy, production, storage, sale, disposal or transportation of any hazardous materials, including oil petroleum products or their derivatives, solvents, PCB's, explosive substances, asbestos, radioactive materials or waste and any other toxic, ignitable, reactive corrosive, contaminating or polluting materialism ("Hazardous Substances"), which are now subject to any governmental regulations. The Club shall promptly give the City written notice of any investigation, claim, demand, lawsuit or action by any governmental or regulatory agency or private party involving the Golf Course Property and any hazardous substances or environmental law of which the Club has actual knowledge. If the Club learns, or is notified by any governmental or regulatory authority that any removal or other remediation of any hazardous substance affecting the Golf Course Property is necessary, the Club shall promptly take all necessary remedial actions in accordance with applicable environmental laws. The Club shall remain responsible for all liabilities, damages, claims, penalties, fines, settlements, cause of actions, cost or expense, including reasonable attorney's fees, environmental consultant fees and laboratory fees and costs and expenses of investigating assigned to it under Florida Statutes, Federal Statutes or administrative regulations, or local law resulting from or attributable to: a. The presence, disposal, release or threatened release of any hazardous substance that is on, from or effecting the Golf Course Property, including the soil, water, vegetation, buildings, personal property, persons, animals, or otherwise; or b. Any personal injury, including wrongful death, or property damage, real or personal arising out of or relating to the hazardous substance; or c. Any lawsuits or administrative action brought or threatened, settlement breached or governmental order relating to the hazardous substance; or d. Any violation of any laws applicable to the hazardous substance, for which the Club is responsible under this paragraph. The City shall have the same obligations as set forth herein for the Club regarding any hazardous substances that it brings upon the Golf Course Property. The Club and the City's obligations under this paragraph shall survive the expiration or termination of this Lease. It is the intent of the parties to this Lease to provide a mutuality of obligation regarding hazardous substances or hazardous wastes brought upon the Golf Course Property or discharged from the Golf Course Property and it is the intent of this paragraph that the 14 responsible party shall be totally responsible for the remediation action appropriate arising from hazardous substances that it brings upon the property. Nothing herein shall waive any of the sovereign immunity protection of the City as set forth in Section 768.28 F.S. nor give any third party any rights hereunder. VENUE 36. Venue. The sole venue for any litigation arising from the tems of this Lease shall be exclusively in the Circuit Court of Pinellas County, Florida. BINDING EFFECT 37. This Lease shall be binding upon the parties hereto and upon all persons deriving title by, through or under the said parties and upon their assigns and successors. SOVEREIGN IMMUNITY 38. Nothing in this Agreement shall waive or diminish the City's sovereign immunity. Nothing in this Agreement shall extend the City's liability beyond the limits established in Section 768.28 Florida Statutes or any of the liability limits set forth in Florida Statutes. Nothing herein shall be construed as consent by either party to be sued by third parties in any matter arising out of this Agreement. No third party shall have any rights or obligations pursuant to this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first above written. THE CLEARWATER G F CLUB, LLC CITY OF CLEARWATER B B .3 I reg McClimans, President William B. Horne, II City Manager r By: By: Rebe ca McClimans, Secretary/Treasurer Frank V. Hibbard Mayor rye ATTEST: kz,m 0 q - Rosemarie Call 15 City Clerk o form: ?, ? A? Laura Lipowski Mahony Assistant City Attorney 16 0 0 l:x)111111? A Tic Ilurtlie:?:st 1/4 of tuo Soulhcasst 1/4 of 'Section 10, Tuwnship 29 $ohtl?, Rant;e 15 Lind, less L'Ise 11csL 5 feet, lase rise North 15 feet, less -the povemst?•tt and curb of H-111.10 Street and Illllereut NCjve lying wi`rlsin rise South 30 fact, of the East 30 feet tend less the Seaboard System Railroad rl-uht-of-way. Totetl•iet with tl?e Sosxtl?csust 1/4 of the Southeast 1/4 of sold SoCL•ia:t 10, less the South 1.209 fact m.'u..1. u[ Lite F.nst 30 fea.ti lens L'hc pavement aarl curb of llillcreat privet l.yllsl; within the North 120 feet of the East 30 foot, lesa.the South 33 feet, and less the West 17 feet, Together with the Northwest 1/4 of the nutlswCat 114 of 5ectlun 11, Tuwushipf 2$ South, linage 15 East, less Lite Ebst 1234 Lett n?.o•.1- of-the South 30 feet, less the pavement and curb of Flaple Street l.ylug Wltl?in the West 90 feet of the South 30 feet, less Lhe East 50 feet, 1cni tl?e Ilortlr 15 fact, nt?d less the Seaboard System Railroad right-of-way. Less and except Ilillcrest Addition Subdivision as recorded in Plat Doi& 14.. page 49, of the Public Records of Plaellas County, Florida. Less slid except the £.ollowkng described tract: commence at. the Nor•thensit 4Ivrngr of Lot 11 of said 11'illtrest Additions thence run cleat along tale North line, inc of rnld 11111crest Addition 20 feet to tl?e point of beginnings thence west, along sald Nortll line 100 feetl thence run North, along a lisle parallel Lo the East lJne of sold Ilillcrest Addition, 250.5 feel'.; thence ruq Northeant'erly, 1.54.92 feet, to a point on a line 360 fart: North of still parallel td the 14orth 11rse. of said Ilillcresst Addition; thence run. Cant, olong najd line 69 feet, to Ulu Vest' right-of=way line of Highland Avenue; thence run South, along Spid Went rlght-of-wall line, 360 feet to Lite point of beglnni.mg. Less bad oxccpt the following described tract; begin at'the Southwest car:oer of l.o•t 4 of said Ilillcrest Addition; thence run North along the Wesr.line of lral.d llllicrext Addltlon, 40.2.5 feet; thence run Southwesterly, 741.1 feet, to a puint on a line 647 feat West of and parallel to the West- line•Of sold Ilillcrest Addition; thence run South, along said line, 41 feet to, tile Novell right-of-way line of Maple Street; thence rum East,, along. said North right-of-way line, 647 feet to the point pf beginning. Less and except tlse following described trace: commence at the intersect.iot: of the centerline o[ rile Seaboard System Railroad tight-o;-way and the centerline of ha tty Lane, as shown on the Plat of Country'Club Addition, a•a. recorded !n flat Back 7, l'at'e 36, of the-Public Records of Pinellas•County, Florida; thence run along sold centerline of the Seaboard'' System RoAlroad right-of-way and a curve to the left, chord bearing.N 80'43137" E; 3^12.feet; thence contimuc along; said ceuteriiae, N 77'35'51" 2, 03.44 feet, 'to the polpt of ltegin?ilit;;; thence run S 033'43" E, 537.60 feet; thence run S 51'46123" E. 48.51-feet; thence run N 65'05'57" E, 311.38.feet; thence run N 21'20'7+8" E 610.59-fact to the ccnterline of said Seaboard System Railroad. right-of-way; thence run'siong zo ld centerlino and a curve to tl?e right, cl?ord bearing S 76'25'57".W,.1.36. 03 . feat; thence continue along said eentitrline S 77'35'57" W, 402.40 feet to tlsc polar of beglnning., less the Seaboard System Railroad right-of-way; Together the following rights and easements, namely: A right-of-way in cnmmon with Lite. party. -of xl?e firat part for road or street purposes to and 41-010. said parcel conveyed over and along a strip of land forty feet wide running; parallel to and Immediately south of the right-of-way of the Seaboard $ystc?s hailrood, extending from Betty Lane oil the West Co the above desdrlhed tract on the host. EXHIBIT S BEGIN at the inCerseGtion.of the center line of Seaboard Airline. Railway' Co., and Betty Lane as shown on plat of COUNTRY CLUB ADDITION as recorded in slat book 7, page 36, Pinellas County Records and 'run thence along said Seaboard Airline Railway Co., center line and a curve to the left, chord bearing N 80° 431 3711 E, 339.12, ft.,,, THENCE along said center lice N 77° 35'.57-- E, 83.44 ft. for P.O.B. THENCE S 6° 331 43-- E, 537.60 £t.; THENCE j 51? 461 23" E, 48.51 ft.; THENCE N 650 05 t 57-- E, 311.38 ft.; TIIENCE N 21 20' 48-- E., - 610..59 ft., to center line of said Seaboard Airline Railway CS., TI4ENCE along curve to right ang said center line, chord bearing.S 76 2S9 011W., 136.13 ft.; THENCE 3 77 251 5711 W along said center line 482.48 ft.. to P.O.B., less Seaboard 'Ail-line Railway Co., right-of-way. 1 EXHIBIT "C" CCC Got/ Coures 154alplaeni Inventory September. 2009 LOCATION QUANTITY 0ESCRIPT1oN Pro sh"db sntdrrl PC Pro Strop 1 D Pro shop 1 HIS 6100 PeAter y 8GdftPMdMWPsWPre41MlrOUM Pro ump 3 Sm09 22' tables M MHadopwr dloplerRe ?room card trots Proomp I fott6rlp 6' Wk - RoShop 1 vfaoden N tebte PMMWp 1 Grooftcaidd r Prop 1 SlOtM60dMoa4'x32SRoshop100MbeeNartaetl110Mdleplay Mm 8pPro 1 C UMM" dlap n , W -MdProx6 tlrbrrae POO Pro shop 3 i 1roP SoNlaftlaneshop1a3lassdwAma vefa=ft proshop i lasseslnp PC cebtiret pmehop x BMWs 91411Pro1t3onartaastubdlspiay Proshop 1 FJ rookdeftPIMMMPiVAMA"Wasprknarfttih4p13draMp1ltMerstand Pro f 1 P0vdAMD04 proceeoor Proelhop 1 CtwvrdoNvldaorecordorvMesmerso Pro shop 1 321" x 1r x?r bookshop pro shop a Cork bslleRr boards Pro shop 3 Grywaes booods Pro Sflop 3 19" arwx runw storepe racm Pro strop 1 Orx46" x72" metalatorepe melt ProShop 1 Metal 44rowerftcabhvAlatter Proshop 1 Metal24rswertatscftW typal asp Room 1 emkowd Bap Room 1 2 level meW lea ws 5% Roam 3 SpookewwowSapRoom144drsvrermddGOMM jr x 39' x sr Bat Room I Mb lepakwaftendr w/4.V else Sep Room I Gosdu4waahw Beg Roam 1 82' peduM tan Bap Reom 1 20" pods" fan sap Room 1 Toaster sag boom 1 Nllcrarvavo a" Room 9 Rubbamod 32 pelon Wash oomahere Sao Room 1$Wooden dub stomps red* Cart Darn 2 Wooden storage cabinets cart Bum I Prtgki* "Deasy oxvnerdel washer City Property - As title is taken via Bi l of Sale subsequent to date hexenfei1?k ?:, 1 of >cP LOCATION QUANTITY DESCRIPTION Willem 1 Fdpld %aNery' oommerdd dryer Cart earn 1 Melee fool darepe Cabinet 69' x 104 x 30, CartBern t wodtmchwre-VViso CadBern I Rm9emata tango bellwasher Cart Barn 1 13 gaiion14HP air4smpreswr Cart Bern I Portable elr lank Cart Gera I CLUE CARCARRY ALL-1 RANGER PICKER Cad Barn 1 Sill. eANNG BALI. PidM IPU&Q Cad Barn 56 E160% Ckd1 CarCadswlaooeaeodie Cart Born 1 Bwversp owl Oft 4 bw round fables tiiebp 10 med ursecuadfables DwV 14 sued rand tables OWN;32 44op UMN Dl ft 300 d nft room dtdrs t)IrrhtO 4 24" telin Mft 6 2'rourtssww" Mft I Iwroe lee oleo de Dkft 10 ltartQnethrbles obtMtq 5 V vsct Ww td*w Dk tQ 6 e1' mdartpulrr tables 1 d** t]ktlnp 1 wort orplana 0101100 1 palablaber aatop t toowear Pd* Claw 4 GrAmesow" Onp rown dlvmw tplartters) otrdnp 1 cD pb w pninp 1 motel uddgl shell otrdrd 2 vacuum amino 4 ladders Illplnq.5 rA . chi"1 advarwerwow"Oasa oft 6 framedpllurss oft 1 45'W pogeble dwoe Roe obrbta 7 pisegsroamdividers udiss RR Stead tadswldr pleuEer L iefte RR landsrobror Lodes RR swhr4W dwk RUmL Kee 1 9= YM4U!X Organs MowerJAC McML Ares 1 200TRI-PI.EKGWana-Mawec JAC MdM. Urea 1 1989 TFOOMToo & Collor Mowar JAC Moira. Ana i 19811 TrtbP M Tee & Coker Mower JAG Mainz. Ares i Toro Td plea Omens Mower W& Aria i Taro Tat. %x Greens Mower MdnL Area i 6600 Fakww mww MdnLMae 1STEM MOWER wlboommower WRL Area 121)42 YORO3100- 0M ML Area 1 2002TORO 31004 h tt Area 1 2000 TOW Rest Lt dw 65MO MdnL Area 1 2000 TORO6500- 0 Mdnt Ages I TORO ©rotrndmeeter 7200 Mdat, Area i TORO aroundrnasler 7200 MOnL Area i SMINERMOWER MOIL Area 1 TORO 54ANG REELMASTER Meant. Area i TORO &GANG REELMASTGR Mehl. Area i Jac5-GANG ROUGH LOCATION QUANTITY DESCRIPTION M" Area 1 TORO OWWPM Mak?t Area 1 SPINIER REMS (I sot of 3)MalkArro 2 VERTICUT REELS (1 satof 3)Malt. Arse I GASP. Loader670 70. Melot. Aria I JOHN USER TRACTOR (2040)Maim Area a Ford 3000 TRACTOR Marty. Ares 1 JOHN Of,ER TRACTOR (2168)MaktL Aria I FORD400 Alft Aria I CWB CAR C'anya8-] 1 Maihf. Ana I CWIB CAR Tarr I1 MdAL Aare I CLW CARTurf II M*LArea I CLUB CARALL 1I Al" Area 1 CWB CARALL II Maht. Area 1 CUB CAttMd 11 Mft Arse 1 CW13 CMTwrr 11 MEIRL Area I CLUB CAR Cowpoll Tuff 2 M*LArea I IS%= TRUCK MOK Arta I FIAT BEOTRALSq Md oLAree f 3• ,WM CLM MAN MftAtrsa I TO" VVORWAAN 3100 McMM. Area I TM VWORIQ" 5200 NdmL Arno 1 TORO FRO SWEEP 6200 M" Area I smrFH00300 mom Area,2 284ME SPRAYER 112V Mift Arse 1 154M. SPRAYER iZ1/ Marts. Aron 1 FMEMfAY FOAMERWIPUMP MAILArea I RIDGEWAY FOAM TANKABBY- WIPUMP MaLILAran 2 RAVLNCONTROLLINITCOMPLETE M*tL. Area 4 LEBCO WALKSPREADER Moline. Area 1 LEK* CONDO OROPMC:LONE BPRW OER MobLAroa 1 VNOQN SPREAM W L Man 1 TY4)ROP CUIOKDABS00L1 Top Oroesor MdM. Area I TY4CPiQP tAt "00 Ms>rM. Aroa 1 v#TWko Atla t Twit Gpkoor, Can" Bob Ma" Area 1 VwL GAN DY SPREADER U" Area I OPAL MAT W/ ATTACHMENT Ma(ht. A1rea 1 GREENSGROOMER ORAO BRUSH Marts. Area 1 TORD AERATOR olk e 6 Moe desks OINas i oft* chairs swlnW ONtics 5 Mtkned offlo chairs GiRoo 1 PnIagsomofte Office I Nftpthonos and system office palaliblislophom olace z desk top p bore 0111"1 no Nrodit compular systern OfNlce 1 phone answering system office I caplar Oflfee I Iasor p wAr office 2 4-dreowerawlal We caMneta office 1 sate oAiee 1 4-ehe11 malal bookcase Olllce 2 2-dnmv metal Its cabinets Otow 2 ofte metal rib cabineudrawer v wide office 1 dwwder of8ca 1 fax Ofllce 2 t3• metal utility shelves LOCATION QUMITITY DESCRIPTION Closet S uft &Wf unlia Closet 2 wheel chairs comet 1 podium closet 12 table eklAs 011110 4 TVs, 0d"I alwelwarelplatelialeaaea Mlle 1 planter Odd 1 numerous Picum$ rd 1516083 Oft I beetiap orals 6 mW uupb dwIfts OMe 2 but dop mschhe M coup warner 006 Grad fthiperow Qdk 14 bar shots adu 12 Iabtee Gale bwadw shop 2 STIFLLCHAIN SAW STM*W TFUM ER HEDGETIRIM Shop S TIHL CHAIN SAW Shop t STMQUICKCUT SAW slop 1 ELECTRIC WA70PUMP (gro onl Shop I MANUAL ROLLER Mop shop, I 1 PfWASURE WAfIif6R PRES.SIMWASHER (dos Mower,) Shop 1 GOAT•10w om Shop I D MOUNT GENERATOR Shop 1a W"WL8#A-41LWXYWHEEL Shop t GABW&D OUTTIT I TA amp AC SAWMAIGT Shop W" I i HANDCART PORTABLEAIR TANK shop 1 Hm SHIP PROW 1 BATTERYCHARGER t SAW-ZALL shop t MAIaTAV-ECM DRILL shop t MAMACOROLaasDRILL sh HAZ ArYw SET S oph i SAwbLASTER Shop t VISE iN YARD Shop 1 VISE IN SHOP Shop t TIRE CHANGW Shop 1 OtL CRUSHER Shop t CKAINHCNST GREY49HOP Shop i HYD. FLEET JACKOrsy STwp 1 HYO. PALLET JACK Shop i 2.7 FLOOR JACK Black Hawk Shop i FLOOR JACK (orange) twp 0 JACK STANDS Shop 2 INFRARED HEATER Shop 1 SMHL POLE SAW shop 2 IACOeWA PUSHMOWER 7 See Lhe TRIMMERShopIeHINcmmSTRING EDGER Shop 1 SHINDIAWA BLADE EDGER LOCATION 4UANTnY DIISCRIPTION Shop 1 TRENCHER Shop 2 RECMAXREC1PICATOR Shop 1 STIHL BLOWER Shop 1 STIHL CHAIN SAW Shop 1 SHOP VAC Shop 2 FAN (8hop) CIRCULATOR S1tpp I 1C&BOX-F4 Shop 1 STIHL 80 BLOWER Shop 1 STIHL BAKPACKBIAWER Shop 1 MILWALKEE GMMR Shop 1 M{ISCELA AMOUSTOOLS 6 EQUIPMENT Shop 1 SHOP HEATER Shop 7 TORO 1000WAL1QHaGREENS MOWER Shop t CRANE PUMP HOUSE Stop 1 BOOSTERPACK a"t TROLLEY Shop 1 SAMOLOWER stop t MSAWRINO WHEEL amp 1 faa880 ProOoro Aerobs NON 5 oudtland A Hdl t sobstebtb Rd 6 06*0 otlwhsw Hd 1 wA top pl wft No 13 homed pbowrse Ndl 1 Icewd Lvobrdle www wild n 2 atmecomoven Ktldton 1 hdMo b w Khd=2 Etas" Nkhm 1 towe11 Kkhen t faun oena 11f1 hm reealrbn coolm Nkhan T prop twas Kkbon t amp" Nkhon 1 pINa Kkdtott 2 dtabra Kuhm 1 desk KktMtt 1 I*= MUIle wM hesttamps Kk "n 2 oww/M bdt b um" KktM 1 leV and food wanner Kadwn 1 Mahem Kkorr 16 aww uft shown - - - Kkbon 1 dish wanner Kltrhen t food wwwr Kllehen 2 atlarsYee Kkhen t ke stn cooler I(Achat 2 aa wih Card Room 8 44optWm Cab Roan t round tads Card Roam 24 BMW* Cushioned dwks on wttesls Card Room 1 TV Asset Sheet -G Pro 3- hepOlfOperations 4uanity Value Total Value Item 1 $10.00 10.00 Circular Mirror1 $5.00 5.00 Shop clock25 $1.00 25.00 Water Fall Racks1 $1.00 1.00 Wall Wooden Golfer2 $10.00 20.00 Paded Chairs1 $10.00 10.00 Circular Table1 $1.00 1.00 Belt Rack1 $1000 10.00 Head Cover Rack3 $1.00 3.00 Water Fall Racks2 $1.00 2.00 Hanger Racks1 $5.00 5.00 Female Maniquen2 $2.00 4,00 Hat Racks5 $5.00 25.00 Cork Boards1 $10.00 10.00 Circular Table3 $10.00 30.00 Paded Chairs2 $20.00 40.00 Phone 3 $ 200.00 600.00 Computer & Terminal3 $10.00 30.00 2 Drawer File Cabinet3 $20.00 60,00 Printer1 $10.00 10.00 Table 1 $ 100.00 100-00 Shop Counter - Glass1 $5.00 6.00 Scissor 2 $10.00 20.00 Calculator 1 $20.00 20.00 ZOM Machine 3 $210.00 60.00 2- Way Radios 1 $20.00 20.00 Electric Pencil Sharpener1 $20.00 20.00 Historic Golf Display - Club/Balls6 $5.00 30,00 Plastic Drawer Storage3 $5.00 15.00 Stapler2 $5.00 10.00 Tape Dispenser6 $0.50 3.00 Markers 1 $10.00 10.00 30 Gallon Garbage Can 1 $10.00 10.00 First Aid Kit 3 $1.00 3.00 Clip Boards 2 $5.00 10,00 Short Book Racks 1 $20.00 20.00 Tall Book Rack 1 $1000 10.00 Bar Chair 23 $1-00 23.00 Notebooks 1 $40,00 40.00 TV 1 $10,00 10,00 Rate Board 1 20.00 20.00 7 Drawer Cabinet250.00 100.00 Large Grease Board130.00 30.00 Drill with Charger110.00 10.00 Three Drawer organizer15.00 5,00 Three Hale Punch125.00 25.00 Security TV - 6 Inch61.00 6.00 In Baskets 1 5.00 5.00 Trash Can 1 5.00 5.00 Paper Clip Dispenser &Clips62.00 12.00 Proximity Marker Signs15.00 5.00 Wooden Table 24" x 12"1 5.00 5.00 Shag Bag110.00 10.00 Card Table 1 20.00 20.00 Dolly420.00 80.00 5 Shelf Metal Shelves210.00 20.00 Maniquen Tops150.00 50.00 Vacuum 1 25.00 25.00 Tool Box With Tools 1 25.00 25,00 Marker Box With Markers110.00 10,00 Step Stool 2 3.00 6.00 Large Range Buckets 9 1.00 9.00 Small Buckets 5 2.00 10.00 Medium Buckets 18 4.00 72.00 XL Buckets 1 10.00 10,00 Bubble Gum Machine 1 3.00 3.00 Floor Mat 7 10.00 70.00 Window Blinds 6 5.00 30.00 Ornaments 4000 0,01 40.00 Paper Tags 1 50.00 50.00 Shop Camera 2 5.00 10.00 Paint Can 1 5.00 5.00 Paint Gun 3 5.00 15.00 Old Motorola Radio 2 1.00 2.00 Tape Measures 1 20.00 20.00 House Cleaning Products 1 1 00.00 100.00 PING Golf Bag15.00 5.00 Price Gun 1 10.00 10.00 Label Maker 1 25.00 25.00 Box of Assorted Bolts & Nuts 1 5.00 5.00 Bush League Plaque 1 5.00 5.00 Teherhar Plaque 2 5.00 10.00 Billy Burke Photos 1 75.00 75.00 Cordless Phone and Charger 1 $ 5.00 $ 5.00 Greeting Card Display4227 $ 2,400.00 Asset Sheet - Golf Operations Quanity 1 16 1 1 12 1 11 14 1 4000 1 5 2 1 1 1 4113 Value 1 $ 10.00 1 $ 5.00 2 $ 2.00 1 $ 1.00 2 $ 1.00 2 $ 1.00 7 $ 1.00 1 $ 10.00 3 $ 10.00 1 $ 10.00 1 $ 10.00 1 $ 50.00 1 $ 10.00 1 $ 10.00 1 $ 40.00 7 $ 25.00 10.00 1 $ 3.00 5.00 2.00 5 7.00 5.00 20.00 1.00 2.00 50.00 25.00 1.00 2.00 100.00 5.00 5.00 0.10 1.00 1.00 5.00 2.00 15.00 1.00 Item Double Steel Locker Bar Stool Push Brooms Broom Dust Pans Bag Drop Sign - Metal Misc. Signs Metal Time Clock 30 Gallon Drum Radio Storage Shelf With Door Large Grease Board Bench Vice Extension Cord Mechanical Club Cleaner Cases of Marking Paint Box of 30 Gallon Trash Bags Toaster Microwave Mini Sledge Hammer 20 Gallon Trash Drum Shag Bag Industrial Fan Customer Sign Metal Proximity Marker Signs Shop Vac Yellow Rope Spool Cases of Scorecards Wooden Shelf Rental Club Sets & Bag AMF Wooden Club Racks Wooden Bar Chair Range Balls Cart Repair Area Sign Cart Path Only Signs Michelob Umbrellas Wall Thermometer Tow Bar - Cart Basketball C= irr F.i irr I vontory8131/2010 Total Value 10.00 5.00 4.00 1.00 2.00 2.00 7.00 10.00 30.00 10.00 10.00 50.00 10.00 10.00 40.00 175.00 10.00 3.00 5.00 2.00 35.00 5.00 20.00 1.00 32.00 50.00 25.00 12.00 2.00 1,100.00 70.00 5.00 400.00 1.00 5.00 10.00 2.00 15.00 1.00 2,187.00 Asset sheet • Golf operatio ns Quanity Value Total Value item 500 $ 1.00 $500.00 Golf Tees40 $ 17.00 680.00 15 Ball Packs22 $ 52.00 1,144.00 Pro V1 Dozen3 $ 30.00 s 90.00 NXT Tour Dozen13 $ 8.50 110.50 NXT Sleeves2 $ 7.50 11 $ 8 50 15.00 DT Sleeves 1236 $ 0.56 8:50 692.00 Ball-Pick Up Repair Toot67 $ 2.00 134,00 Bail Markers5 $ 8,00 40.00 Coffee Mugs2 $ 27.00 54.00 Golf Bag Watch1 $ 16.50 16.50 Pewter Golf Omament7 $ 2.D0 14,00 Golf Scene Trivet13 $ 12,00 156,00 MC Pain Gel Tube4 $ 12.00 48.00 MC Pain Gel Bottle2 $ 290.00 580.00 Skycaddle2 $ 300.00 600.00 Callaway Range Finder2 $ 140.00 280.00 Jr. Golf Sets2 $ 130.00 260.00 Jr. Golf Sets4 $ 16.00 64.00 Umbrella Stand Kits600 $ 0.10 60.00 Plastic Bail Markers118 $ 2.50 295.00 Sun Block Tubes45 $ 10.00 450.00 Foot Joy Gloves141 $ 13,00 1,833,00 Titleist Gknres35 $ 17.00 95.00 Straw Hats14 $ 18.00 252.00 Titleist Caps18 $ 22.00 396.00 Titlelst MLBlNCAA Caps144 $ 1.50 216.00 Logo Golf Balls4 $ 18.00 72.00 Straw Hats24 $ 10.00 240.00 Caps20 $ 26.00 520.00 Mena Shorts1 $ 25.00 25.00 Mens Shirt7 $130.00 910.00 Junior Golf Sets9 $ 6.00 54.00 Sand Bottles25 $ 30.00 750.00 Straw Hats6 $ 17.00 102.00 Foot Jay Two Glove Packs36 $ 39.00 1,404.00 Men's GolfShirts 2 $ 700.00 1,400,00 Wilson Iron Set23 $ 20.00 460,00 Men's Bells 7 $149.00 1,043.00 Golf Bags2 $ 300.00 600.00 Golf Staff Bags2 $ 200.00 400.00 Pull Carts14 $ 20.00 280.00 Animal Head Covers2 $ 64.00 128.00 Pull Cart covers6 $ 20.00 120.00 Ladies Caps16 $ 50.00 750.00 Ladies Tops2 $ 35.00 70.00 Ladles Tops1 $ 59.00 59.00 Ladies fops7 $ 30.00 210.00 Ladies Tops2 $ 25.00 60.00 Ladies Tops1 $ 25.00 25.00 Pull Carl Seat 1 $ 57.00 57.0D Golf Bag Travel Cover 2 $ 60.00 120,00 Ladies Skirts7s65.00 385.00 Ladies Skirts 1 $ 65.00 65.00 Ladies Skirts 8131/2010 I',ri yhor fwM1'i:.r l;a° rtixe 1 38.00 38.00 Ladies Skirts128.00 28.00 Ladies Jacket163.00 63.00 Ladies Pants2170.00 340.00 Rife Putters1115.00 116.00 Putter 1 140.00 140.00 Putter1119.00 119.00 Putter2110.00 220.00 Putter2330.00 690.00 Wedges1550.00 750.00 Golf Shoes980.00 720.00 Golf Shoes6710.00 670,00 Ladies Hats14617.00 2,465,00 Men's Hats226.00 52.00 Umbrella513.00 65.00 Umbrella2300.00 600.00 Drivers2200.00 400.00 FW Woods2160.00 320.00 Hybrids2180.00 360.00 Hybrids218.00 313.00 Ball Retdevers839.00 747.00 To"Is 50 2.00 100.00 Groetin$ Cards 35 4.00 440.00 Socks 6 6.00 36.00 Socks4410.00 440.00 Wilson Gloves730.00 210.00 US OpenCeWShirt125.00 2&00 GolfTravel Cover915.00 135.00 Towels611.00 66.00 Caps1113.00 132.00 Caps212.00 24.00 Ceps1113.00 143.00 Gloves 7 12.00 84.00 Gloves 6 8.00 40.00 Clubhouse sq. trivet 3845 30,395.50 31j201f' fora SYo;a'ti"r:;r:;l,:a i_5 :; CLUBHOUSE LQUIPMENT INVENT'OR' August 2010 f DESCRIPTION OF PROPERTY H It DESCRIPTION OF PROPERTY OFFICE 4 office desks DINING ROOM cont. 3 office chairs swievel 10 banquet tables 4 cushioned office rhairs 5 8 rectangular tables postage machine fi 3 rectan ular tables 4 ladderstelehonessystemWurlitzer Piano le hone rtable bar imers flag with ole `VnetworkinQ com uter 5 stem sneeze uardswerinsstem4roomdividers lanters CD la erlaser -printer metal utility shelf24-drawer metal file cabinets 2 safe vacuums 45'x45' portable dance floor4-shelf metal bookcase plastic room dividers22-drawer metal file cabinets silverware/ lates! lasses2Neametalfilecabinet/drawer 4' wide 2 sounds stemshredder6framedpicturesfax MEN" S' CARD ROOMCLOSETS 8 4-to tables 5 Utility shelf units 1 round table 1 wheel chair 24 Burgundy Cushioned chairs on wheels1odium7V 12 table skirts LADIES LOCKER ROOM FOYER/HALL WAY 3 Desks 5 cushion chairs 2 Desk chairs 1 sofa table 2 Couches 5 planters on wheels 2 Tables 1 table to lancer 4 Chairs 13 Framed ictures 1 Ice well/water dis enser DINING ROOM GRILLE 4 large round tables 1 hot do machine 10 medium round tables 1 sou warmer 14 small round tables 1 small refrigerator 32 4-top tables 14 bar stools 300 dining room chairs 52 chairs 4 2-to tables 12 tables 5 2' round tables 1 bar mixer 1 iar a ice salad bin 08/30110 C CLUBHOUSE EQUIPMENT INVENTOR' August 2010 GOLF COURSE EQUIPMENT INVENTORY Replacement Value Clearwater County Club Fdbruary.41-0 IRV,NAME DATE FURCIJASED AMOUNT Replacement V l EN.GIUE SERIAL a ue as of 2msilo NUMBERS 111iiI1rT13ERS MOWERS 1 JAC TRIPLEX 9/9102 16,480.00 4,500.00 62287-2084 GREENS MOWER 2 JAC TRI-FLEX 7131102 W,480.00 4,500.00 62287.2090 GREENS MOWeR 3 JAC TRI-PLEX 10/12/99 14 984.50 3 500.00 GREENS•MOWI~R 62260-2004 4 JAC TRI-FLEX 1218/98 14,800.00_3,000.00 6-460-1805 TEE MOWER TORO rPU c 12191803 19,492.00.7,500-00 04357-2 QMP82GREENSMOWS 6 7ARQ M -P16 1218103 19 442-00-7,500.00 04357,M01609 GREEft K40WER' 7 412WOU 24 367.2®-9,Aao,00 Fakwa MOWER 69 STEINER 122.12003 14, 21;pp 5,000:00 DIESEL Mad. 525 WIBOOM MOWER KuBOTA SOr. 1'241- 126 TOW 10/21102 25 866.30 00 - 008,0 o3zOt2xoo0as693uMur 109 TORO 1.6/21102 25866.36 8;666.00 03201220000968 3100-D 53 TORO 8=15-p0 46;829.26.9,000.00 06803-2goooo2s?REEL MASTER 6500-D T4_TORO 5-09-00 38 70238 9-700:00 06203 x00200256 REEL MASTER 6500.0 fib Ft10 YI;MA M,NAMWS_:ABOTA od. 30362 7200 der. 270000242 164 ro :.28 Q(XA QO KABOTA Mod. 30362 7200 Sar_ 270000223 165 50--TORO 5-GANG 312D'IC12`22;335:50 7,00n:00 a3a5'100?024cr REELMASTER 02/ 1,60 GOLF COURSE EQUIPMENT INVENTORY Replacement Value Clearwater County Club .February 2010 1NV.NAME DATE PURCHASED AMOUNT Replacement Vahieasof?116114 ENGINE lUNiBER$r SERIAL NUMBERS 44.TORO 5-GANG 512212006 7 000.00 7 000-00 REFELMASTER 4 75 JAC 5-GANG 3119/02 21 44.70 7,000.00 ROIJPH MOWER 131 TORO 8/28/2006 13,745.20m 6,000.00 or.08865-260000234SANDPRO 158 TORO 6/14/2003 P.000,00 1,000mSANDPRO2000 99 SPIKER 811/92 2100.00 1000.00 JNICREELS1SETQF269)54 1'03 ?VERTICLrF W I 2 500.00 42,000:00 REELS . 1 SET OF 3) 130 VERTICUT 9115P2002 2,250.00 2pW:W REELS 1 SET OF !3 TRACTORS 26 CASE Loader 5-98 38,734.00 24000.00 Ser. JJG0260887 57F; XL MusD Ser. •4M%89'Mod.- 570L)4T 93 JOHN DEER 1-02.82 11•,195.00 61.000.00 3179DL-06482122CD r TRACTOR. W40 204OUS, ' 97 Ford 3000 5,500.00 3,00050 y C141825 F96 TRAGrM 100 JOHN DEER 4-2491 16 499.00 61000.00 CD317913873006 XL02155G699454X TRACTOR •2155 a 56 101 FORD-600 1-09-53 4793.00 2,500.00 Motor*eae-6015-h TRACTOR CARTS 60 CLUB, CAA 6-13-95m 5,200..00 2,500.00 Ser4,EG9526-440,496 CARRYALL-Ii Fa90Dgs4s12 CLUB CAIN 11.5.97 500,000.D0 SER# TURF II FE35ODM7751 PG9753-6406551 74 CLUB:CAk2'.2-16,-99."?6 061.70 3,0Qi0.M.lr?a5or>l>A2aJ6-.RG9c917.:75968 CARRYALL-11 J.';'!8/1 is GOLF COURSE EQUIPMENT INVENTORY Replacement Value Cleawater County Mb .February 2010 IN17#NAME-C7ATi=iReplacement ENGME FR1"AL PURCHASED A1kt10.LIN.T Va aAs_ 21i6110_N11MB.ER_NUMEER_ 123 CLUB CAR 4.42.89 4,495,00 1,500.00 FE29OD309748 Ser.# CARRYALL-11 E.G 8928=178764 124 CLUB CAR 5-1.01 517-40.00 31400.00.rE350D080450.SeMRG0133-049265 CARRYALL-11 127 CLUB CAR 2-16-99 6,061.70 3,990-00 PE350DO40175 Ser. # RG9917-759971 CARRYALL41 171 CLUB CAR 5-1-01 5.760.00 3,400.00 FE350D080446 Ser. #RG61SM49289 CARIRY-AL- L11 42 CLUB CAR 411412003 5 700.00 3,800.00 FE350D BSI 1 RG0339-029977 11 IS1JZU TRU 3-1 10 447.00 2500.00*J.D. #JAAG6'! 1L5R7208681 105 Ta ota Tacoma 611 112004 115,529.00 6000.00"'057EW42NM403304 R ,K 49 F AT9'EtS'1•RAILER 13`-4-97--..t1CJ0°Op`H84 56 34WH. LUSH 7..01.84 3.380.01]1 00L1.t10 M85304410 XUNN21856boiiais " 155 •FUEL TANK 11/30/2006 1.500.00 M FULL TANK 1113000x76 1'.5013.00• FUEL TANKAraller 111/2009 3,216:00 3-ow;00 1N.5'rM20942910"0676 eze-Gas336-996-4396 FUEL TANWtrailer 11V20p9 3,2'F6.OD 3 OW,00 5TX42004291001068 UE-Gas 336.8964396 SPRMER;3 117 7-01-84 12 b00.00 500.00 80RAYERMOOMS 4 fltl?11 _V.260000377 120 RMEW IQ4??Ser. 07065-260000145 02'/ 1 B/ I e., GOLF COURSE EQUIPMENT INVENTORY Replacement Value Ciaanuater County CIub.Fehruary2D1D 39 SMITH00.300-4-01-74 1,721.00 5QE1.,oo Aloji Seri GAL SPRAYER V vA k 740221-33 166 150ZAL.1-01_98..6.6woo 1,500.00 Round-u SPRAYER SprayerVffNAMERATEReplacementENGINESERIAL PL1ftF3iM5I D AMOUNT vatuff*e&2hi0o NUMM NUMBER 1.11 25-CAL.7-25,97 395.00 S PRAYER' 12V 145 15-G4.6-20-94 295.00 SRF?rY-ER1,?V 17 RAVEN 4-11-91 2186.00 500.00 Ford 600 SN 11669 GONTWL UNIT FQFd 600 SG$444 83 RAVEN 312412003 32281.00 Workman SN2285 CONTROL.UNIT SCS440-- SPREADERS 70 LESGO WALK 11-1x5-93 275.00 SPREADER 7.1 LESCO WALK 11438-93 275:00 SPREADER 81 LE930-A/ -K f0-2644 275.00 SPREADER 1.08 LESCO WALK 4-29-95 276,00 - SPREADER 170 LESCO COMBO 111812005 425.00 DROPICYCLONE Sp 32-VIC-ON 11/2W=0B"3,600:DU 2;S0.06- '221190'39443- SPREADER 168 RIDING FERTILIZER 712612005 5,495.00 SP3EADER 138 TRAILER FERAUZER T1i LER 412212006 1-,800-.00 33 TY-CROP Quick Pass 2/25/2008 13,020.00 9,500.00 Ser. 14608 3()0T Or-esser t,, 11 81i C, GOLF COURSE EQUIPMENT INVENTORY Replacement Value Clearwater County Club Fabruary 2010 295!00084486 ENGINE SERIAL UMBERS NUMBERS Mod.2701530 Ser, A00202$7 97785 724364 44860-90110 YCLE lHP XMXS-0254RB' 32024-5297 SN-32017- 17953 FS100RX FS200 F.S-120- FS11.0RX GOLF COURSE EQUIPMEN Clearwater Cou T INVENTO nty Club fahruary 2-Q RY-Replacem 1a ent Value 151 STIHHL LINE TRtMMI=R 2001 79.5 FS-2,0a 126 STIHL LIN> TMMMER 6/219005 395,00 F81 10 R 58 3 INBLAWA Stri Ed 811102 360:00 LE260ngar iNVX NAME DATE Re tacemern ENGINE SERIAL PURCNAaD AMOU T ValueascftmM0 NUMBERS NUMBERS 98 SHINDIi4"i;1dA Blade Ed 312131(72 860 06 LE260 ger 132 TRENCHER 12128100 1440.00 153 REbAAf ( REGRCAT-OR 4/18102.57-7-.00-G2KC 121-STIHL 13L ER 8-6 1 b0 BR-400 1 STIHE 2 t;HATN SAW 111 42 340.00 019T 4 3TtHL CHAIN SAW B/Bi!?f3Q2 260.t)t3 019T 34 STIHL 40"TRIMMER 11-0399 396.00'39625140 y 2S pi a Trimer 2rtt rl?`i 493.00 Ht?,1r?f?. 119 STIHL CHAIN SAW 10-fly98'4B5.Ob 036 2B STIHL CHAINSAW 25,93 327.013 026 1 Q2 STIHL CHAIN SAW 6/1211989 489.00 032AV 5-TIHL QUICK CUT SAW 8-13-%975:00 TS 510AV 94 ELI- WATEFr P'UNfP 1rr18009 1998-256.{)0 12VDC 116h manual sm P-3040 142 14 -MANUAL VZTZ r 3/12/02 37-8.149 - i 8f GOLF COURSE EQUIPMENT INVENTORY Replacement value C1itarwaler County Club February 2010 ROLLER PRESSURE 9-99 3 500.00 U?/ASHER PRESSURE V 1ASHER 2/2Z[2007 667 GR?FSt MQ1?IE BOAT-1 Oft w/oars 1.27-97 160.00 SN-44546 FL-2238-:CV NAME. OATIE PUPCHASID AMOUNT Replacement V l ENGINE SERIAL a ue as ofvibho NUMBERS NUMBERS GENERATOR GE?dEFiRT©R 2.5 EGtlWIA. 169 GENERATOR SHOP TOOLS 11-09-98 $900.00 . 7 TABLE r?rt 1? mac tools 5?5 $139.W ELECTRIE WECDFR 94Q6-eg $98090 Thuhderb6lf:2 EEL 8At{ R - . ONE WHEEL 2,f?pp $80.00•. JK540353 162 lvwwmi =E--BAkR#4EL TWO-WHEEL 2/?g07 $119.1?Q GAS WEIR OUTFIT 8.?11.8A. $329.00 rgrch lAlelder L P CAS BOTTLES i1-3t]?5. $89,85 20"4F Gas B;W i 54 5 LP Gas 8attio 6/28/2005 $35.00 618/2005 $95.00 85 DINO PARTS 7 WASHER 3-20 93 $5,400.00 1,200.00 washer #PW1007 167 MAKITA Cho S aw 2000 $350.00 2414 91 DUSKY AIP COMPRESSER 12604 $429.00 md, VT631402Ad Ser 1281506 GOLF COURSE EQUIPMENT INVEN`FORY'Replacement ValueClewwaterCoiotyClubFehruary201D 104" SECT SANDI=R 2001' $40 .00 GY001 A 113 HAP1D CARrT ?J9 $259:00 1.8 GreK Hand. Cart G10%20Q4. $gp_? 8 PORTABLE 1989 $159.00AIRTANK 46 H d Shop Press zrRm Q? Crk., DATE Replacement ENGINENU, NAME PU?HAZED AMOUNT vaiuo8sof2JIM0 NUMBER11 9 .8AT7-ENRY 1999 $389 ODC+?s1=R 144 LApprNG nrtno -UNE Reels 2000 $60000 1 LESCQ 1?IA i 1-02-01 $&,52.03SHARPENERR 172 DRIt<.L PRESS & Table fi99$ $1,50p.Ob SAW-ZALI_ 1992 $199 OA HPZ R VOT SET 1 59.00 7 SAND 10-11-99 912.00BLASZ1a11, 72 SHOP 1999 200.00BENCH .Gf2UNDER. 67 VISE IN YARD 5-01-84 100.00 161 1?1SE shD used-1't?97 80.00 52 TIRE CH SNGER 9.90 8 260:00 188 OIL CRIiSHEft 11-13-96 209.00 Bfi GHAIrIt HOIST 9-11.=95 346.00GREY-SHOP a 2-ton AINGER NUMBERS 284 204383 PART # LHH-.2B GOLF COARSE EQUIPMENT IWENTORY Replacement Value Clearwater County Club FehruaN 2010 SIN: GA BALL PICKER ush 139 BEVERAGE CART 11512007 Of iCE 22 ?rc.c?rlr;R o 1.0-20-94 WALkANG Mnag, 181 Toro 1000 11/2/2004 Walkkg 6ree?liAaweF DATEINV.# ' NAME p RCHASE 182 Toro 1000 . 10115/,004 Walking Greens mower 183 Toro 1000 8/12/2004PW.,Wkkig aareep? Mauer - 184 Toro 1000 9/1&2004 VltalMg-kareens mower t85 Toro 1000 fi18120g4 Greens Mower 186 TOR01000 /24 W Jng oreens mower 18 TORQ.10100 211Z12M4 Walking-Greensnwwer 30. Gra?e.P Hause-. . Booster Pack TORO KIT 13 19 3 i WELDER 45 Mart Litt GOLF COURSE EQUIPMENT INVENTORY'Reptacement ValueClearwaterCountyClub.Fehruary 20.10 IVG 1-24-97 $1.19TOG 122C.'000 on 500 E _ FE35MI EUREKA 2,500.00,1 EE50?0,0pReplacement ENGINE AMOUNT Valua a, 012 IU10 NUMPMD, 500.00 00 SN#81-01 BRAVO-9.,o SERKIL TOR4070 stock#903869 LC611437 1127J03. ..$1,701.00 200.00 1113103 $385.00 1/14/03 $215:00 1(,14/Q3 $21600 1,848.46 r GOLF COURSE E-WIPMENT INVENTORY 'Reptacement Vatue Clearwalar County Club February 2D1 o 53 BACK BtOt/iIER 12M7/02 $40U 25685394fJ f 57 Measuring 1Nh6as 2/49103 $59:00 11 & TQrQ.66Q 3I24M3 $1 ?4 IIO Pro Dore Aerator 09701,221 QQQC1234 TOTAL $7?? 67=61 $6a8;500:0a Ttte above inventory fs accurrate as ofJanuary 201'0. MprevPousfy fdodinvantay ties been discard _._ ?.___..-_.._. _ __,.....Covered under auto insurance 4 r r Idonaj'able Pam Dubov CSOL Pinellas County Property Appraiser Tangi, ersonal Property Tax Return P . 0 . Box 1957 Confidential § § 183.074 f=.S, Clearwater As Required by 9§ 193.052 & 193.062 F.S. Return toFL33757CountyPropertyAppralserByApril1toAvoidPenalties State of Florida, County of Pinellas 2010 Business Name (DBA - Doing Business As) and Mailing Address County 1D 0029076 CLEARWATER COUNTRY CLUB Federal Em toyer Iden. No 525 NORTH BETTY LANE 59-3697958 Social5ecuri NumberCLEARWATERFL33755fnameandaddressisincorrectmakenecessaryrnrraml- This return subject to Auditwith all records kept by you. Incompkele entries are subject to penalties. 1. 2. 3- 4. rrnn.a/on..S. Dale you began business 12 15 FiscalInthiscouily, year.5a. AlUfouph nay fiscal year ended Oct toDecember 31 ofthe paslsalendar year, Ihh realm e(lecis properly alotions anddetedon 713 12 Please give name and lele hone s Ihmtgh December 3l.P number of Owner or person In charge of this Business. Yes _ NoNamePAULAPENIXd. Describe t ype or Nature of Your Business-Corporate Name Telephone 727-446-9501CLEARWATERCOUNTRYCLUB 7. Trade Levee (Check as many as apply) Retail }{ 4VlwtasalaActualPhysicalLocationofProperlyforWhichthisReturnIsFiled (SlreelAddr. ftP.a 804 Prof. 11 Service 11 Ap. ? Rentn1525NORTHBETTYLANE other a. Old you file a Tangible Personal Property Return in this county last Year?Is your buclnesarfarrn located within the Incorporated Imlts of a City? Yes X No Yes X Nowhatcity? CLEARWATER - - It sp, under what name and where?Do You Fosa Taaplyla PefsaaLalffMP%tTai( Rearm UnderAny Other Neme? Yea No X urame as abovePleaseShownameExactlyasNAppesnedonyourmastrecentperacnalproparl), TaxBillor- ? 9. Former owner of The 6usn.:OWCmenlTaxitetum, go. If Business sold, to whom? Personal Property Summary Taxpayer's Estimate of1W9JL&§9MMa' SCHEDULE ONl Y.Tho Schedules on the mcgse BIDE Fay Market ValuemostbecompletedIndatailandlgjMenteredbelow, ATTACH ITEMIZgo LIST or C MLE showing Original Cost $ Dale or Acqulslnon. to, office Furniture& Once Madwasa EDP ui rperd, C NIMMrs, Word Processors 1, Stare, BarG Lour 3, machinery and M1 4. Farm, Orova, and 6. Hotat Metal, S Apartmenl C Be. Rental Units - Move, Refdg. 7. Mobile Home Attachments a. Service Station 6 Bulk Plant 8. Signs - Billboard. Pole, Wall, 00LaxseMrld Imwovwmnte mud bs ftaurant Furniture b ul ant, Etc. f inehl omen! 8 Laboratory Equipment Mpox FumNare, pge!s a M s 21I ti_E ,. Cabana, Porch, ment. Underground Tanks, Lift affable. 151rectional, Eta padbyWe, Yearof Inslapatkunand des t, Pollution Control Equipment 21 E of ant owned by you lwl rented, leased or held 3. Su lea -Not Held for Resale C Other- Please Spedly TCiTAL PERSONAL PROPERTY ncer penalties of perjury, I declare that I have read the foregoing tax return and the ccompanying schedules and statements and that the facts stated In them are true. If repared by someone other than the taxpayer, the preparer signing this return certifiesatthisdeclarationIsbased.on all Information of which he/she has any knowledge. ATE TITLE GNED TAXPAYER) GNED Andrew J. Coanady, DRESS St Pete Beach oNt= I,,r 727-360-34$1 PREPARER) CPA 1--FL __33736-7213 nREPARER'&L0.# P00367 le u eso n ever: 230 682, 922 LESS EXEMPTION:( ) WIDOW ( ) WIDOWER ( ) BLIND TOTAL MSABILITY OTHER Taxable value Deputy Penaltv Please sign and date your return, send the original to the county appraiser's offlce by April 1, unsigned returns cannot be accepted by the appralser's office. Notice: If yc, are entitled to a widow's, widower's or disability exanif:;10,1 vrsonal property (not already claimed on reei esta'.n)476 cuneu.; ie lB mllSt 8 CC•f1': i'?gtF DR >JrrL 1 iY1 Original Appraiser's Installed Use only Cost 104,692 t.: ?liXATER COUNTRY CLUB Fage 2 I- --- , Tang: 59-369795 ersonal Property Tax Schedules (Enter Totals or CS O.L ProperlyfullydeprrecialeTdbutMcontinuuing Insewice mustbereported on the schedules below.Retired Sold Traded Etc. DESCRIPTION YEAR TAXPAy RS EST FACCACO. FAIR M TVAMP ORIGINAL INSTALLED COST LEASED, LOANED, AND RENTED EQUIPMENT - Please complete II you hold equipment belonging to others. NAME ANDADDRFSSOFOWNER OR LESSOR DESCRIPTION YEEApR RENT ACQUIRED MFG. MONTH PURCHASERECOSITNEW LEO YES( NO LINE 10 Enter Applicable Line Number (10.24) From Page 1 TAXPAYER'S EAXP_?Y?tai, ESTIMATE OF sMpAR O COndnror p%R%pNALDESCRIPTIONOFITEMAGEPURCHASEDF?VALUET GoodAV poor INSO7OA9LEDFURNITURE6FIXORES5EETTACHED T APPEZ4ISE;R.'S USE c7NLY Condition x i0?692 Ente r'TOTALS on Front - Continue on Sa . Sheet If Nec. LINE 3 Enter Applicable Line Number (10-24) From Page 1 X 10 ?6 92 X DESCRIPTION OF ITEM AGE G01F(COURSE EQU`PMER ATTAC ED X 576 988 AA?,L WASHER X 292 Ernter TOTALS on Front - Continue on Se . Sheet If Nec.X 5 7 6 2 30 X LINE EnterApplicable Line Number (10-24) From Page 1 DESCRIPTION OF ITEM AGE Inter TOTALS on Front - Continue on Se . Sheet If Nec.X X INE 22 EQUIPMENT OWNED BY YOU 13UT RENTED, LEASED, OR HELD BY OTHERS T NAME/ADDRESS OF LESSEE RENT E PAS E NO. ACTUAL PHYSICAL LOCATION DESCRIPTION AGE PURCHASED MONTH M TAXPAYER'S _ _ TAXPAYER'S ESTIMATE OF ESTIMATE OF Condition VA RKET RETAIL INSTALLED VALUE Good AV Paar _„ „ .COST NEW t,:Ylkkl! CL of °boboooao •oaoCCCCC00°vaoaoocsaa 00°t?ooaoc?c?ovinririr?[?rir [-?.. r-r-r?c-[?a???r=??rnrnn[?nr ri"r;t viv;t nr?r r??-rrcu a o '0 maaaawaacc?or? wcaaacecar?aama?maacovo.cvaar?cooaaaa?mcom r?cAmco co 0co cc aomr (C1C?AgAAgpaAAgfWGo?pAaASq?plpAppAAAApAAAOAppopAC)MO ([t?ponomppopoCogoooP-.Aa04'CiNrppycgqyAAURAAARNNNNNNNNNNNNtVNNNN 0.NNNNNNNNNN d QOpOpQ6p? inOacm. 004OPC000CC C O d 400O? 00.E-?'q: N 040 OOOOOOpO070000OOdOCS00aO0CG000OOP000[j<7 OOdi rj ul [? 0000000 S7 C CO00z0onnr, N z. YC 1D Nb00OhCpa,r1Ca06p 0-• 1oo?nv,ovAoooo..maw00amp ?ryytG?aNO°aOnaoQp?ChONO?OM?l;00N1ONO?Cettp?nt+ 4,NGbdabQ0m00Co1f1Q0416viOT [..nr O..i [gin ri4rn?bvl «+O O? vl eo %cTy? 4? V7 vi .T Vi Zvi ri flQr`lmJO [- r" V 4-f N n o. O% 4-f m m v1 ? N wv?r1nN o-?Noo?no?n?nnnA ?'c? o.o? ...wo [+ 1 ?ornmo--?oornv-.?nar?ar`Y'J --r % 0 v,arv--a;-o,rNmNp41b .. awN-I)----raj nom. W fn aopoobooaoogg6000pOv1?4?MWMfyY?..oo n o? oo aaoaocappo 0Y' Co 4CO COaadooaQQ 0000Qp?D 00 .+ ? rq;n (+?V: ?O 'I 1p c] b b[? o OGS c;?ra C9 e7r74- ?'? aoo?;dcic og46 aooocooC006e4??rio(+nt=?t.7 0 0 C6 odo6aoooop V O ` ~ m q y40Ory°o?$ocpVia°o?O¢.aONA4mviaoobe[`lo_[.?1n ?ONNN 00 - r Dap V7,--OONOOaaC?o?r-ayoooov4 vr`?owdn??a?t?!^T Cn1 C4d1%Q, 0 %D CV'100+?.[??}rit?C..: Op ?O r10 [^i n1 O1.+Mn+?l'?[+'141 ? v17. 0•d?fJd WiM Nn..firnNN6.-+[+"[n0?00N•?d[v1OOMO?WetY)MC?d'C?c!Vl ?r1 b O??OO?V'iO?1'rl?r1efN Onnnr' (CL 00 ???A ... rn 40M'.t 00 en?Vl 4;kc% _ O v10?0mN-d+.•a+n P CL Ca O[S OO b a10 l?{?.?? ?g0[A [n ti OO P7?OQOO ?i 00 7 54???°i3000OQ44C104 <;;00 CAA 0--?"l r!I a D? Ca G y? oopacooocciao[aep+l,t?odv?pOQOVi ad0%%vef?ri4; to %.0oo 0o6oo0aoooo fn m u G 0 c C 0 0 Q 0 CC C 0 0 0 O d O °c o a ° a c o° OO °o8 S O O O O O O O O O O O Oq °all C7 C0006 ci646Cc;c;c; C100000COG0 0 0 000 C OOO666 C; 700 n c V? ? ? ca 48[°• orp og°ov °q 47.%ON0v?°Q44,°c°a°o? o?`?c? °°nnco04741a%D 4p 41 Cnd vne-6 '4r: n - CO[V Y'I 004'1o.•+. ?-14? O?N?v1 n'1 [VCOn0+041 rr1n NO?+ N•+Om?+? ? 00nM't?b noo Odd rs O?nr}n?n ao[i41?n-++o???nowo?m???T00e'1?O?CONMO?X e.41 4a [f .+'rri d" O N ?D vi 4-i (f tioG w a w rn - M - - en c A) v000o0%00 0o 00 [ryw .+w.-. w..-.NN?NNNNNmd' vn?n Nao-Nr?n 4+ O fn `r?VOaa•-,+°?1?i?n[re.N. ii--?? ..?....?rv?n?v3 0? ??+11 O'a4?d o?'"'"op°?°a:aMra?4`iv-??4~1 Q+[1•1+•_••••,- V`i cl ?*?'14?''1 ?•?4?„'?"?m0`O V'1v^Tr?+lvvr'10?Dp =7(? :i' L4 aW ozo E' ffl ewe x vx, z '' ¢ a waa>F7?J Ua0? s?'W p V W '? wO O 0, u 8?wwyec. ? w w W C4 Wj a L OL. awa 7 q arxnA(a. ? j"wa ?w o f: 5 C)0?v„?z°? N 10 co q_o? V ow ?- ors ?Z oao V ? ?wW''1 Ln ?, a ?¢ o oo ? r o ? ooo? $p xox ; Cc) O J'? vm c??r,r.,a?CC7rn,rn[-??C..3wav?wa?VUwaUa 0 -, c7 t?7 ?J y " ?MS?noN -nnvnat---r?v_?ncoo-•NIt v-,wo.V1 -•Na,aa0 ? as ar-?•ar?° .?,?-? p c'Z rT 'd"C+?rAO C!•.;T co4'1 ?D ?y .?V-114:) d v1 cn 4) v7o°O.. ..-•NNMM rn M Grid' Xn hrpJ ,-• N N N N 'd l 4't Vl 4't v1 ?r1 vt ?n Vt kn 41 V'? 1r, to 4'? ,n Y: ?. "^ „'^ Fes) f''? m r.? <?? rr •r<f' d J It } 4, r;'. '. arsa?oaaoa. goaooaoaoaao'DI ?nrr r r=r rir-? t+t-- t- tit- t-- t-v CL d n c- 0O W PO [G aq Gq W t? W G4 Cq L? 04 d] ? C4 P4 Lq AO CO G4 Gt7 W a0 a1 p?t A QA AAApc]pp Cp?4 MQ0p0 p0 Lpp]pQg ppAp tpoaQCa pqSr4Ar,4 OSSSSNNNC.I CJNNNNNNIVt''tMNNNN ry NNN 6y D o8C. Ob0 e0 Nto ?D r- oo v. a.vtr-•1Daa6O ?C 10 b O moo w 6,0 4 O 46700 aey?? en V v?'Mr vl vl cn o neon nIO rn 00 v o Q -S'r ?ny-- o°ot7aoo ' n M?p wenwen y%i in p? m r? e a .;dl z? '.t V1 WO.?K1 ^?CT.p ?t? nclYi .. N 00? OOn••nn0MNY1 eQlzRONMm t?O C, 'A v, r oot3 v n v v"+c nfo o ao NN B9 n co c?OV°o°oa?"oooORnoi?nno°vC?,e?f v?oNO90?v0%?DJa ?2cNy fn o? %orin ev, adack r vit.rti•:N -oo - - vcd t' n riri eo-7 en 00 e0 v1 v1 N n Vl rrf Vl •+ W N1 0o V1 n n knOvooena `ron?q e??'ean? en ooa?o oow? wM rn n N N tom ?t w aN ? ?MN??N?`d C^f?Kj?Tt'+jN •:h OCi r+i ?O ?N} U'i ?N O CO SSn 60%+4oen+1lLNdn' Vii, l'hd;Wttvkm 4OQO?i•ONO 1C b Q °o MmS m bG??'rr?.d.o0'rOblO?popb?S4r?^??O?O?MryC? nn 6 ?O O 4 t?Cti ?ty?j ? ?o vi vl 00 00 ?o ?C? L'h d N «. +dtl0 T 'r• O_?O ?O V1 b M T O? N N tp t0 n .-. cy M ?'+ l'? n C /0 Ot) C? ?D '•? O? ° i'. a O .-w O? 4Ro w Dew o0oofv.a /6 v v r n vi vi ?c rn eS. eq oo tv +ri . ri a v rn .ri rr NL' ?°Ne???ryNOryvi M t s?rn?rl6nt, o o; `try e`ry v?io+ o N ?N r-N 0 Q y. pA`-'???q•Sa???6{ 1?[+OO?OOQ S SQ 04 ? M ?O ? S S l*¢1S 1+1QOCSd •r•?CdodmAdOOQGCO00CS?ven ba C C O O 04 CA qt 1 5" 31* F- ?a" v r` rn vi oo Men of tY c? avCo -- oe w co C SC: 0 SSSOSSSSOSC7.SSL?SS40 SS S S U U S SLtlOC. 11 00O00 O0o00epooO0 t clo060o06 06 O 4 0 670 0 r U tOWOC to vti ooo noogo0 ,t tD O a, o 0% 41 6PY 810 00 Q O, WiCo ooaoryov .r04l±GN 'isnG b?o..a+n on en w ?u ot- r741O. ? O Op 0y?% Oy?, %n pp.o ?O M rr O ?+ O 00 V1 e+l ?O 0% ?d b t- ao .-i c ny' oo M p me. N u". to ?e 4 d6 QQ'•'P t? ° NC co e0 eT 004?t C,4 ?,/ ?iAtl KI?CbLy bad eA?P1 Nd0On?0OFIRD 0.740 O+ N CQM NXO Q?t t^ ?O ?D646Dd?0? t? 4V1t' •.."t'? e+1Ql CO? ?4 n e0".+ ^d •.• Nm --? N N + ... N N to .? v N N C, fn Yn•1 en 0* m G O NtVNNNMMehM ??V-e?0?0 nnn ? oa p+ ?^C) Og4OOA ?'^ V Qfn p0?6MO?l?bCt?mt?C?aa whh?O. ..??.?-. V_j 1. °v a y c Z q 0 w a wow c?x J U °° v' 1'" ,,, an y U S [ 7 V 0 a .a c. In 0 2; M MMWC7 a) Re. P4 HrRv N NO Q Z? OViMP.m C7a C7 a 0. ?nrnv)mmu:0tntn? voa ?ao4 .1a a O ?oo ioo VltY Op p6w 0 to a C ? oG ]?o0??00 O?tRu °CV ? J ?7??70oWCy to ?q'0 UFF-C7C7hE-vein C7c?(-•nr?i?cJa3?+'3a?F 0 0, o? y co lq* ?^- J "• I ~ 4 7 In t, vvii i•1 n YN'1 vrql VS ++"1 kn V?'i; Vii Ln tm in Vt Wr vr),n %ni r- k,Y cZ ? V` t 1 1 s i i CLEARWATER COUNTRY C._UB MANAGEMENT, INC. STATEMENTS OF FINANCIAL POSITION DECEMBER 31, 2`009 AND 200.$ ASSET: CURR€NT A ? "Ir5 2009 Cash on hand 1 250Cashinbank - operating 57,884)Money market funds Escrow 48,011 Accounts receivable 150 766Inventories Bar 11,409 Paper supplies 1,765Food9,333Golfcoursesupplies31,149Proshop29772Totalcurrentassets225,631 PROPERTY IBUILD-IN7GS AND E PMENT Land Clubhouse Land improvements 692,907Golfcourseequipment669,835Kitchenequipment, furniture and fixtures 112,332Workinprogress Less accumulated depreciation Total property, buildings and equipment TOT6L ASSETS 1,475,074 2008 1,250 34,876) 41 942 199,340 10,896 1,411 9,394 39,090 30,509 257,996 692,907 661,913 112,332 6,430 1,473;582 1,086,94 386,638 574,754 $ 644,634 i The accompanying notes are an intF: ral part of these statements. FIRST AMENDMENT TO LEASE AGREEMENT THIS FIRST AMENDMENT TO LEASE AGREEMENT (the "Amendment") is made and entered into on this day of 7,c, ,.x. , 2012, by and between the City of Clearwater, Florida, a municipal corporation of the State of Florida, hereafter referred to as City," whose address is Attn: Parks & Recreation Director, Post Office Box 4748, Clearwater, Florida 33758-4748, and The Clearwater Golf Club, LLC, a Florida Limited Liability Corporation, whose address is 525 Betty Lane North, Clearwater, FL 33755, hereafter referred to as "Club,"(each individually referred to herein as "Party" or collectively as the "Parties"). WHEREAS, the Parties entered into that certain Lease Agreement (the "Lease") on April 26, 2011, wherein the City leased the Clearwater Country Club golf course (the "Golf Course") to the Club for the Club to oversee operations and maintenance of the Golf Course; and WHEREAS, pursuant to the original Lease, the Club was responsible to carry property and boiler and machinery insurance; and WHEREAS, the parties agree that it is mutually beneficial for the City to assume responsibility for the property and boiler and machinery insurance. NOW, THEREFORE, in consideration of the foregoing and the mutual covenants contained hereinafter, the parties hereby agree as follows: 1. Recitals. The foregoing recitals are true and correct and are incorporated in and form a part of this Agreement. 2. Insurance, Indemnification and Hold Harmless, Paragraph 20 is hereby revised and restated as follows: INSURANCE, INDEMNIFICATION AND HOLD HARMLESS 20. The Club agrees to indemnify and hold the City and its employees harmless from and against any and all claims, demands, and causes of action or lawsuits of whatever kind or character arising directly or indirectly from this agreement or the performance hereof, or its occupancy of the Leased Premises. This indemnity clause includes, but is not limited to, claims, demands, and causes of action or lawsuits for damages or injuries to goods, wares, merchandise and property and for any bodily or personal injury or loss of life in, upon or about the property. This provision shall survive termination of this Agreement and shall not be limited by the amount of any insurance required to be obtained or maintained under this Agreement. 1 The City shall have the right, at its option, to participate in the control of any defense of any third party claim without relieving the club of any of its obligations hereunder. The Club shall obtain at its own expense, and maintain during the term of this agreement, the insurance coverages set forth below: 9\ Drnr i Inc•C'---PfP.---p i-inz InA.}',•,•}—Brc—n, J GI'Tt i f 7'`^M'" f l i---o G f-R--6}IR2W-t S&FF62----- Propertv Insurance — Real propertv including improvements or additions shall be insured by the City through its property self-insurance program The City reserves the right to insure the propertv throuqh self insurance or anv other insurance method at its discretion during the term of this Lease. The City shall bill the Club by providinq invoices in applicable increments, and the Club shall reimburse the City for the full cost of the property insurance. Boiler and Machinery Insurance — If the buildings or structures include boiler(s), pressure vessel(s) or air conditioning/heatinq equipment, the Citv shall insure same throuqh its Boiler and Machinery 2 self-insurance proqram. The City reserves the right to insure the Boiler and Machinerv items throuqh self insurance or anv other insurance method at its discretion durinq the term of this Lease. The Citv shall bill the Club bv providinq invoices in applicable increments, and the Club shall reimburse the Citv for the full cost of the Boiler and Machinery insurance. 3) Comprehensive General Liabilitv - Coverage shall be afforded on a form no more restrictive that the latest edition of the Comprehensive General Liability policy filed by the Insurance Services Office and shall include: a. Minimum limits of$1,000,000.00 per occurrence combined single limits for bodily injury liability, personal injury, and property damage liability. b.Premises and Operation. b.Independent Contractors. c.Products or Completed Operations. d.Personal Injury Coverage with employees and contractual exclusions removed. e.Liquor Law Liability; if applicable. f.Golf carts or other golfing appurtenances not owned by the Club but brought onto the property by others. 4) Business Auto Policv - Coverage shall be afforded on a form no more restrictive than the latest edition of the Business Auto Policy filed by the Insurance Services Office and shall include: a.Minimum limits of $1,000,000.00 per occurrence combined single limits for bodily injury liability and property damage liability. b. Coverage on all vehicles (owned, hired, and non-owned). 5) Workers Compensation - Coverage shall apply for all employees for statutory limits in compliance with the applicable State and Federal laws. In addition, the policy shall include employer's liability with a limit of$500,000.00 for each accident. If the self-insured status of the Club is approved by the State of Florida, the City agrees to recognize and accept such status upon proof of such approval. 3 6) Personal Propertv — The City shall not insure or self-insure loss to personal property of the Club. The Club understands that it is solely responsible for such losses regardless of cause. Other Reauirements. 1) The City shall be named as an additional insured on all insurance policies required under this agreement. 2) Copies of insurance certificates for all insurance required by the agreement, and copies of all insurance policies covering insurance required by this agreement, shall be furnished to the City Clerk of the City prior to the use of the property. Not less than sixty (60) days notice of cancellation or restricted modifications of any insurance policy providing the coverage required by this agreement shall be required on all insurance policies. 3. All of the terms and conditions of the Lease which are not expressly amended or deleted herein shall continue in full force and effect. IN WITNESS WHEREOF, the parties have executed and delivered this Amendment the day and year first above written. THE CLEARWATER GOLF CLUB, LLC. By: reg McClimans, President Countersigned: CITY OF CLEARWATER, FLORIDA c o e nc e.By: , George N. Cretekos William 6. Horne, II Mayor City Manager Approved as to form: Attest: oF ryf,,` 1 r, u. `' -- Laura Lipowski Mahony Rosemarie Call Assistant City Attorney City Clerk ir 4 SECOND AMENDMENT TO LEASE AGREEMENT THIS SECOND AMENDMENT TO LEASE AGREEMENT ("Second Amendment") is made and entered into on this .1-4441day ofJ41,-1 cc 4 , 2022, by and between the City of Clearwater, Florida ("City"), a municipal corporation of the State of Florida, whose address is Attn: Parks & Recreation Director, Post Office Box 4748, Clearwater, Florida 33758-4748; and the Clearwater Golf Club, LLC ("Club"), a Florida Limited Liability Corporation, whose address is 525 Betty Lane North, Clearwater, FL 33755, (each individually referred to herein as "Party" or collectively as the "Parties"). WHEREAS, the Parties entered into the Lease Agreement ("Lease") on April 26, 2011, wherein the City leased the Clearwater Country Club ("Leased Premises") to the Club for the Club to oversee operations and maintenance of the Golf Course. WHEREAS, the Parties entered into the First Amendment to Lease Agreement on November 20, 2012 to amend the insurance obligations of the Parties. WHEREAS, the Club has been faithful to comply with all of the provisions of the Lease. WHEREAS, since 2011, the Club has invested more than $1,000,000.00 in upgrades and improvements to the Golf Course property and buildings in accordance with the Lease. WHEREAS, the Club has created a much -improved asset for the City and provided excellent golfing and recreational opportunities and programs for residents and visitors to Clearwater. WHEREAS, additional upgrades and improvements are needed to the Leased Premises during the next several years. WHEREAS, the Club is willing to make the additional upgrades and improvements, estimated to be $1,200,00.00, and in exchange for those additional upgrades and improvements, the City is willing to extend the Lease for an additional 10 years. WHEREAS, the additional upgrades and improvements include the conversion of the grass on the tees, driving range, and fairways to Platinum Paspalum; replace the cart paths; provide capital improvements to the parking lots, pedestrian bridges, HVAC systems, and clubhouse. These additional upgrades and improvements are in the public interest, necessary to maintain the City property asset, and beyond the normal routine maintenance obligations of the Club. WHEREAS, the Parties desire to amend the Lease to provide for these additional upgrades and improvements and extension of this Lease. NOW THEREFORE, in consideration of the mutual promises contained herein and other good and valuable consideration, the Parties agree that the above terms, recitals, and representations are true and accurate and are incorporated herein by reference, and the Parties agree as follows: 1. Section 1. RECITALS, GRANT OF LEASE, TERM DESCRIPTION is hereby amended as follows: 1. The foregoing recitals are true and correct and are incorporated in and form a part of this Agreement. That for and in consideration of the covenants to be kept and maintained by the Club and the mutual benefit to the parties, the City does hereby lease and let unto the Club, its successors and assigns, subject to the terms and conditions hereinafter set forth, that certain real property located in the City of Clearwater, Florida, more particularly described in Exhibit "A" ("Golf Course Parcel") and Exhibit "B" (Clubhouse Parcel") attached hereto and incorporated hereby by reference. The term of this lease shall be for a period of thirty (30) (20) years, commencing May 1, 2011 and ending April 30, 2041 2031, unless sooner terminated by the provisions hereof. 2. Section 5. CAPITAL IMPROVEMENTS is hereby amended as follows: 5. As a condition precedent to the continuation of this lease, and the right of the Club to remain in occupation of the Leased Premises, the Club shall construct the following upgrades to the course, clubhouse and support facilities during the term of this lease in accordance to the schedule as noted: a) During the first year of this lease the Club, at its sole expense will: 1) Renovate the irrigation systems, pumps, motors, OSMAC to bring it up to first class golf course standards. Approximate value of $100,000. 2) Renovate all bunkers and greens to improve drainage. Approximate value of $50,000. 3) Renovate the driving range to include new landscaping, sod and artificial turf. Approximate value of $50,000. 4) Renovate parking lot to include new landscaping and resurfacing. Approximate value of $50,000. b) During the second year of this lease the Club, at its sole expense will: 1) Renovate Clubhouse including dining and public areas. Approximate value of $175,000. 2) Renovate and upgrade mechanical system for all buildings. Approximate value of $160,000. c) During the third year of this lease the Club, at its sole expense will: 1) Replace two pedestrian bridges. Approximate value of $75,000. 2) Replace and renovate cart paths. Approximate value of $75,000. 3) Construct new maintenance building of 5,000 sq. ft. Approximate value of $175,000. d) During the fourth year of this lease the Club, at its sole expense will: 1) Renovate or replace restrooms on course. Approximate value of 40,000. 2) Upgrade course maintenance equipment. Approximate value of 200,000. e) During the twelfth to sixteenth years of this lease, the Club, at its sole expense will: 1) convert the grass on the tees. driving range, and fairways to Platinum Paspalum: replace the cart paths: provide capital improvements to the parking lots. pedestrian bridges, HVAC systems, and clubhouse. Approximate value of $1,200,00.00. All such renovations and construction shall be made in accordance with plans submitted to and approved by the City. Said plans shall be submitted with reasonable time to allow for the City's review. Failure to complete the renovations as planned shall be a material breach of this Lease for which the City may immediately terminate the Lease and re-enter the property in accordance with Florida law. 3. All other terms and conditions of the Lease shall remain in full force and effect. Remainder of Page Left Blank Intentionally] IN WITNESS WHEREOF, the Parties have executed and delivered this Second Amendment the day and year first above written. CLEARWATER GOLF CLUB, LLC 440-2 Printed Name: G -74e- M Chief Executive Officer Countersigned: rank V. Hibbard Mayor Approved as to form: 0‘,-( Owen Kohler Assistant City Attorney CITY OF CLEARWATER, FLORIDA r ter wJonP. City Manager cAl\c,2\ b_QAc or\ v. \C of Attest: a,Zu -- Rosemarie CaII City Clerk THIRD AMENDMENT TO LEASE AGREEMENT THIS THIRD AMENDMENT TO LEASE AGREEMENT (“Third Amendment”) is made and entered into on this ____ day of _______________, 2025, by and between the City of Clearwater, Florida (“City”), a municipal corporation of the State of Florida, whose address is Attn: Parks & Recreation Director, Post Office Box 4748, Clearwater, Florida 33758-4748; and the Clearwater Golf Club, LLC (“Club”), a Florida Limited Liability Corporation, whose address is 525 Betty Lane North, Clearwater, FL 33755 (each individually referred to herein as “Party” or collectively as the “Parties”). WHEREAS, the Parties entered into the Lease Agreement (“Lease”) on April 26, 2011, wherein the City leased the Clearwater Country Club (“Leased Premises”) to the Club for the Club to oversee operations and maintenance of the Golf Course. WHEREAS, the Parties entered into the First Amendment to Lease Agreement on November 20, 2012 to amend the insurance obligations of the Parties. WHEREAS, the Parties entered into the Second Amendment on January 24, 2022 to amend the term of the lease and capital investments by the Club. WHEREAS, the Club has been faithful to comply with all of the provisions of the Lease. WHEREAS, since 2011, the Club has invested more than $2,000,000.00 in upgrades and improvements to the Golf Course property and buildings in accordance with the Lease. WHEREAS, the Club has created a much-improved asset for the City and provided excellent golfing and recreational opportunities and programs for residents and visitors to Clearwater. WHEREAS, replacement and or upgrade of all cart path bridges crossing Stevenson Creek are necessary within the next several years. WHEREAS, the Club is willing to make the additional upgrades and replacement of bridges within the next five years and in exchange for these additional upgrades and improvements, the City is willing to extend the Lease for an additional 10 years during which time the payment to the city will increase from 3% to 4% of gross revenue. WHEREAS, the additional upgrades and improvements are in the public interest, necessary to maintain the City property asset, and beyond the normal routine maintenance obligations of the Club. NOW THEREFORE, in consideration of the mutual promises contained herein and other good and valuable consideration, the Parties agree that the above terms, recitals, and representations are true and accurate and are incorporated herein by reference, and the Parties agree as follows: 1) Section 1. RECITALS, GRANT OF LEASE, TERM DESCRIPTION is hereby amended as follows: 1. The foregoing recitals are true and correct and are incorporated in and form a part of this Agreement. That for and in consideration of the covenants to be kept and maintained by the Club and the mutual benefit to the parties, the City does hereby lease and let unto the Club, its successors and assigns, subject to the terms and conditions hereinafter set forth, that certain real property located in the City of Clearwater, Florida, more particularly described in Exhibit “A” (“Golf Course Parcel”) and Exhibit “B” (Clubhouse Parcel”) attached hereto and incorporated hereby by reference. The term of this lease shall be for a period of forty (40) thirty (30) years, commencing May 1, 2011 and ending April 30, 20451, unless sooner terminated by the provisions hereof. 2) Section 5. CAPITAL IMPROVEMENTS is hereby amended as follows: 1. As a condition precedent to the continuation of this lease, and the right of the Club to remain in occupation of Leased Premises, the Club shall construct the following upgrades to the course, clubhouse and support facilities during the term of this lease in accordance to the schedule as noted: a) During the first year of this lease, the Club, as its sole expense will: 1. Renovate the irrigation systems, pumps, motors, OSMAC to bring it up to first class golf course standards. Approximate value of $100,000. 2. Renovate all bunkers and greens to improve drainage. Approximate value of $50,000. 3. Renovate the driving range to include new landscaping, sod and artificial turf. Approximate value of $50,000. 4. Renovate parking lot to include new landscaping and resurfacing. Approximate value of $50,000. b) During the second year of this lease, the Club, at its sole expense will: 1. Renovate Clubhouse including dining and public areas. Approximate value of $175,000. 2. Renovate and upgrade mechanical system for all buildings. Approximate value of $160,000. c) During the third year of this lease, the Club, at its sole expense will: 1. Replace two pedestrian bridges. Approximate value of $75,000. 2. Replace and renovate cart paths. Approximate value of $75,000. 3. Construct new maintenance building of 5,000 sq. ft. Approximate value of $175,000. d) During the fourth year of this lease, the Club, at its sole expense will: 1. Renovate or replace restrooms on course. Approximate value of $40,000. 2. Upgrade course maintenance equipment. Approximate value of $200,000. e) During the twelfth to sixteenth years of this lease, the Club, at its sole expense will: 1. Convert the grass on the tees, driving range, and fairways to Platinum Paspalum’ replace the cart paths; provide capital improvements to the parking lots, pedestrian bridges (#4 and 8), HVAC systems, and clubhouse. Approximate value of $1,200,000. f) During the fifteenth to twentieth years of this lease, the Club, at its sole expense will: 1. Repair or replace cart path bridges #1, #2, #3, #5, #7 and #9. 2. Repair or replace maintenance bridge #6. All such renovations and construction shall be made in accordance with plans submitted to and approved by the City. Said plans shall be submitted with reasonable time to allow for the City’s review. Failure to complete the renovations as planned shall be a material breach of this Lease for which the City may immediately terminate the Lease and re-enter the property in accordance with Florida law. 3) Section 18. RENTAL is hereby amended as follows: 1. Commencing May 1, 2011 the Club shall pay annually to the City, as rental for the premises and the City agrees to accept three percent (3%) of the gross revenues through April 30, 2041 and four percent (4%) for all remaining years in the contract (May 1, 2041 to April 30, 2051), plus applicable sales tax, and any other taxes applicable to the Club’s occupancy, such as personal property taxes or ad valorem taxes. The term “Gross Revenues” as used in this Lease is defined as the total amount of actual gross revenues received by the Club, its assignees, subtenants, concessionaires or licensees (as applicable) for all merchandise sold or services performed in or from the Leased Premises, whether for cash or other consideration or on credit; excluding discounts or allowances made to customers for which no payment is received by the Club and the amount of any tax payable by reason of such sales or service under applicable tax law, which taxes are billed as a separate item by the Club to the purchaser. Gross Revenues shall include, but not be limited to: golf and social membership dues and initiation fees; green fees; cart fees; food, beverage, and merchandise sales; clubhouse rental; and any other revenues. Said rental payment shall be continued in the same amount unless modified in writing by the parties following extension negotiations. IN WITNESS WHEREOF, the Parties have executed and delivered this Second Amendment the day and year first above written. CLEARWATER GOLF CLUB, LLC ___________________________ Printed Name: ___________________ Chief Executive Officer Countersigned: CITY OF CLEARWATER, FLORIDA ___________________________ _________________________ Bruce Rector Jennifer Poirrier Mayor City Manager Approved as to form: Attest: ___________________________ _________________________ Melissa Isabel Rosemarie Call Assistant City Attorney City Clerk Figure 1 – Aerial with Subject Bridges Located Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0886 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 3.2 SUBJECT/RECOMMENDATION: Authorize insurance reimbursement payment to Fields Inc. dba Barefoot Beach House of Clearwater, FL in the amount of $314,700.00 for repairs to the Barefoot Beach House structure caused by Hurricane Helene; and authorize the appropriate officials to execute same. SUMMARY: Between September 26-27, 2024, and again between October 9-10, 2024, the Barefoot Beach House structure sustained damage as a result of Hurricane Helene and Hurricane Milton. The property is covered under an insurance policy held by the City, with the tenant, Fields Inc. dba Barefoot Beach House, reimbursing the City for the full cost of that policy in accordance with the lease agreement. Following the hurricane events, the City filed appropriate insurance claims for the damages incurred. Fields Inc., as tenant, undertook and completed all necessary repairs to restore the structure. The total amount received by the City through insurance proceeds was $314,700.00. As the repairs have been completed and the insurance funds were awarded for that specific purpose, the City now seeks authorization to transfer the full amount of $314,700.00 to Fields Inc. as reimbursement for the completed work. APPROPRIATION CODE AND AMOUNT: This purchase will be coded to a special program code 1817525-546300-D2402, disaster response - Hurricane Helene USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Approval of the purchase order supports several Strategic Plan Objectives, including: ·1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. ·3.2: Preserve community livability through responsible development standards proactive code compliance, and targeted revitalization. Page 1 City of Clearwater Printed on 10/31/2025 BAREFOOT BEACH HOUSE INSURANCE REIMBURSEMENT CONSTRUCTION - HURRICANE HELENE/MILTON DAMAGES Date Vendor Description/Breakdowm Amount 3/15/2025 Richard Wailewski, P.E.Final Invoice for construction services 248,718.00$ Invoice & Services Breakdown 8/25/2025 Fields Inc Hurricane Helene Damage Repairs In House Labor - demolition/construction/rebuild 76,738.00$ Materials - lumber, supplies, wall covering, flooring 61,843.75$ Labor In House & Materials Invoice Total 138,581.75$ 3/12/2025 Cole Electrical Contractors Flood electrical repairs re-install power for the ice cream shop area - 1 @ $6750 6,750.00$ Replace 2 ac disconnects - $225 each 450.00$ Install 1 Casetta smart switch & wireless companion - $175 each 175.00$ Change out 30-amp breaker - 1 @ $115 each 115.00$ Rewire Coffee station - 1 @ 415 each 415.00$ Install one additional exit/em combo light - $210 each 210.00$ Electric Sub Contractor Invoice Total 8,115.00$ 3/3/2025 Douglas Taylor A/C & Refrigeration 8 x 10 x 7-6 Walk in Freezer & Install - 1 @ $27,521 27,521.00$ Invoice Total 27,521.00$ 4/10/2025 Douglas Taylor A/C & Refrigeration change orders to contract (org $27,251, new $28,903.51)1,382.51$ Invoice Total 1,382.51$ 4/11/2025 Douglas Taylor A/C & Refrigeration Installed new defrost timer had to rewire everything due to storm 40 amp multivolt 24hr timer - 1 @ $241.99 eacg 241.99$ labor - 2.5 hrs @ $135 hr 337.50$ Invoice Total 579.49$ 6/19/2025 Douglas Taylor A/C & Refrigeration installed mechanical defrost timer, wired, set timers and defrosted coil Labor - 4.75 hrs at $135 an hour 641.25$ 1 40amp timer - $241.99 eacg 241.99$ 3/8" Hex Nuts - 1 @ $9.07 per bag 9.07$ 3/8" flat washer - 1 @ $6.37 per bag 6.37$ 3/8" x 6" carriage bolts - 0.4 @ $89.85 per box 35.94$ Invoice Total 934.62$ 12/27/2024 Douglas Taylor A/C & Refrigeration walk through and inspect 3 A/C units Labor - 2 hrs @ $135 an hour 270.00$ Truck/Fuel Surcharge - 1 @ $32.50 32.50$ Invoice Total 302.50$ 2/21/2025 Douglas Taylor A/C & Refrigeration Replace the Captive Aire Make-up fan, damaged due to storm damage. Warranty 1 year parts and 30 days labor. (No detailed breakdown)5,000.00$ Invoice Total 5,000.00$ 2/25/2025 State Fire Protection Install push station & hook up gas valve Pyro-chem pcl 3.00 system service - 1 @ $125.00 125.00$ 4500 Fuse Links - 4 @ $23 each 92.00$ 16 gram co2 cartridge - 1 @ $25 each 25.00$ Pyro-chem pcl 3 recharge - 1 @ $385 385.00$ Nozzle Caps - 5 @ $12 each 60.00$ Pyro-Chem Pull Station - 1 @ $131.78 each 131.78$ Pyro-Chem 1 1/2" Gas Valve - 1 @ $519.47 each 519.47$ Pyro-Chem corner pulleys - 5 @ $18.50 each 92.50$ Victory 6 ltr class K #H36198851 - 1 @ $379.00 each 379.00$ Victory 5# ABC Fire Ext #I38517822, I38517789 - 2 @ $87 each 174.00$ Labor - 3 hrs @ $95 hr 285.00$ Trip Charge - 1 @ $40 40.00$ Tax - 7% of materials ($1983.75)138.87$ Invoice Total 2,448.62$ Mechanical Subcontractor Invoice Total 38,168.74$ 2/28/2025 Jack Joyner Heating & A/C Company Piped new hotwater heater in kitchen, flush out gas lines under building. Replaced 2 gas regulators. Installed new shut-off valve and ansil valve in kitchen (no detailed breakdown provided)5,302.00$ 2/28/2025 Plumbing Services by Gus installed tankless water heater & flushed lines 3/4 cpvc coupling - 1 @ $1.25 each 1.25$ 3/4 cpv 90 - 4 @ $1.50 each 6.00$ 3/4 cpvc tee - 1 @ $1.75 each 1.75$ 3/4 cpvc mip trans adapter - 1 @ $7.50 each 7.50$ 3/4 cpvc flowguard gold pipe - 1 @ $1.50 each 1.50$ 3/4 pvc pressure coupling - 1 @ $1.50 each 1.50$ 3/4 pvc pressure 90 - 1 @ $2.00 each 2.00$ 3/4 cts poly pipe clamp plastic - 1 @ $0.50 each 0.50$ shop supplies - 1 @ $15 each 15.00$ 1/2 pvc pressure fip adapter - 1 @ $1.50 1.50$ Labor - 3 hrs @ $150 hr 450.00$ Plumbing Subcontractor Invoice Total 5,790.50$ 12/11/2024 Overhead Door Co. of Clearwater OEM Slats, bottom weather strip, dlide locks & labor to install Model 610 Rolling Steel Curtain - Materials 36,564.00$ Model 610 Rolling Steel Curtain - Labor 6,000.00$ Repairs to North Door to include new bottom bar 7,666.00$ Garage Doors Sub Contractor Invoice Total 50,230.00$ 3/15/2025 Richard Wailewski, P.E.Construction Management Fee 7,832.00$ Invoice Total 7,832.00$ Contruction Fee Invoice Total 7,832.00$ 248,718$ BAREFOOT BEACH HOUSE INSURANCE REIMBURSEMENT EQUIPMENT - HURRICANE HELENE/MILTON DAMAGES Date Vendor Service Amount 11/06/24 Amazon steel sink & installation kit $371.92 InstallationKit for Wall Mount Commercial Faucet - 2 @ $19.99 each DuraSteel Stainless Steel Sink - 1 @ $165.97 each 11/07/24 Amazon 1 - Folding Concession Shelft 96"x12" Drop Down $159.99 11/11/24 Amazon 1 - San Jamar Saf-T-Ice Tote w/ Ice Machine Hangers $109.60 11/11/24 Amazon 1 - Krowne Wall Mount Kitchen Faucet - Utility Sink $69.50 12/10/24 Central Restaurant Products 1 - Countertop reach-in fridge 8.2 cu ft - $3,325.73 12/16/24 Central Restaurant Products 1 - 36" W Horz Air Curtain $8,449.00 12/17/24 Central Restaurant Products counter fridges, freezer and cooler.$9,297.00 Freezer Undercounter Reachin, 48 3/8L - 1 @ $3499 Counter Fridge, Sandwich Top, 60" - 1 @ $3799 Fridge, UnderCounter Reachin, 27 5/8 - 1 @ $1999 12/20/24 Central Restaurant Products hinge assemblies $518.47 Hinge Assembies, Upper - 2 @ $179 each Shipping - $160.47 12/23/24 Amazon 1 - Speakman SC-5811-RCP $96.92 12/26/24 Central Restaurant Products teak tabletops $1,476.47 Longport 32" Round Teak Table Top - 4 @ $329 each Shipping - $160.47 12/27/24 Amazon 1 - New Star Stainless Steel Order Wheel Ticket Holder $99.96 12/30/24 Amazon 1 - EKO Urban 24 Gallon Round Stainless Stell Open Top Waste Bin $169.99 12/31/24 Central Restaurant Products soft serve freezer, add-on kits & training $20,831.92 soft serve freezer, air 208-230v NEMA - 1 @ $18,994.19 Air Exhaust Kit - 1 @ $777.08 Factor Training - 1 @ $856.02 6 Month Maintenance Kit - 1 @ $204.63 01/06/25 Amazon ice cream scoops & gelato spade $344.70 Zerolli 1012 Original Ice Cream Liquid Filled Ice Cream Scoops - 12 @ $16.43 each Zerolli 1065FS-Zt Gelato Spades - 6 @ $24.59 each 01/15/25 Amazon Perco Monarch 1131 Pricing Gun Starter Kit - 2 @ $142.02 each $284.04 01/15/25 Amazon Perco Monarch 1131 Pricing Gun Starter Kit - 3 @ $142.02 each $426.06 01/17/25 Central Restaurant Products Hinge Assemby, Lower - 2 @ $179 each $358.00 01/20/25 Coffee Express Sales & Service equipment purchase & install $7,276.00 Schaerer Ambiente Supra Auto Espresso Unit - 1 @ $6500 Triple Espresso Filter Kit - 1 @ $300 7% sales Tax - $476.00 01/20/25 Amazon 2 stainless steel work tables $412.85 Vevor Stainless Steel Work Table 30x36x38 w/ 4 wheels - 1 @ $129.99 Vevor Stainless Steel Work Table 24x30x38 w/ 4 wheels - 1 @ $108.99 Vevor Stainless Steel Work Table 30x48x36 w/ 4 wheels - 1 @ $173.87 01/22/25 Sam's Club utility cart & storage cabinets $949.90 3-Tier Utility Cart 34" L x 18" W x 34.5" H - 1 @ $69.98 Seville Classics Storage Cabinet - 1 @ $259.98 Bin Rack Seville Classics - 1 @ $189.98 Sevile 6 drawer rolling cabinet - 1 @ $299.98 Sevile Classics Wall Cabinet w/ open shelf - 1 @ $129.98 01/22/25 Amazon butter spreader, turner, chefs knives $137.38 Mercer Culinary Ultimate White Chef's Knife 10" - 2 @ $13.64 each Met Lux Butter Spreader Roll - 1 @ $31.88 each Mercer Culinary Milennia Turner Handle 8" - 2 @ $24.46 each Mercer Culinary Ultimate White 10" Wavy Edge Slicer Knife - 2 @ $14.65 each 01/23/25 Glass Service Co.replacement glass $1,663.85 1/4 Clear Polished Glass 9"x40" - 5 @ $35 each ($175) 1/4 Clear Polished Glass 9"x39" - 24 @ $35 each ($840) 1/4 Clear Polished Glass 9"x50" - 12 @ $45 each ($540) 7% Sales Tax - $108.85 01/23/25 Amazon Netgear Nighthawk hotspot & cable splitters $860.84 Bingfu 4G LTE Antenna Adapter Splitter - 1 @ $7.91 each Mookeerf SMA to N Cable 50ft - 1 @ $39.99 each Netgear Nighthawk M6 Pro Mobile Hotspot 5G - 1 @ $799.99 each Proxicast 12 in TS9 to SMA Femail External Antenna Adapter Cable - 1 @ $12.95 ea 01/23/25 Amazon Samsung Business Pro TVs & wall mounts $1,519.15 Samsng 65" Crystal UHD 4K Business Pro TV - 3 @ $470 each Echogear Fulltilt TV Wall Mount - 1 @ $58.19 each Mountin Dream TV Fixed Mount - 2 @ $25.48 each 01/25/25 Amazon Digital Persona U.are.u 4500 reader 70" Cable 2pk - 2 @ $146.98 each $293.96 01/27/25 Amazon 1 - Hardura Stainless Steel Equipment Work Stand 30"x36" Prep Table $244.99 01/28/25 Central Restaurant Products 1 - 36"W Horz Air Curtain $8,449.00 01/28/25 Central Restaurant Products Low Profile Undercounter Fridge 48 3/8" W - 1 @ $3443.27 $3,443.27 01/29/25 Amazon 1 - Vevor Stainless Steel Prep Table 24x72x34 $224.63 01/29/25 Amazon commercial dipper well faucet & dipwell $248.79 Kratos 7" Commercial Dipper Well Faucet - 2 @ $54.32 each Dipwell Company D15S1 Ice Cream Dipwell 15" - 1 @ $140.15 01/30/25 Amazon 3 stainless steel work tables $530.23 Vevor Stainless Steel Work Table 24x30x38 w/ 4 wheels - 2 @ $125.12 each Vevor Stainless Steel Work Table 30x60x38 w/ 4 wheels - 1 @ $279.99 each 01/30/25 Amazon Vevor Stainless Steel Prep Table 24x48x34 - 2 @ $103.27 each $206.54 02/01/25 Amazon 1 -Rebuild Skills RBX-515SBG-18x Push to Talk Microphone for Paging $164.95 02/03/25 Amazon Square Registers - 3 @ $798.99 each $2,396.97 02/04/25 Amazon 1 - Dipwell Company D15S1 Ice Cream Dipwell 15"$140.15 02/05/25 Amazon 2 -Vevor Stainless Steel Work Table 24x12x38 @ $60.19 each $120.38 02/05/25 Amazon 6 stainless steel work tables $557.48 Vevor Stainless Steel Work Table 30x36x38 with 4 wheels - 4 @ $90.10 each Vevor Stainless Steel Table 24x36x38 w/ 4 wheels - 1 @ $102.27 each Vevor Stainless Steel Work Table 24x30x38 w/ 4 wheels - 1 @ $94.81 each 02/06/25 Amazon 2 - Vevor Stainless Steel Work Table 24x12x38 w/ 4 wheels - $60.19 each $120.38 02/06/25 Amazon Chemical Dispensing System $140.00 Dual Kitchen Sink Proportioner Chemical Dispensing System - 2 @ $61 each Shipping - $18 02/10/25 Central Restaurant Products epoxy shelves $204.97 Cenpro GRN Epoxy Shelf 74" Med Duty - 4 @ $10.99 each ($43.96) Cenpro GRN Epoxy Shelf 24"x18" Med Duty - 5 @ $18.99 each ($94.95) Shipping - $66.06 02/11/25 Central Restaurant Products fryers & hose kit $7,329.33 Gas Fryer, 50lb Oil Capacity - 2 @ $2981.68 each ($5963.36) Set of four 9" casters for pitco fryer - 2 @ $479 ($958) Mobile Gas Hose Kitm 48" w/ caster chock - 3 @ $135.99 each ($407.97) 02/13/25 Central Restaurant Products 1 - Fridge Undercounter Reachin 48 3/8 $3,159.00 02/14/25 Central Restaurant Products 1 - Star 836TA Ultra-Max Griddle, Gas 36" L $5,499.00 02/17/25 Amazon wall mount kitchen faucet & stainless sink $186.30 Installation Kit for Wall Mount Commercial Faucet - 1 @ $19.99 DuraSteel Stainless Sink - 1 @ $166.31 02/24/25 Amazon 1 - El Nacho Grande Bag Cheese Dispenser $542.49 02/24/25 Amazon 2 - Bunn Commerical Airpot Coffee Brewer @ $836 each $1,672.00 02/24/25 Amazon 1 - eero pro 6e wifi system $538.99 02/27/25 Central Restaurant Products 1 - Merrychef Eikon E1S Multi-Cook $6,463.07 02/27/25 Central Restaurant Products Fry Warmer $430.57 Portable Food Warmer Top Heat - 1 @ $396.55 Shipping - $34.02 03/11/25 Douglas Taylor A/C & Refrigeration purchase & install new ice machine $10,040.51 500lb 1/2 dice remote ice machine with bine & line set $7,231.41 Installation of ice machine $2,457.50 Water Filter for New Ice Machine $351.60 03/13/25 Central Restaurant Products backup coolers $4,997.00 Exclsve 2 Dr Reach In Fridge w/ Glass - 2 @ $2449 each ($4898) Lift Gate Service Charge - $99 Equipment Totals $117,554.19 BAREFOOT BEACH HOUSE INSURANCE REIMBURSEMENT CONSTRUCTION/EQUIPMENT - HURRICANE HELENE/MILTON DAMAGES Construction/Materials 248,717.99$ Replacement Equipment $117,554.19 Barefoot Beach House Renovation Cost:366,272.18$ Insurance Proceeds: 314,700.00$ Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1107 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 3.3 SUBJECT/RECOMMENDATION: Approve amendment 1 to the agreement between the City of Clearwater and the Juvenile Welfare Board (JWB) to increase funding for Fiscal Year (FY) 26 by $334,668, from $569,723 to $904,391, to operate afterschool and summer programs for elementary school-aged children at the North Greenwood Recreation and Aquatic Complex from January 1, 2026 through September 30, 2026, approve 5.2 Full Time Equivalent (FTE) positions necessary to support these programs, and authorize the appropriate officials to execute same. (consent) SUMMARY: Since 2000, the City has received annual funding from the JWB Children’s Services Council to provide after school and summer programming for youth in Clearwater. Once again, the City has been awarded funding for youth programming for Fiscal Year 2025/2026 from JWB. The current agreement was approved by City Council in September 2025. The funding provides the “Charting the Course for Youth” program for 213 children at the North Greenwood and Ross Norton recreation facility throughout the year. “Charting the Course for Youth” is a program designed to incorporate exercise and nutrition-based activities in an after school and summer camp setting, to improve academic success, encourage healthy lifestyle choices, improve social skills, increase athletic abilities, and develop leadership skills of the participants. The program currently serves elementary school-aged children at the Ross Norton Complex and middle and high school-aged children at the North Greenwood Recreation Complex. This grant also provides funding for swim instructors for the city’s Water Safety Program which provides free swim lessons during P.E. time at McMullen Booth, Eisenhower, Skycrest, and Belleair Elementary Schools. JWB approached the city in late September regarding the possibility of operating after-school and summer programs for elementary school-aged children at the North Greenwood Recreation & Aquatic Complex. On October 15, 2025, the JWB Board approved the transition of after school and summer programming currently being administered by the Dr. Martin Luther King Jr. Neighborhood Family Center d/b/a Clearwater Neighborhood Family Center (CNFC) to City of Clearwater - “Charting the Course for Youth” program at the North Greenwood Recreation Center. To ensure continuity of services to both the children and the broader community, JWB will continue to fund the CNGC through the end of the year at which time the responsibilities would transfer to the City of Clearwater. Concurrently, JWB has engaged the Mattie Williams Neighborhood Family Center (MWNFC) to assume operation of the family support service programs beginning January 1, 2026 at the NGRAC. JWB’s funding allocation will fully support the City’s operation of the afterschool and summer programs, covering all related expenses including program supplies, utilities, administrative support, and staffing. This funding also includes an additional 5.2 full-time equivalent (FTE) positions dedicated to the implementation and management of these new programs. Positions requested include a Recreation Supervisor, Recreation Coordinator, Staff Assistant upgrade (780 hours), three PPT Recreation Leaders (3,900 hours), and four Variable/Summer Staff (1,920 hours). Staff is excited about the opportunity to provide these much-needed programs for the elementary school age children of the community. APPROPRIATION CODE AND AMOUNT: Page 1 City of Clearwater Printed on 10/31/2025 File Number: ID#25-1107 A first quarter budget amendment will establish Special Program 181-G2607, JWB CNFC Programs, to account for revenues and expenditures related to this agreement; recognize an increase of $334,668 in local government revenues reimbursed by JWB; and increase FTEs by 5.2 in the Special Program Fund. STRATEGIC PRIORITIES: Approval of the Agreement supports multiple Strategic Plan Objectives, including: ·1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. ·2.1: Strengthen public-private initiatives that attract, develop, and retain diversified business sectors. ·2.5: Facilitate partnerships with educational and research institutions to strengthen workforce development opportunities. ·3.1: Support neighborhood identity through services and programs that empower community pride and belonging. ·3.4: Inspire citizen participation through civic engagement and volunteerism to build strong, inclusive, and engaged communities. Page 2 City of Clearwater Printed on 10/31/2025 JWB BOARD MEMBERS Division Chief Jim Millican Board Chair Gubernatorial Appointee Kristen Gnage Board Vice Chair Gubernatorial Appointee The Honorable Bruce Bartlett Board Secretary Sixth Judicial Circuit State Attorney Brian J. Aungst, Jr. Gubernatorial Appointee Renee Chiea Gubernatorial Appointee Kevin K. Hendrick Pinellas County Schools Superintendent The Honorable Chris Latvala Pinellas County Commissioner Alicia McShea Gubernatorial Appointee The Honorable Patrice Moore Sixth Judicial Circuit Court Judge The Honorable Sara Mollo Sixth Judicial Circuit Public Defender Melissa Rutland Gubernatorial Appointee Michael G. Mikurak Interim Chief Executive Officer Juvenile Welfare Board of Pinellas County 14155 58th St. N., Ste. 100 Clearwater, FL 33760 P: 727.453.5600 F: 727.453.5610 JWBPinellas.org @JWBPinellas October 22, 2025 Jennifer Poirrier, City Manager City of Clearwater P.O. Box 4748 Clearwater, Florida, 33758 Subject: FY26 Amendment #1 to JWB Agreement Dear Jennifer, This letter serves to amend the FY26 Agreement between the City of Clearwater- Charting the Course for Youth and the Juvenile Welfare Board of Pinellas County (JWB). This is Amendment #1 to the Agreement and is effective upon signature of both parties. On October 15, 2025, the JWB Board approved the transition of after school and summer programming currently being administered by the Dr. Martin Luther King Jr. Neighborhood Family Center d/b/a Clearwater Neighborhood Family Center to the City of Clearwater-Charting the Course for Youth program at North Greenwood Recreation Center. Programming is expected to be transitioned by January 1, 2026. This amendment is a one-time increase of $334,668. The FY26 allocation is hereby amended from $569,723 to $904,391. All other terms and conditions of the agreement shall remain the same. If you have any questions or concerns relating to this amendment, please contact me at dnewton@jwbpinellas.org. If these changes meet your approval, please sign on the signature line below and return it to me. Sincerely, ___________________________ _______________________ Desmon Newton Date Senior Program Consultant Docusign Envelope ID: 189BB833-C57B-4517-AD24-3DDA83DAED51 10/21/2025 | 5:12 PM EDT ___________________________ ______________________ Jennifer Poirrier Date City Manager City of Clearwater ___________________________ _______________________ Michael G. Mikurak Date Interim Chief Executive Officer Juvenile Welfare Board of Pinellas County Approved as to form: __________________________ _______________________ Melissa Isabel Date Assistant City Attorney Attest: __________________________ _______________________ Rosemarie Call Date City Clerk Docusign Envelope ID: 189BB833-C57B-4517-AD24-3DDA83DAED51 10/21/2025 | 5:30 PM EDT Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1031 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Authorize a purchase order with St. Petersburg College for the Clearwater Police Department and Clearwater Fire Rescue for police academy sponsorships, paramedic training program, and ongoing advanced training for existing personnel in the amount of $155,000.00, pursuant to Clearwater Code of Ordinances Section 2.563(1)(f), Professional Services not subject to CCNA (academics), and authorize the appropriate officials to execute same. (consent) SUMMARY: In recent years, the effort to recruit and hire quality police officer candidates has become increasingly competitive. In response, the Clearwater Police Department has made various efforts towards this challenge to include offering police academy sponsorships to new officer candidates. This has become a common practice with other local law enforcement agencies and is critical for the police department to continue the same practice. In Fiscal Year (FY) 24, the agency sponsored 11 cadets. In FY25, the agency sponsored 14 cadets. In FY26, the agency estimates sponsoring up to 16 cadets. The police academy is offered through the Southeastern Public Safety Institute (SEPSI) at St. Petersburg College. The academy is a 22-week, 790-hours, program that includes classroom and practical scenario-based instruction in criminal law, investigations, interviewing, report writing, traffic stops, defensive tactics, firearms, driving, and de-escalation techniques. The police academy will properly prepare cadets to then enter an additional 20-week training program provided by the police department to ensure their readiness to adequately serve and protect the citizens, visitors, and business owners within the City of Clearwater and meet the dynamic challenges of being a police officer. Academy sponsorships are $5,000.00 for each cadet and would equate to $80,000.00 for 16 estimated sponsorships. An additional $20,000.00 is estimated for advanced training for current officers to keep up with the newest trends in high liability areas as well as get specific training for positions to include instructors, detective, community policing, supervisor and many others. Clearwater Fire Rescue is requesting $37,000.00 to continue sponsoring new EMTs to attend paramedic school at St. Petersburg College in response to the critical need for qualified paramedics in our community. The paramedic school program spans three semesters, including Paramedic I, Paramedic II, and Paramedic III. Through this comprehensive training, students will undergo essential hands-on clinical experiences both in the hospital and in the field. This hands-on approach ensures a well-rounded education, preparing our personnel to meet the dynamic challenges of emergency medical services. An additional $18,000.00 is estimated for advanced training for current Firefighters and EMTs to keep up with newest trends in the field. Clearwater is known throughout the area as providing exceptional training for their officers and firefighters. Supporting this training will help to maintain our high levels of professionalism, knowledge and superior public service. APPROPRIATION CODE AND AMOUNT: Funding for this purchase order is available in special program 181-99279, Police Recruitment for police academy sponsorships; Police Department operating code 0101155-557300 (Training) for ongoing advance training; and in Fire Department codes 01012xx-557300 (Training), for paramedic school and advanced Page 1 City of Clearwater Printed on 10/31/2025 File Number: ID#25-1031 training. The operating budgets of the Police and Fire Departments are funded by revenues from the General Fund. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: We encourage professional development through employee educational opportunities, skills-based training, and leadership succession planning. Page 2 City of Clearwater Printed on 10/31/2025 02/17/2025 updated by SK PARAMEDIC S T. P E T E R S B U R G C O L L E G E Certificate ADMISSIONS GUIDE ABOUT THE PROGRAM Paramedics are a mainstay in public health and community service agencies and provide the most advanced care of all EMS professionals. Our program gives you the skills to excel in this field and a foundation for further EMS education and career advancement. Upon completion, you will have earned PHTLS, ACLS, AND EPC Certifications. The Paramedic Certificate is the second completion point in the EMS-AS degree. ADMISSIONS REQUIREMENTS CHECKLIST (Meeting minimum requirements does not guarantee admission) Term Applications Accepted Application Review Student Notified by Email: xxxxxx#@live.spcollege.edu Fall: August Spring: January March 1 – May 15 July 1 – September 15 May 16 – May 31 September 16 – September 30 June 1 October 1 □New students must complete the St. Petersburg College Admission Application and pay the non-refundable fee. Returning students must complete the online Readmission steps in MySPC if you have not enrolled in the previous six semesters. Admissions and Readmissions A secondary Health Program Application is required for limited access Health Programs (link below) □Submit official, unopened (sealed) high school or GED transcripts indicating completion of a standard high school diploma or equivalency. We do not accept unofficial copies or official copies that have been opened. Applicants who have earned an Associate in Arts, Associate in Science, Associate in Applied Science, Baccalaureate, or higher degree from a regionally accredited institution are waived from this requirement. Transcripts must be received and evaluated by St. Petersburg College prior to the application deadline to ensure consideration. Submitting Official Transcripts □Submit official, unopened (sealed) transcripts from all regionally accredited college(s) and/or universities currently or previously attended. We do not accept unofficial copies or official copies that have been opened. Transcripts must be received and evaluated by St. Petersburg College prior to the application deadline to ensure consideration. Submitting Official Transcripts □Your Academic Standing may have an impact on your admission, enrollment, and financial aid eligibility. See the SPC Academic Standing Policy for details. Academic Standing Policy □I have reviewed the Technical Standards (Essential Functions) of my selected health program. I agree that I can meet the Technical Standards with or without accommodation(s). If you feel that you cannot meet these requirements due to a disability, please contact the Health Education Center Accessibility Services office to set up a confidential consultation at (727) 341-3432 or visit www.spcollege.edu/accessibility. □Health Programs Application: https://web.spcollege.edu/hec/application/apply Be prepared to enter your Florida State certified Emergency Medical Technician certificate number and issue date on the application or indicate your enrollment in a program that will lead to certification. Admission notifications will be sent through SPC student email (xxxxxx#@live.spcollege.edu) If you are not sure how to access your SPC student email, please visit How do I Access My SPC Email St. Petersburg College is committed to equal access/equal opportunity in its programs, activities, and employment. For additional information visit www.spcollege.edu/eaeo 02/17/2025 updated by SK Program Information The Paramedic program will prepare the student for the Paramedic Certification Exam. 30 – 36 students admitted. Clinical facilities may prohibit students who do not have an assigned social security number from participating in clinical experiences which are a mandatory component of the curriculum. If other placement options are not available, the student would need to withdraw from that semester and would not be able to progress in the program. These factors must be taken into consideration prior to pursuing admission to the program. Classroom sessions meet two days per week and follow a shift friendly schedule. Along with the classroom, students will complete a required number of hours and competencies in the clinical and field environment. This program is offered at the SPC Allstate Center located at 3200 34th Street South, St Petersburg, FL Selection Criteria and Admissions All application requirements must be satisfied by the closing of the application window. Preference for admission (up to 12 seats) may be given to individuals employed by community partners. If the number of remaining eligible applicants exceed program availability, admission will be determined through a lottery system. An EMT Employment Verification Form is required. If you are admitted, you will need to complete the following pre-enrollment requirements prior to the start of the first program course to maintain eligible status. Complete the Notice of Intent survey by the date indicated in the admission email. Successfully pass a background check and drug screening by date indicated in the admission email. Student paid. Complete the Health Education Program orientation. Details provided in the admission email. Complete the Health Examination Form and any required immunizations. Details provided at orientation. Completion of BLS Provider from American Heart Association by date indicated at the orientation. If you are not admitted, please discuss admissions qualifications with an Academic Advisor and consider reapplying during a future application cycle. Estimated Cost Tuition*¹ Background Check and Drug Screening Physical, Vaccines and Proof of Immunity Uniforms, Special Equipment, Lab Fees & Other Costs Textbooks National Exam NREMT and State License fees TOTAL $5,229.70 $101.00 $700.00** $250.00 $1,100.00** $160.00*** $7,540.70 * Tuition is estimated using the Florida residency rate of $111.75/credit hour. Non-resident rate is $386.90. ¹ Tuition is for core coursework only, excluding student fees, not General Education and Support courses. ** These are high estimates; actual costs may vary. *** First attempt is no charge through a grant program; future attempts cost as indicated. Accessibility Services St. Petersburg College is committed to providing quality education and services to all students by ensuring that admission, academic programs, support services, student activities, and campus facilities are accessible to and usable by qualified students with disabilities. Each specific health program has its own technical standards which all students must meet with or without accommodation(s). To help students achieve success, Accessibility Services works with students, faculty, and staff to coordinate the provision of reasonable accommodations. To put your accommodations in place, please contact the Health Education Center Accessibility Services at (727) 341-3432 or visit http//www.spcollege.edu/accessibility 02/17/2025 updated by SK Paramedic Certificate MAJOR CORE COURES A grade of “C” or higher is required. Credits TERM ONE EMS 2601 Paramedic Theory 1 10 EMS 2601L Paramedic Laboratory 1 4 EMS 2664 Paramedic Clinical 1 3 TERM TWO EMS 2602 Paramedic Theory 2 10 EMS 2602L Paramedic Laboratory 2 4 EMS 2665 Paramedic Clinical 2 4 TERM THREE EMS 2659C Paramedic Field Internship 7 To view Program of Study, please refer to Paramedic Certificate JMR 12/2023 SPC Law Enforcement Academy Program Admission Steps 1. Contact Police Applicant Screening Service (PASS) at 727-864-3822 Ext. 1 to complete a background check. The cost is $250 and non-refundable. The PASS office is located at the Allstate Center in suite 135. Visit policestandards.org for more information. a. PASS eligibility: • At least 19 years of age • High school diploma or equivalent • Any 30 college credits from a regionally accredited school with a GPA of 2.0 or higher, or • Honorable discharge from active duty in one of the armed services b. After successfully completing the background check, a provisional or completion letter will be issued allowing academy entrance. Then contact the academy at 727-341-4516. NOTE: Candidates sponsored by an agency might not be subject to the above requirements. Contact a recruiter for agency-specific requirements. 2. Pass the Florida Basic Abilities Test (FBAT/BAT) at our private Pearson VUE Authorized Testing Center in room AC-102 located at the Allstate Center. The fee is $39. a. Visit https://home.pearsonvue.com/fdle/bat to schedule the exam • Testing Center phone number: 727-341-4760 b. Exemptions! Law Enforcement candidates who are military veterans or hold an associate degree or higher, are exempt from taking the BAT. 3. Enroll as a student with St. Petersburg College to obtain a student ID number and college email address. The cost is $40 and non-refundable. NOTE: Candidates sponsored by an agency do NOT have to pay the application fee. a. Go to the SPC Application online and choose the following: • New Undergraduate Student • Non-Degree Seeking • No Community • Job Enrichment b. Returning students: Current SPC students who have not attended in 2 years or more must complete the readmission process: Readmission Steps JMR 12/2023 Program Information The Law Enforcement Academy prepares you for the Florida Department of Law Enforcement State Officer Certification Examination to become a police officer. SPC’s Southeastern Public Safety Institute is an approved FDLE training center and uses the curriculum of the Florida Criminal Justice Standards and Training Commission (CJSTC). Volume 1 – Florida Basic Recruit Training Program: Law Enforcement Chapter Course Title Hours Course Number Chapter 1 Introduction to Law Enforcement 12 CJK_0002 Chapter 2 Communication 24 CJK_0016 Chapter 3 Legal 64 CJK_0018 Chapter 4 Interviewing and Report Writing 56 CJK_0019 Chapter 5 Fundamentals of Patrol 40 CJK_0063 Chapter 6 Serving Your Community 34 CJK_0021 Chapter 7 Crimes Against Persons 48 CJK_0072 Chapter 8 Crimes Involving Property and Society 12 CJK_0073 Chapter 9 Crime Scene Follow-up Investigations 34 CJK_0079 Chapter 10 Traffic Incidents 12 CJK_0400 Chapter 11 Traffic Stops 24 CJK_0401 Chapter 12 Traffic Crash Investigations 30 CJK_0402 Chapter 13 DUI Traffic Stops 24 CJK_0403 Chapter 14 Critical Incidents 44 CJK_0093 Subtotal 458 Volume 2 – Florida Basic Recruit Training Program: High Liability Chapter 1 Law Enforcement Vehicle Operations 48 CJK_0020 Chapter 2 First Aid for Criminal Justice Officers 40 CJK_0031 Chapter 3 Criminal Justice Firearms 80 CJK_0040 Chapter 4 Criminal Justice Defensive Tactics 80 CJK_0051 Chapter 5 Conducted Electrical Weapon/Dart-Firing Stun Gun 4 CJK_0421 Chapter 6 Criminal Justice Officer Physical Fitness Training 60 CJK_0096 Subtotal 312 NOTE: Students who complete this program are eligible to receive 15 college credits. However, credit cannot be given again/twice for these classes. Schedule and Length The program is approximately 22 weeks long, for a total of 790 classroom-based hours. The hours are full- time, Monday through Friday from 7:45 am to 4:45 pm. Upcoming academies are listed on the website’s “SCHEDULE” tab. JMR 12/2023 Program Costs In-state residents: $5,000 Out-of-state residents: $11,327.90 Program uniforms: approximately $275 The online application will confirm your residency. You are considered a Florida resident when you have lived in Florida for the last 12 consecutive months. Tuition Assistance Financial Aid: Contact Kim Phillips at Phillips.Kim@spcollege.edu or (727) 302-6434. Veterans: Call Sarah Mauter with Veterans Services at 727-394-6262. Be prepared to provide a copy of your COE. Fitness Standards The Cooper Fitness Standards are used to determine fitness eligibility. The chart below indicates minimum requirements. Students will be denied entry until they reach their minimum requirements. NOTE: This physical fitness assessment is generally waived for agency-sponsored candidates. Contact a recruiter for agency-specific requirements. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1070 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Reappoint Michael Kachurik to the Board of Trustees, Clearwater Police Supplementary Pension Plan with a term to expire October 31, 2029. (consent) SUMMARY: The Clearwater Police Officers’ Supplementary Trust Fund receives funds from the State of Florida, which are collected from insurance companies operating within the community. In accordance with Florida Statute 185.05, these funds must be administered by a Board of Trustees. The statute requires that two members of the Board be legal residents of the City of Clearwater and appointed by the City Council. The Board of Trustees is solely responsible for the administration of the Trust Fund. Michael Kachurik has agreed to serve another four-year term as a Trustee. Mr. Kachurik is a legal resident of Clearwater, Florida. The Board of Trustees of the Clearwater Police Supplementary Pension Fund recommends his reappointment. Page 1 City of Clearwater Printed on 10/31/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1014 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Authorize the acceptance of the U.S. Department of Energy (DOE)’s Golden Field Office FY23 Congressionally Directed Spending award, Clearwater Solar Panel Project, for $949,500 and authorize the appropriate officials to execute same. (consent) SUMMARY: The city of Clearwater was awarded $949,500 from the U.S. Department of Energy’s (DOE) Golden Field Office in July 2023 under Award No. DE-EE0010780, entitled “Clearwater Solar Panel Project.” The award requires a non-federal cost share of $1,046,848 and will fund the design, purchase, and installation of solar panels at selected city-owned facilities. The facilities identified for this funding are City Hall, the Long Center, Countryside Library, and North Greenwood Recreation Center. Solar installations at City Hall are already incorporated into the Guaranteed Maximum Price (GMP) construction contracts. The Long Center’s Guaranteed Maximum Price (GMP) construction contract included a smaller array, however the larger option will now be installed to leverage grant funding which is able to be absorbed in the current Long Center project budget. Both of these facilities will be managed through their respective Construction Manager at Risk (CMAR) firm within their respective approved budgets. The proposed installation on the roof top of City Hall is projected to provide an initial annual electrical savings of $21,373 and a term savings of $610,657 over 30 years. The panels will be producing an estimated 194,300 kilowatt-hours of power annually which equates to 27.54% of the total power estimated to operate the facility. The total cost to install solar at this facility is $356,217, with a projected 7.8% Internal Rate of Return without the grant. The payback period with all incentives is 6 years, or 15 years without incentives. The installation on the roof top of the Long Center is projected to provide an initial annual electrical savings of $43,612 and a term savings of $2,479,577 over 30 years. The panels will be producing an estimated 437,838 kilowatt-hours of power annually which equates to 27.13% of the total power estimated to operate the facility. The total cost to install solar at this facility is $688,155, with a projected 6.7% Internal Rate of Return without the grant. The payback period with all incentives is 7 years, or 18 years without incentives. The solar installations for Countryside Library and North Greenwood Recreation Center will be Page 1 City of Clearwater Printed on 10/31/2025 File Number: ID#25-1014 completed under a separate CMAR contract with Bandes Construction and will be presented to Council approval as a companion item to this agenda item. Funding for solar installation is available in the City Hall and Long Center projects which is funded by revenues from the General Fund and Penny for Pinellas. Any remaining funding needed to complete the project will come from project C2106, Greenprint Implementation, which is a reinvestment of prior IRS Elective Pay Rebates. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: High Performing Government Objectives 1.5 Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. Environmental Stewardship 4.2, Adopt renewable resource usage and waste reduction practices to ensure a vibrant City for current and future generations. Page 2 City of Clearwater Printed on 10/31/2025 DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Special Terms and Conditions City of Clearwater (“recipient”), which is identified in Block 5 of the Assistance Agreement, and the United States Department of Energy (“DOE”), enter into this award, referenced above, to achieve the project objectives and the technical milestones and deliverables stated in the Attachments to this award. This award consists of the following documents, including all terms and conditions therein: Assistance Agreement Special Terms and Conditions Attachment 1 Statement of Project Objectives and Milestone Summary Table Attachment 2 Federal Assistance Reporting Checklist and Instructions Attachment 3 Budget Information SF-424A Attachment 4 Intellectual Property Provisions The following are incorporated into this award by reference: • DOE Assistance Regulations, 2 CFR Part 200 as adopted and supplemented by 2 CFR Part 910 (subject to any deviations issued pursuant to 2 CFR 910.133) at https://www.ecfr.gov/current/title-2. • National Policy Requirements (November 12, 2020) at https://www.nsf.gov/awards/managing/rtc.jsp. • The recipient’s application/proposal as approved by DOE. • Applicable program regulations at http://www.eCFR.gov. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 2 of 51 Table of Contents Table of Contents................................................................................................................................................... 2 Subpart A. General Provisions ............................................................................................................................ 4 Term 1. Legal Authority and Effect ....................................................................................................................... 4 Term 2. Flow Down Requirement......................................................................................................................... 4 Term 3. Pre-Award Information ........................................................................................................................... 4 Term 4. Compliance with Federal, State, and Municipal Law ............................................................................. 4 Term 5. Inconsistency with Federal Law .............................................................................................................. 4 Term 6. Federal Stewardship ................................................................................................................................ 4 Term 7. Whistleblower Protections...................................................................................................................... 5 Term 8. Termination ............................................................................................................................................. 5 Term 9. Federal Involvement ................................................................................................................................ 5 Term 10. Risk-Based Review of Project Participation ............................................................................................ 6 Term 11. Post-Award Due Diligence Reviews ........................................................................................................ 6 Term 12. NEPA Requirements ................................................................................................................................ 7 Term 13. Performance of Work in United States ................................................................................................... 7 Term 14. Notice Regarding the Purchase of American-Made Equipment and Products – Sense of Congress .... 8 Term 15. Reporting Requirements ......................................................................................................................... 8 Term 16. Lobbying ................................................................................................................................................... 8 Term 17. Publications ............................................................................................................................................. 9 Term 18. One Time No-Cost Extension ................................................................................................................... 9 Term 19. Property Standards ................................................................................................................................ 10 Term 20. Insurance Coverage ............................................................................................................................... 10 Term 21. Real Property ......................................................................................................................................... 10 Term 22. Equipment ............................................................................................................................................. 10 Term 23. Supplies .................................................................................................................................................. 11 Term 24. Continued Use of Real Property and Equipment .................................................................................. 11 Term 25. Property Trust Relationship .................................................................................................................. 12 Term 26. Record Retention ................................................................................................................................... 12 Term 27. Audits ..................................................................................................................................................... 12 Term 28. Site Visits and Recipient Administrative Organizational Reviews ....................................................... 13 Subpart B. Financial Provisions.......................................................................................................................... 13 Term 29. Maximum Obligation ............................................................................................................................. 13 Term 30. Cost Sharing ........................................................................................................................................... 13 Term 31. Refund Obligation.................................................................................................................................. 14 Term 32. Allowable Costs ..................................................................................................................................... 14 Term 33. Foreign Travel ........................................................................................................................................ 15 Term 34. Indirect Costs ......................................................................................................................................... 15 Term 35. Pre-Award Costs .................................................................................................................................... 16 Term 36. Use of Program Income ......................................................................................................................... 16 Term 37. Payment Procedures ............................................................................................................................. 17 Term 38. Budget Changes ..................................................................................................................................... 18 Subpart C. Miscellaneous Provisions ................................................................................................................ 19 Term 39. Environmental, Safety and Health Performance of Work at DOE Facilities ........................................ 19 Term 40. Insolvency, Bankruptcy or Receivership ............................................................................................... 19 Term 41. Reporting Subawards and Executive Compensation ............................................................................ 20 Term 42. System for Award Management and Universal Identifier Requirements ........................................... 23 Term 43. Nondisclosure and Confidentiality Agreements Assurances ............................................................... 24 Term 44. Subrecipient Change Notification ......................................................................................................... 24 DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 3 of 51 Term 45. Conference Spending ............................................................................................................................. 25 Term 46. Reporting of Matters Related to recipient Integrity and Performance ............................................... 26 Term 47. Export Control ........................................................................................................................................ 27 Term 48. Current and Pending Support................................................................................................................ 28 Term 49. Interim Conflict of Interest Policy for Financial Assistance .................................................................. 32 Term 50. Organizational Conflict of Interest ........................................................................................................ 33 Term 51. Prohibition on Certain Telecommunications and Video Surveillance Equipment or Services ............ 33 Term 52. Participants and Other Collaborating Organizations ............................................................................ 35 Term 53. Human Subjects Research ..................................................................................................................... 35 Term 54. Fraud, Waste and Abuse ....................................................................................................................... 36 Term 55. Trafficking in Persons ............................................................................................................................ 37 Term 56. Buy America Requirement for Infrastructure Projects ......................................................................... 39 Term 57. Prohibition related to Malign Foreign Talent Recruitment Programs ................................................. 45 Term 58. Potentially Duplicative Funding Notice ................................................................................................ 48 Term 59. Transparency of Foreign Connections................................................................................................... 48 Term 60. Foreign Collaboration Considerations .................................................................................................. 49 Term 61. Entity of Concern Prohibition ................................................................................................................ 50 Term 62. Required Risk Mitigation ....................................................................................................................... 50 Term 63. Impacted Indian Tribes .......................................................................................................................... 50 Term 64. Historic Preservation ............................................................................................................................. 51 Term 65. Implementation of Executive Order 13798, Promoting Free Speech and Religious Liberty ............... 51 Term 66. Implementation of Executive Order 14173, Ending Illegal Discrimination and Restoring Merit Based Opportunity ........................................................................................................................................... 51 DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 4 of 51 Subpart A. General Provisions Term 1. Legal Authority and Effect A DOE financial assistance award is valid only if it is in writing and is signed, either in writing or electronically, by a DOE Grants Officer. The recipient may accept or reject the award. A request to draw down DOE funds or acknowledgement of award documents by the recipient’s authorized representative through electronic systems used by DOE, specifically FedConnect, constitutes the recipient's acceptance of the terms and conditions of this award. Acknowledgement via FedConnect by the recipient’s authorized representative constitutes the recipient's electronic signature. Term 2. Flow Down Requirement The recipient agrees to apply the terms and conditions of this award, including the Intellectual Property Provisions, to all subrecipients (and contractors, as appropriate). See, 2 CFR 200.101(b)(2) through (b)(5), 2 CFR 200.327, and 2 CFR 200.332. Term 3. Pre-Award Information Prior to award, the recipient was required to provide certain information, disclosures, representations, and certifications. Certification of the information was required by the recipient’s authorized representative on behalf of the recipient, via the pre-award information sheet. If there are any changes to the provided information, disclosures, representations, and/or certifications throughout the life of the award, the recipient must notify the DOE Grants Officer, in writing, within fifteen (15) business days of the changes, unless a different notification period is specified in an applicable law or controlling term, in which case the specific period controls. Term 4. Compliance with Federal, State, and Municipal Law The recipient is required to comply with applicable federal, state, and local laws and regulations for all work performed under this award. The recipient is required to obtain all necessary federal, state, and local permits, authorizations, and approvals for all work performed under this award. Term 5. Inconsistency with Federal Law Any apparent inconsistency between federal statutes and regulations and the terms and conditions contained in this award must be referred to the DOE award Administrator for guidance. Term 6. Federal Stewardship DOE will exercise normal federal stewardship in overseeing the project activities performed under this award. Stewardship activities include, but are not limited to, conducting site visits; reviewing performance and financial reports; providing technical assistance and/or temporary intervention in unusual circumstances to address deficiencies that develop during the project; DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 5 of 51 assuring compliance with terms and conditions; and reviewing technical performance after project completion to ensure that the project objectives have been accomplished. Term 7. Whistleblower Protections As provided in 2 CFR 200.217, an employee of a recipient or subrecipient must not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. The recipient and subrecipient must inform their employees in writing of employee whistleblower rights and protections. Term 8. Termination This award may be terminated in part or in its entirety in accordance with 2 CFR 200.340. Term 9. Federal Involvement A. Review Meetings The recipient, including but not limited to the principal investigator (or, if applicable, co- principal investigators), is required to participate in periodic review meetings with DOE. Review meetings enable DOE to assess the work performed under this award and determine whether the recipient has timely achieved the technical objectives and milestones and deliverables stated in Attachment 1 to this award. DOE shall determine the frequency of review meetings and select the day, time, and location of each review meeting and shall do so in a reasonable and good faith manner. DOE will provide the recipient with reasonable notice of the review meetings. For each review meeting, the recipient is required to provide a comprehensive overview of the project, including: 1. The recipient’s technical progress compared to the technical objectives and Milestone Summary Table stated in Attachment 1 to this award. 2. The recipient’s actual expenditures compared to the approved budget in Attachment 3 to this award. 3. Other subject matter specified by the DOE Technology Manager/Federal Project Manager. B. Project Meetings The recipient is required to notify DOE in advance of scheduled tests and internal project meetings that would entail discussion of topics that could result in major changes to the baseline project technical scope/approach, cost, or schedule. Upon request by DOE, the recipient is required to provide DOE with reasonable access (by telephone, webinar, or DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 6 of 51 otherwise) to the tests and project meetings. The recipient is not expected to delay any work under this award for the purpose of government insight. C. Site Visits DOE's authorized representatives have the right to make site visits at reasonable times to review project accomplishments and management control systems and to provide technical assistance, if required. The recipient must provide, and must require subrecipients to provide, reasonable access to facilities, office space, resources, and assistance for the safety and convenience of the government representatives in the performance of their duties. All site visits and evaluations must be performed in a manner that does not unduly interfere with or delay the work. D. Technical Milestones and Deliverables Attachment 1 to this award establishes technical milestones and deliverables. If the recipient fails to achieve two or more technical milestones and deliverables, DOE may renegotiate the Statement of Project Objectives and/or Milestone Summary Table in Attachment 1 to this award. In the alternative, DOE may deem the recipient’s failure to achieve these technical milestones and deliverables to be material noncompliance with the terms and conditions of this award and take action to suspend or terminate the award. E. DOE Access The recipient must provide any information, documents, site access, or other assistance requested by DOE for the purpose of its federal stewardship or substantial involvement. Term 10. Risk-Based Review of Project Participation All project participants are subject to a DOE risk review. The risk review of covered individuals includes but is not limited to the review of resumes and disclosures, as required in the award. DOE reserves the right to ask for disclosures on project participants not defined as covered individuals. The recipient need not submit any additional information on non-covered individuals, unless requested by DOE. The volume and type of information collected may depend on various factors associated with the award.  Note this review is separate and distinct from DOE Order 142.3B “Unclassified Foreign National Access Program”. Term 11. Post-Award Due Diligence Reviews During the period of performance of the award, DOE may conduct ongoing due diligence reviews, through Government resources, to identify potential risks of undue foreign influence. In the event a risk is identified, DOE may require risk mitigation measures, including but not limited to, requiring an individual or entity not participate in the award. As part of the research, technology, and economic security risk review, DOE may contact the recipient project team members for additional information to inform the review. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 7 of 51 Term 12. NEPA Requirements DOE must comply with the National Environmental Policy Act (NEPA) prior to authorizing the use of federal funds. Based on all information provided by the recipient, DOE has made a NEPA determination by issuing a categorical exclusion (CX) for all activities listed in the Statement of Project Objectives (SOPO) approved by the Grants Officer and the DOE NEPA Determination. The recipient is thereby authorized to use federal funds for the defined project activities, except where such activity is subject to a restriction set forth elsewhere in this award. This authorization is specific to the project activities and locations as described in the SOPO approved by the Grants Officer and the DOE NEPA Determination. If the recipient later intends to add to or modify the activities or locations as described in the approved SOPO and the DOE NEPA Determination, those new activities/locations or modified activities/locations are subject to additional NEPA review and are not authorized for federal funding until the Grants Officer provides written authorization on those additions or modifications. Should the recipient elect to undertake activities or change locations prior to written authorization from the Grants Officer, the recipient does so at risk of not receiving federal funding for those activities, and such costs may not be recognized as allowable cost share. Term 13. Performance of Work in United States A. Requirement All work performed under this award must be performed in the United States unless the Grants Officer provides a waiver. This requirement does not apply to the purchase of supplies and equipment; however, the recipient should make every effort to purchase supplies and equipment within the United States. The recipient must flow down this requirement to its subrecipients. B. Failure to Comply If the recipient fails to comply with the requirements of this term, the Grants Officer may deny reimbursement for the work conducted outside the United States and such costs may not be recognized as allowable recipient cost share regardless of if the work is performed by the recipient, subrecipients, contractors or other project partners. C. Waiver for Work Outside the U.S. All work performed under this award must be performed in the United States. However, the Grants Officer may approve the recipient to perform a portion of the work outside the United States under limited circumstances. The recipient must obtain a waiver from the Grants Officer prior to conducting any work outside the United States. To request a waiver, the recipient must submit a written waiver request to the Grants Officer, which includes the information as required in the NOFO that the award was selected under. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 8 of 51 For the rationale, the recipient must demonstrate to the satisfaction of the Grants Officer that the performance of work outside the United States would further the purposes of the NOFO that the award was selected under and is in the economic interests of the United States. The Grants Officer may require additional information before considering such request. Term 14. Notice Regarding the Purchase of American-Made Equipment and Products – Sense of Congress It is the sense of the Congress that, to the greatest extent practicable, all equipment and products purchased with funds made available under this award should be American-made. Term 15. Reporting Requirements A. Requirements The reporting requirements for this award are identified on the Federal Assistance Reporting Checklist, attached to this award. Failure to comply with these reporting requirements is considered a material noncompliance with the terms of the award. Noncompliance may result in withholding of future payments, suspension, or termination of the current award, and withholding of future awards. A willful failure to perform, a history of failure to perform, or unsatisfactory performance of this and/or other financial assistance awards, may also result in a debarment action to preclude future awards by federal agencies. B. Dissemination of Scientific and Technical Information Scientific and Technical Information (STI) generated under this award will be submitted to DOE via the Office of Scientific and Technical Information’s Energy Link (E-Link) system. STI submitted under this award will be disseminated via DOE’s OSTI.gov website subject to approved access limitations. Citations for journal articles produced under the award will appear on the DOE PAGES website. C. Restrictions Scientific and Technical Information submitted to E-Link must not contain any Protected Personal Identifiable Information (PII), limited rights data (proprietary data), classified information, information subject to export control classification, or other information not subject to release. Term 16. Lobbying By accepting funds under this award, the recipient agrees that none of the funds obligated on the award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. § 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 9 of 51 Term 17. Publications The recipient is required to include the following acknowledgement in publications arising out of, or relating to, work performed under this award, whether copyrighted or not: • Acknowledgment: “This material is based upon work supported by the U.S. Department of Energy’s Office of Energy Efficiency and Renewable Energy (EERE) under the Solar Energy Technology Office (SETO) and City of Clearwater award Number DE-EE0010780.” • Full Legal Disclaimer: “This report was prepared as an account of work sponsored by an agency of the United States Government. Neither the United States Government nor any agency thereof, nor any of their employees, makes any warranty, express or implied, or assumes any legal liability or responsibility for the accuracy, completeness, or usefulness of any information, apparatus, product, or process disclosed, or represents that its use would not infringe privately owned rights. Reference herein to any specific commercial product, process, or service by trade name, trademark, manufacturer, or otherwise does not necessarily constitute or imply its endorsement, recommendation, or favoring by the United States Government or any agency thereof. The views and opinions of authors expressed herein do not necessarily state or reflect those of the United States Government or any agency thereof.” Abridged Legal Disclaimer: “The views expressed herein do not necessarily represent the views of the U.S. Department of Energy or the United States Government.” The recipient should make every effort to include the full Legal Disclaimer. However, in the event that recipients are constrained by formatting and/or page limitations set by the publisher, the abridged Legal Disclaimer is an acceptable alternative. The award may be subject to a Data Management Plan as part of the Intellectual Property clause set that explains how data generated in the course of the work performed under this award will be shared or preserved or, when justified, explains why data sharing or preservation is not possible or scientifically appropriate. Term 18. One Time No-Cost Extension As provided in 2 CFR 200.308(g)(2), the recipient must provide the Grants Officer with written notice in advance if it intends to utilize a one-time, no-cost extension of this award. The notification must include the supporting justification and a revised period of performance. The recipient must submit this notification in writing to the Grants Officer and DOE Technology Manager/Federal Project Manager at least 10 days before the end of the current budget period. This paragraph does not preclude the federal agency from approving further no-cost extensions to the federal award. Any no-cost extension will not alter the project scope, deliverables, budget, or milestones (if applicable) of this award. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 10 of 51 Term 19. Property Standards The complete text of the Property Standards can be found at 2 CFR 200.310 through 200.316. Also see 2 CFR 910.360 for additional requirements for real property and equipment for for- profit recipients Term 20. Insurance Coverage See 2 CFR 200.310 for insurance requirements for real property and equipment acquired or improved with federal funds. Also see 2 CFR 910.360(d) for additional requirements for real property and equipment for for-profit recipients Term 21. Real Property Subject to the conditions set forth in 2 CFR 200.311, title to real property acquired or improved under the federal award will conditionally vest upon acquisition in the recipient or subrecipient. The recipient or subrecipient cannot encumber its title or other interests and must follow the requirements of 2 CFR 200.311 before disposing of the property. Except as otherwise provided by federal statutes or the federal agency, real property must be used for the originally authorized purpose as long as it is needed for that purpose. When real property is no longer needed for the originally authorized purpose, the recipient or subrecipient must obtain disposition instructions from DOE or pass-through entity. See 2 CFR 200.311 for additional requirements pertaining to real property acquired or improved under a federal award. Also see 2 CFR 910.360 for additional requirements for real property for for-profit recipients. Term 22. Equipment Subject to the conditions provided in 2 CFR 200.313, and 2 CFR 910.360 (as applicable), title to equipment (property) acquired under the federal award will conditionally vest upon acquisition with the recipient or subrecipient. The recipient or subrecipient must not encumber this property or permit encumbrance without prior written approval of the Grants Officer and must follow the requirements of 2 CFR 200.313 before disposing of the property. A state must use equipment acquired under a federal award by the state in accordance with state laws and procedures. Indian Tribes must use, manage, and dispose of equipment acquired under a federal award in accordance with tribal laws and procedures. If such laws and procedures do not exist, Indian Tribes must follow the guidance in 2 CFR 200.313. The recipient or subrecipient must use equipment for the project or program for which it was acquired and for as long as needed, whether or not the project or program continues to be supported by the federal award. When no longer needed for the originally original project or program, the equipment may be used by programs supported by DOE in the priority order specified in 2 CFR 200.313(c)(1)(i) and (ii). DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 11 of 51 Equipment with a current per unit fair market value of $10,000 or less (per unit) may be retained, sold, or otherwise disposed of with no further responsibility to the federal awarding agency or pass-through entity, as specified in 2 CFR 200.313(e)(1) and 2 CFR 910.360 (as applicable). Management requirements, including inventory and control systems, for equipment are provided in 2 CFR 200.313(d). When equipment acquired under a federal award is no longer needed, the recipient or subrecipient must obtain disposition instructions from DOE or pass-through entity. However, pursuant to the FY23 Consolidation Appropriations Act (Pub. L. No. 117-328), Division D, Title III, Section 309, the Secretary, or a designee of the Secretary may, at their discretion, vest unconditional title or other property interests acquired under this project regardless of the fair market value of the property at the end of the award period of performance. Subject to vesting of any property pursuant to Section 309 of the FY23 Consolidated Appropriations Act (Pub. L. No. 117-328), Division D, Title III, disposition will be made as follows: (a) items of equipment with a current fair market value of $10,000 or less (per unit) may be retained, sold, or otherwise disposed of with no further obligation to the federal agency or pass-through entity; (b) the recipient or subrecipient may retain title or sell the equipment after compensating the federal agency as described in 2 CFR 200.313(e)(2); or (c) transfer title to the federal agency or to an eligible third Party as specified in 2 CFR 200.313(e)(3). See 2 CFR 200.313 for additional requirements pertaining to equipment acquired under a federal award. Also see 2 CFR 910.360 for additional requirements for for-profit recipients. See also 2 CFR 200.439 Equipment and other capital expenditures. Term 23. Supplies See 2 CFR 200.314 for requirements pertaining to supplies acquired under a federal award. See also 2 CFR 200.453 Materials and supplies costs, including costs of computing devices. Term 24. Continued Use of Real Property and Equipment Real property and equipment purchased with project funds (federal share and recipient cost share) under this award are subject to the requirements at 2 CFR 200.311, 200.313, and 200.316 (recipient or subrecipient, except for-profit entities) and 2 CFR 910.360 (for-profit entities). The recipient may continue to use the real property and equipment after the conclusion of the award period of performance so long as the recipient and/or subrecipient: 1. continues to use the property for the authorized project purposes; 2. complies with the applicable reporting requirements and regulatory property standards; 3. as applicable to for-profit entities, UCC filing statements are maintained; and 4. submits a written Request for Continued Use for DOE authorization, which is approved by the DOE Grants Officer. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 12 of 51 The recipient must request authorization from the Grants Officer to continue to use the property for the authorized project purposes beyond the award period of performance (“Request for Continued Use”). The recipient’s written Request for Continued Use must identify the property and include: a summary of how the property will be used (must align with the authorized project purposes); a proposed use period (e.g., perpetuity, until fully depreciated, or a calendar date where the recipient expects to submit disposition instructions); acknowledgement that the recipient shall not sell or encumber the property or permit any encumbrance without prior written DOE approval; current fair market value of the property; and an Estimated Useful Life or depreciation schedule for equipment. When the property is no longer needed for authorized project purposes, the recipient must request disposition instructions from DOE. For-profit entity disposition requirements are set forth at 2 CFR 910.360. Property disposition requirements for other entities are set forth in 2 CFR 200.310 – 200.316. Term 25. Property Trust Relationship Real property, equipment, and intangible property acquired or improved with the federal award must be held in trust by the recipient or subrecipient as trustee for the beneficiaries of the project or program under which the property was acquired or improved. See 2 CFR 200.316 for additional requirements pertaining to real property, equipment, and intangible property acquired or improved under a federal award. Term 26. Record Retention Consistent with 2 CFR 200.334 through 200.338, the recipient and subrecipient must retain all federal award records. Term 27. Audits A. Government-Initiated Audits The recipient must provide any information, documents, site access, or other assistance requested by DOE or federal auditing agencies (e.g., DOE Inspector General, Government Accountability Office) for the purpose of audits and investigations. Such assistance may include, but is not limited to, reasonable access to the recipient’s records relating to this award. Consistent with 2 CFR part 200 as adopted and supplemented by 2 CFR part 910, DOE may audit or review the recipient’s financial records or administrative records relating to this award at any time. Audits or reviews may be performed to determine if the recipient has an adequate financial management system to estimate, bill, and record federal government expenditures in accordance with the criteria in 2 CFR 200.302, Generally Accepted Accounting Principles (GAAP), Generally Accepted Government Accounting Standards (GAGAS), and Standard Form 1408. Government-initiated audits are generally paid for by DOE. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 13 of 51 DOE may conduct a final audit at the end of the period of performance (or the termination of the award, if applicable). Upon completion of the audit, the recipient is required to refund to DOE any payments for costs that were determined to be unallowable. If the audit has not been performed or completed prior to the closeout of the award, DOE retains the right to recover an appropriate amount after fully considering the recommendations on disallowed costs resulting from the final audit. DOE will provide reasonable advance notice of audits and will minimize interference with ongoing work, to the maximum extent practicable. B. Annual Independent Audits (Single Audit or Compliance Audit) The recipient must comply with the annual independent audit requirements in 2 CFR 200.500 through .521. In the alternative, a for-profit recipient that expends $1,000,000 or more in federal awards during that entity’s fiscal year may have a compliance audit conducted for that year in accordance with 2 CFR 910.500 through 910.521. The annual independent audits are separate from Government-initiated audits discussed in part A. of this Term and must be paid for by the recipient. To minimize expense, the recipient may have a Compliance audit in conjunction with its annual audit of financial statements. The financial statement audit is not a substitute for the Compliance audit. If the audit (Single audit or Compliance audit, depending on recipient entity type) has not been performed or completed prior to the closeout of the award, DOE may impose one or more of the actions outlined in 2 CFR 200.339, Remedies for Noncompliance. Term 28. Site Visits and Recipient Administrative Organizational Reviews DOE’s authorized representatives have the right to make site visits and conduct recipient Administrative Organizational Reviews to review the project and management control systems and to provide technical assistance, as appropriate. The recipient must provide, and must require its subrecipients and contractors to provide, reasonable access to facilities, office space, resources, and assistance for the safety and convenience of the government representatives in the performance of their duties. DOE will make reasonable efforts to ensure these site visits do not interfere with or unduly delay project work. Subpart B. Financial Provisions Term 29. Maximum Obligation The maximum obligation of DOE for this award is the total “Funds Obligated” stated in Block 13 of the Assistance Agreement to this award. Term 30. Cost Sharing A. Cost Sharing Obligations The recipient must provide the “Cost Share” amount stated in Block 12 of the Assistance DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 14 of 51 Agreement to this award. DOE and the recipient’s cost share for the total estimated project costs are listed below. Table 1 $%$% $949,500 47.6%$1,046,848 52.4%$1,996,348 DOE Cost Share Recipient Cost Share Total Estimated Costs B. Cost Share Obligation If Award Terminated or Discontinued If the award is terminated or is otherwise not funded to completion, the recipient is not required to provide the entire “Cost Share” amount stated in Block 12 of the Assistance Agreement to this award; however, the recipient must provide its share (i.e., percentage as shown in Table 1 above) of the total project cost reimbursed as of the date of the termination or discontinuation. C. Source of Cost Share The recipient may not use federal funds to meet its cost sharing obligations, unless otherwise allowed by federal law. D. Inability to Comply with Cost Sharing Obligations If the recipient determines that it is unable to meet its cost sharing obligations, the recipient must notify the DOE Award Administrator in writing immediately. The notification must include the following information: (1) whether the recipient intends to continue or phase out the project, and (2) if the recipient intends to continue the project, how the recipient will pay (or secure replacement funding for) the recipient’s share of the total project cost. If the recipient fails to meet its cost sharing obligations, DOE may recover some or all of the financial assistance provided under this award. The amount DOE would seek to recover under this Term would be predicated on DOE’s analysis of the recipient’s compliance with their cost sharing obligation under the award. Term 31. Refund Obligation The recipient must refund any excess payments received from DOE, including any costs determined unallowable by the Grants Officer. At the end of the period of performance (or the termination of the award, if applicable), the recipient must refund to DOE the difference between (1) the total payments received from DOE, and (2) the federal share of the costs incurred. Refund obligations under this Term do not supersede the annual reconciliation or true up process if specified under the Indirect Cost Term. Term 32. Allowable Costs DOE determines the allowability of costs in accordance with 2 CFR Part 200 as adopted and supplemented by 2 CFR Part 910. All project costs must be allowable, allocable, and reasonable. The recipient must document and maintain records of all project costs, including, but not limited to, the costs paid by federal funds, costs claimed by its subrecipients and project costs that the recipient claims as cost sharing, including in-kind contributions. The recipient is DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 15 of 51 responsible for maintaining records adequate to demonstrate that costs claimed have been incurred, are reasonable, allowable, and allocable, and comply with the appropriate cost principles. Upon request, the recipient is required to provide such records to DOE. Such records are subject to audit. Failure to provide DOE adequate supporting documentation may result in a determination by the Grants Officer that those costs are unallowable. Term 33. Foreign Travel The recipient is required to obtain the prior written approval of the Grants Officer for any foreign travel costs. • To initiate a foreign travel request, submit a foreign work waiver. See Performance of Work in the United States (Foreign Work Waiver) above for details. • Foreign travel that typically isn’t subject to foreign work waivers (e.g., foreign travel to conferences, scholarly workshops, or symposia) still requires a foreign work waiver if the travel is to a foreign country of risk (China, Russia, North Korea, Iran). All international travel must comply with the International Air Transportation Fair Competitive Practices Act of 1974 (49 USC 40118), commonly referred to as the “Fly America Act,” and implementing regulations at 41 CFR 301-10.131 through 301-10.143. The law and regulations require air transport of people or property to, from, between, or within a country other than the United States, the cost of which is supported under this award, to be performed by or under a cost-sharing arrangement with a U.S. flag carrier, if service is available. Term 34. Indirect Costs A. Indirect Cost Allocation: The budget for this award does not include an allocation of segregated indirect billing rates. Therefore, indirect charges shall not be charged under allocated billing rates, nor shall reimbursement be requested for this project for segregated indirect cost billing rates, nor shall any indirect charges for this project be allocated to any other federal-federally sponsored project. The recipient cannot claim indirect costs separately as cost share. The personnel labor rates have been fully burdened to include associated fringe and/or overhead costs which have been broken out in the approved budget as a percentage of the labor rates. B. Fringe Cost Allocation: The budget for this award does not include an allocation of segregated fringe billing rates. Fringe benefit costs have been found reasonable as incorporated in the recipient’s burdened labor rate or under an allocated indirect cost billing rate. Therefore, fringe benefit costs shall not be charged as a separate rate allocation to this award. DOE will not reimburse fringe benefit costs as a separate budget item. Fringe benefit costs for this award cannot be allocated as a separate rate allocation to any other federally-sponsored project. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 16 of 51 C. Subrecipient Indirect Costs (If Applicable): The recipient must ensure its subrecipient’s indirect costs are appropriately managed, have been found to be allowable, and comply with the requirements of this award and 2 CFR Part 200 as adopted and supplemented by 2 CFR Part 910. D. Indirect Cost Stipulations: 1. Modification to Indirect Cost Billing Rates DOE will not modify this award solely to provide additional funds to cover increases in the recipient’s indirect cost billing rate(s). Adjustments to the indirect cost billing rates must be approved by the recipient’s Cognizant Agency or Cognizant Federal Agency Official. The recipient must provide a copy of an updated NICRA or indirect rate proposal to the DOE Award Administrator to increase indirect cost billing rates. If the Grants Officer provides prior written approval, the recipient may incur an increase in the indirect cost billing rates. Reimbursement will be limited by the budgeted dollar amount for indirect costs for each budget period as shown in Attachment 3 to this award. 2. Award Closeout The closeout of the DOE award does not affect (1) the right of the DOE to disallow costs and recover funds on the basis of a later audit or other review; (2) the requirement for the recipient to return any funds due as a result of later refunds, corrections or other transactions including final indirect cost billing rate adjustments; and (3) the ability of the DOE to make financial adjustments to a previously closed award resolving indirect cost payments and making final payments. Term 35. Pre-Award Costs As stated in the Grants Officer’s Pre-Award Costs Letter dated September 8, 2025, the recipient is authorized to request reimbursement for costs incurred on or after December 29, 2022, if (1) such costs are allowable in accordance with 2 CFR Part 200 as adopted and supplemented by 2 CFR Part 910, (2) such costs are not otherwise restricted by Term titled “National Environmental Policy Act (NEPA) Requirements,” and (3) such costs are not otherwise restricted by any other Term. If the recipient elects to undertake activities that are not authorized for federal funding by the Grants Officer in advance of DOE completing the NEPA review, the recipient is doing so at risk of not receiving federal funding and such costs may not be recognized as allowable cost share. Nothing contained in the pre-award cost reimbursement regulations or any pre-award costs approval letter from the Grants Officer override these NEPA requirements to obtain the written authorization from the Grants Officer prior to taking any action that may have an adverse effect on the environment or limit the choice of reasonable alternatives. Term 36. Use of Program Income If the recipient earns program income during the period of performance as a result of this award, the recipient must use the program income to meet its cost sharing requirement (see 2 DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 17 of 51 CFR 200.307 (b)(3)). Term 37. Payment Procedures A. Method of Payment Payment will be made by reimbursement through the Department of Treasury’s ASAP system. B. Requesting Reimbursement Requests for reimbursements must be made through the ASAP system. C. Adjusting Payment Requests for Available Cash The recipient must disburse any funds that are available from repayments to, and interest earned on a revolving fund, program income, rebates, refunds, contract settlements, audit recoveries, credits, discounts, and interest earned on any of those funds before requesting additional cash payments from DOE. D. Payments All payments are made by electronic funds transfer to the bank account identified on the Bank Information Form that the recipient filed with the U.S. Department of Treasury. E. Unauthorized Drawdown of Federal Funds For each budget period, the recipient may not spend more than the federal share authorized to that particular budget period, without specific written approval from the Grants Officer. The recipient must immediately refund DOE any amounts spent or drawn down in excess of the authorized amount for a budget period. The recipient and subrecipients shall promptly, but at least quarterly, remit to DOE interest earned on advances drawn in excess of disbursement needs and shall comply with the procedure for remitting interest earned to the federal government per 2 CFR 200.305, as applicable. F. Supporting Documents for Agency Approval of Payments DOE may require Agency pre-approval of payments. If the Agency approval requirement is in effect for the recipient’s award, the ASAP system will indicate that Agency approval is required when the recipient submits a request for payment. The recipient must notify the DOE Federal Project Manager and DOE Award Administrator identified on the Assistance Agreement that a payment request has been submitted. The following items are required to be submitted to the DOE Federal Project Manager and DOE Award Administrator identified on the Assistance Agreement: 1. Summary cost data, for the billing period and cumulative cost data, showing all categories listed in the SF-424A and identifying federal, non-federal, and total amounts. 2. SF-270. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 18 of 51 3. Applicable to for-profit recipients and subrecipients: UCC filing proof for all equipment acquired with project funds (i.e., federal share or recipient share) and equipment offered as cost share. 4. Invoices or summary cost data showing all categories listed in the SF-424A for subrecipients with over $250,000 total project costs or >25% of total project costs. 5. Invoices for Contractors with over $250,000 total project costs. 6. Invoices/receipts for Equipment over $50,000. 7. Explanation of cost share for invoicing period, including cost category and rationale if cost share exceeds or is below award requirement. 8. If there are unauthorized phases and/or tasks for the current budget period in the NEPA Requirements term in these Special Terms and Conditions, a statement affirming that no invoiced costs are related to tasks or activities prohibited by the NEPA Requirements term. 9. Recipient must submit Buy America Certifications of Compliance with invoices for payment. The DOE payment authorizing official may request additional information from the recipient to support the payment requests prior to release of funds, as deemed necessary. The recipient is required to comply with these requests. Supporting documents include invoices, copies of contracts, contractor quotes, and other expenditure explanations that justify the payment requests. Term 38. Budget Changes A. Budget Changes Generally The Grants Officer has reviewed and approved the SF-424A in Attachment 3 to this award. Any increase in the total project cost, whether DOE share or Cost Share, which is stated as “Total” in Block 12 to the Assistance Agreement of this award, must be approved in advance and in writing by the Grants Officer. Any change that alters the project scope, milestones or deliverables requires prior written approval of the Grants Officer. DOE may deny reimbursement for any failure to comply with the requirements in this term. B. Transfers of Funds Among Direct Cost Categories The recipient is required to obtain the prior written approval of the Grants Officer for any transfer of funds among direct cost categories where the cumulative amount of such transfers exceeds or is expected to exceed 10 percent of the total project cost, which is stated as “Total” in Block 12 to the Assistance Agreement of this award. The recipient is required to notify the DOE Technology Manager/Federal Project Manager of any transfer of funds among direct cost categories where the cumulative amount of such transfers is equal to or below 10 percent of the total project cost, which is stated as “Total” in Block 12 to the Assistance Agreement of this award. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 19 of 51 C. Transfer of Funds Between Direct and Indirect Cost Categories The recipient is required to obtain the prior written approval of the Grants Officer for any transfer of funds between direct and indirect cost categories. If the recipient’s actual allowable indirect costs are less than those budgeted in Attachment 3 to this award, the recipient may use the difference to pay additional allowable direct costs during the period of performance so long as the total difference is less than 10% of total project costs and the difference is reflected in actual requests for reimbursement to DOE. Subpart C. Miscellaneous Provisions Term 39. Environmental, Safety and Health Performance of Work at DOE Facilities With respect to the performance of any portion of the work under this award which is performed at a DOE-owned or controlled site, the recipient agrees to comply with all State and Federal Environmental, Safety and Health (ES&H) regulations and with all other ES&H requirements of the operator of such site. Prior to the performance on any work at a DOE-owned or controlled site, the recipient shall contact the site facility manager for information on DOE and site-specific ES&H requirements. The recipient is required to apply this provision to its subrecipients and contractors. Term 40. Insolvency, Bankruptcy or Receivership The recipient shall immediately, but no later than five days, notify DOE of the occurrence of any of the following events: (1) the recipient or the recipient’s parent’s filing of a voluntary case seeking liquidation or reorganization under the Bankruptcy Act; (2) the recipient’s consent to the institution of an involuntary case under the Bankruptcy Act against the recipient or the recipient’s parent; (3) the filing of any similar proceeding for or against the recipient or the recipient’s parent, or the recipient’s consent to the dissolution, winding-up or readjustment of its debts, appointment of a receiver, conservator, trustee, or other officer with similar powers over the recipient, under any other applicable state or federal law; or (4) the recipient’s insolvency due to its inability to pay debts generally as they become due. Such notification shall be in writing and shall: (1) specifically set out the details of the occurrence of an event referenced in paragraph A; (2) provide the facts surrounding that event; and (3) provide the impact such event will have on the project being funded by this award. Upon the occurrence of any of the four events described in paragraph A. of this term, DOE reserves the right to conduct a review of the recipient’s award to determine the recipient’s compliance with the required elements of the award (including such items as cost share, progress towards technical project objectives, and submission of required reports). If the DOE review determines that there are significant deficiencies or concerns with the recipient’s performance under the award, DOE reserves the right to impose additional requirements, as needed, including (1) change of payment method; or (2) institute payment controls. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 20 of 51 Failure of the recipient to comply with this term may be considered a material noncompliance of this award by the Grants Officer. Term 41. Reporting Subawards and Executive Compensation A. Reporting of first-tier subawards 1. Applicability. Unless the recipient is exempt as provided in paragraph D. of this award term, the recipient must report each subaward that equals or exceeds $30,000 in federal funds for a subaward to an entity or federal agency. The recipient must also report a subaward if a modification increases the federal funding to an amount that equals or exceeds $30,000. All reported subawards should reflect the total amount of the subaward. 2. Reporting Requirements. i. The recipient must report each subaward described in paragraph A.1. of this award term to the Federal Funding Accountability and Transparency Act Subaward Reporting System (FSRS) within SAM.gov at https://sam.gov/fsrs. ii. For subaward information, report no later than the end of the month following the month in which the subaward was issued. (For example, if the subaward was made on November 7, 2025, the subaward must be reported no later than December 31, 2025.) B. Reporting Total Compensation of recipient Executives for Entities 1. Applicability. The recipient must report the total compensation for each of the recipient’s five most highly compensated executives for the preceding completed fiscal year if: i. The total federal funding authorized to date under this award equals or exceeds $30,000; ii. In the preceding fiscal year, the recipient received; a. 80 percent or more of the recipient’s annual gross revenues from federal procurement contracts (and subcontracts) and federal awards (and subawards) subject to the Transparency Act; and b. $25,000,000 or more in annual gross revenues from federal procurement contracts (and subcontracts) and federal awards (and subawards) subject to the Transparency Act; and iii. The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986 after receiving this subaward. (To determine if the public has access to the compensation information, see the U.S. Security and DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 21 of 51 Exchange Commission total compensation filings at https://www.sec.gov/answers/execomp.htm). 2. Reporting Requirements. The recipient must report executive total compensation described in paragraph B.1. of this award term: i. As part of the recipient’s registration profile at https://www.sam.gov. ii. No later than the month following the month in which this federal award is made, and annually after that. (For example, if this federal award was made on November 7, 2025, the executive total compensation must be reported by no later than December 31, 2025.) C. Reporting of Total Compensation of Subrecipient Executives 1. Applicability. Unless a first-tier subrecipient is exempt as provided in paragraph D. of this award term, the recipient must report the executive total compensation of each of the subrecipient's five most highly compensated executives for the subrecipient's preceding completed fiscal year if: i. The total federal funding authorized to date under the subaward equals or exceeds $30,000; ii. In the subrecipient’s preceding fiscal year, the subrecipient received: a. 80 percent or more of its annual gross revenues from federal procurement contracts (and subcontracts) and federal awards (and subawards) subject to the Transparency Act; and b. $25,000,000 or more in annual gross revenues from federal procurement contracts (and subcontracts), and federal awards (and subawards) subject to the Transparency Act; and iii. The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986 after receiving this subaward. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at https://www.sec.gov/answers/execomp.htm). 2. Reporting Requirements. Subrecipients must report to the recipient their executive total compensation described in paragraph C.1. of this award term. The recipient is required to submit this information to the Federal Funding Accountability and Transparency Act Subaward Reporting System DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 22 of 51 (FSRS) within SAM.gov at https://sam.gov/fsrs no later than the end of the month following the month in which the subaward was made. (For example, if the subaward was made on November 7, 2025, the subaward must be reported by no later than December 31, 2025). D. Exemptions A recipient with gross income under $300,000 in the previous tax year is exempt from the requirements to report: 1. Subawards; and 2. The total compensation of the five most highly compensated executives of any subrecipient. E. Definitions For purposes of this award term: 1. Entity includes: i. Whether for profit or non-profit: a. A corporation; b. An association; c. A partnership; d. A limited liability company; e. A limited liability partnership; f. A sole proprietorship g. Any other legal business entity; h. Another grantee or contractor that is not excluded by subparagraph 2; and i. Any State or locality. ii. Does not include: a. An individual recipient of federal financial assistance; or b. A federal employee. 2. Executive means an officer, managing partner, or any other employee holding a management position. 3. Subaward has the meaning given in 2 CFR 200.1. 4. Subrecipient has the meaning given in 2 CFR 200.1. 5. Total compensation means the cash and noncash dollar value an executive earns during an entity's preceding fiscal year. This includes all items of compensation as prescribed in 17 CFR 229.402(c)(2). DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 23 of 51 Term 42. System for Award Management and Universal Identifier Requirements A. Requirement for System for Award Management (SAM.gov) Unless exempt from this requirement under 2 CFR 25.110, the recipient must maintain a current and active registration in SAM.gov. The recipient’s registration must always be current and active until the recipient submits all final reports required under this federal award or receives the final payment, whichever is later. The recipient must review and update its information in SAM.gov at least annually from the date of its initial registration or any subsequent updates to ensure it is current, accurate, and complete. If applicable, this includes identifying the recipient’s immediate and highest-level owner and subsidiaries and providing information about the recipient’s predecessors that have received a federal award or contract within the last three years. B. Requirements for Unique Entity Identifier (UEI) If the recipient is authorized to make subawards under this award, the recipient: 1. Must notify potential subrecipients that no entity may receive a subaward until the entity has provided its UEI to the recipient. 2. May not make a subaward to an entity unless the entity has provided its UEI number to the recipient. Subrecipients are not required to complete full registration in SAM.gov to obtain a UEI. C. Definitions For purposes of this award term: 1. System for Award Management (SAM.gov) means the federal repository into which a recipient must provide the information required for the conduct of business as a recipient. Additional information about registration procedures may be found in SAM.gov (currently at https://www.sam.gov). 2. Unique Entity Identifier (UEI) means the universal identifier assigned by SAM.gov to uniquely identify an entity. 3. Entity is defined at 2 CFR Part 25.400 and includes all of the following types as define in 2 CFR 200.1: iii. Non-federal entity; iv. Foreign organization; v. Foreign public entity; vi. Domestic for-profit organization; and vii. Federal agency. 4. Subaward has the meaning given in 2 CFR 200.1. 5. Subrecipient has the meaning given in 2 CFR 200.1. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 24 of 51 Term 43. Nondisclosure and Confidentiality Agreements Assurances A. By entering into this agreement, the recipient attests that it does not and will not require its employees or contractors to sign internal nondisclosure or confidentiality agreements or statements prohibiting or otherwise restricting its employees or contractors from lawfully reporting waste, fraud, or abuse to a designated investigative or law enforcement representative of a federal department or agency authorized to receive such information. B. The recipient further attests that it does not and will not use any federal funds to implement or enforce any nondisclosure and/or confidentiality policy, form, or agreement it uses unless it contains the following provisions: 1. ‘‘These provisions are consistent with and do not supersede, conflict with, or otherwise alter the employee obligations, rights, or liabilities created by existing statute or Executive order relating to (1) classified information, (2) communications to Congress, (3) the reporting to an Inspector General of a violation of any law, rule, or regulation, or mismanagement, a gross waste of funds, an abuse of authority, or a substantial and specific danger to public health or safety, or (4) any other whistleblower protection. The definitions, requirements, obligations, rights, sanctions, and liabilities created by controlling Executive orders and statutory provisions are incorporated into this agreement and are controlling.’’ 2. The limitation above shall not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a federal department or agency governing the nondisclosure of classified information. 3. Notwithstanding provision listed in paragraph (a), a nondisclosure or confidentiality policy form or agreement that is to be executed by a person connected with the conduct of an intelligence or intelligence-related activity, other than an employee or officer of the United States Government, may contain provisions appropriate to the particular activity for which such document is to be used. Such form or agreement shall, at a minimum, require that the person will not disclose any classified information received in the course of such activity unless specifically authorized to do so by the United States Government. Such nondisclosure or confidentiality forms shall also make it clear that they do not bar disclosures to Congress, or to an authorized official of an executive agency or the Department of Justice, that are essential to reporting a substantial violation of law. Term 44. Subrecipient Change Notification Except for subrecipients specifically proposed as part of the recipient’s Application for award, the recipient must notify the Grants Officer and Federal Project Manager in writing 30 days prior to the execution of new or modified subrecipient agreements, including naming any To Be Determined subrecipients. This notification does not constitute a waiver of the prior approval requirements outlined in 2 CFR Part 200 as adopted and supplemented by 2 CFR Part 910, nor does it relieve the recipient from its obligation to comply with applicable federal statutes, regulations, and executive orders. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 25 of 51 In order to satisfy this notification requirement, the recipient documentation must, at a minimum, include the following: 1. A description of the research to be performed, the service to be provided, or the equipment to be purchased; 2. Cost share commitment letter if the subrecipient is providing cost share to the award; 3. An assurance that the process undertaken by the recipient to solicit the subrecipient complies with their written procurement procedures as outlined in 2 CFR 200.317 through 200.327; 4. An assurance that no planned, actual or apparent conflict of interest exists between the recipient and the selected subrecipient and that the recipient’s written standards of conduct were followed;1 5. A completed Environmental Questionnaire, if applicable; 6. A completed Transparency of Foreign Connections disclosure, if applicable, which includes the information as required in the NOFO that the award was selected under; 7. An assurance that the subrecipient is not a debarred or suspended entity; 8. An assurance that all required award provisions will be flowed down in the resulting subrecipient agreement. The recipient is responsible for making a final determination to award or modify subrecipient agreements under this agreement, but the recipient may not proceed with the subrecipient agreement until the Grants Officer determines, and provides the recipient written notification, that the information provided is adequate. Should the recipient not receive a written notification of adequacy from the Grants Officer within 30 days of the submission of the subrecipient documentation stipulated above, the recipient may proceed to award or modify the proposed subrecipient agreement. Term 45. Conference Spending The recipient shall not expend any funds on a conference not directly and programmatically related to the purpose for which the grant or cooperative agreement was awarded that would defray the cost to the United States Government of a conference held by any Executive branch department, agency, board, commission, or office for which the cost to the United States Government would otherwise exceed $20,000, thereby circumventing the required notification by the head of any such Executive Branch department, agency, board, commission, or office to the Inspector General (or senior ethics official for any entity without an Inspector General), of 1 It is DOE’s position that the existence of a “covered relationship” as defined in 5 CFR 2635.502(a)&(b) between a member of the recipient’s owners or senior management and a member of a subrecipient’s owners or senior management creates at a minimum an apparent conflict of interest that would require the recipient to notify the Grants Officer and provide detailed information and justification (including, for example, mitigation measures) as to why the subrecipient agreement does not create an actual conflict of interest. The recipient must also notify the Grants Officer of any new subrecipient agreement with: (1) an entity that is owned or otherwise controlled by the recipient; or (2) an entity that is owned or otherwise controlled by another entity that also owns or otherwise controls the recipient, as it is DOE’s position that these situations also create at a minimum an apparent conflict of interest. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 26 of 51 the date, location, and number of employees attending such conference. Term 46. Reporting of Matters Related to recipient Integrity and Performance A. General Reporting Requirement If the total value of your active grants, cooperative agreements, and procurement contracts from all federal agencies exceeds $10,000,000 for any period of time during the period of performance of this federal award, then you as the recipient must ensure the information available in the responsibility/qualification records through the System for Award Management (SAM.gov) about civil, criminal, or administrative proceedings described in paragraph B of this award term is current and complete. This is a statutory requirement under section 872 of Public Law 110-417, as amended (41 U.S.C. 2313). As required by section 3010 of Public Law 111-212, all information posted in responsibility/qualification records in SAM.gov on or after April 15, 2011, (except past performance reviews required for federal procurement contracts) will be publicly available. B. Proceedings About Which You Must Report You must submit the required information about each proceeding that: 1. Is in connection with the award or performance of a grant, cooperative agreement, or procurement contract from the federal government; 2. Reached its final disposition during the most recent five-year period; and 3. Is one of the following: i. A criminal proceeding that resulted in a conviction, as defined in paragraph E of this award term and condition; ii. A civil proceeding that resulted in a finding of fault and liability and payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more; iii. An administrative proceeding that resulted in a finding of fault and liability and your payment of either a monetary fine or penalty of $5,000 or more or reimbursement, restitution, or damages in excess of $100,000; or iv. Any other criminal, civil, or administrative proceeding if: a. It could have led to an outcome described in paragraph B.3.i, ii, or iii; b. It had a different disposition arrived at by consent or compromise with an acknowledgment of fault on your part; and c. The requirement in this award term to disclose information about the proceeding does not conflict with applicable laws and regulations. C. Reporting Procedures Enter the required information in SAM.gov for each proceeding described in paragraph B of this award term. You do not need to submit the information a second time under grants and cooperative agreements that you received if you already provided the information in DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 27 of 51 SAM.gov because you were required to do so under federal procurement contracts that you were awarded. D. Reporting Frequency During any period of time when you are subject to the requirement in paragraph A of this award term, you must report proceedings information in SAM.gov for the most recent five- year period, either to report new information about a proceeding that you have not reported previously or affirm that there is no new information to report. If you have federal contract, grant, and cooperative agreement awards with a cumulative total value greater than $10,000,000, you must disclose semiannually any information about the criminal, civil, and administrative proceedings. E. Definitions For purposes of this term: 1. Administrative proceeding means a non-judicial process that is adjudicatory in nature to make a determination of fault or liability (for example, Securities and Exchange Commission Administrative proceedings, Civilian Board of Contract Appeals proceedings, and Armed Services Board of Contract Appeals proceedings). This includes proceedings at the federal and state level but only in connection with the performance of a federal contract or grant. It does not include audits, site visits, corrective plans, or inspection of deliverables. 2. Conviction means a judgment or conviction of a criminal offense by any court of competent jurisdiction, whether entered upon a verdict or a plea, and includes a conviction entered upon a plea of nolo contendere. 3. Total value of currently active grants, cooperative agreements, and procurement contracts includes the value of the federal share already received plus any anticipated federal share under those awards (such as continuation funding. Term 47. Export Control The United States government regulates the transfer of information, commodities, technology, and software considered to be strategically important to the United States to protect national security, foreign policy, and economic interests without imposing undue regulatory burdens on legitimate international trade. There is a network of federal agencies and regulations that govern exports that are collectively referred to as “Export Controls.” All recipients and subrecipients are responsible for ensuring compliance with all applicable United States Export Control laws and regulations relating to any work performed under a resulting award. The recipient must immediately report to DOE any export control investigations, indictments, charges, convictions, and violations upon occurrence, at the recipient or subrecipient level, and provide the corrective action(s) to prevent future violations. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 28 of 51 Term 48. Current and Pending Support A. Definitions For purposes of this term, the following definitions are applicable: 1. Current and pending support – i. All resources made available, or expected to be made available, to an individual in support of the individual’s RD&D efforts, regardless of: a. whether the source is foreign or domestic; b. whether the resource is made available through the entity applying for an award or directly to the individual; or c. whether the resource has monetary value; and ii. Includes in-kind contributions requiring a commitment of time and directly supporting the individual’s RD&D efforts, such as the provision of office or laboratory space, equipment, supplies, employees, or students. This term has the same meaning as the term Other Support as applied to researchers in NSPM-33: For researchers, Other Support includes all resources made available to a researcher in support of and/or related to all of their professional RD&D efforts, including resources provided directly to the individual or through the organization, and regardless of whether or not they have monetary value (e.g., even if the support received is only in-kind, such as office/laboratory space, equipment, supplies, or employees). This includes resource and/or financial support from all foreign and domestic entities, including but not limited to, gifts provided with terms or conditions, financial support for laboratory personnel, and participation of student and visiting researchers supported by other sources of funding. 2. Malign Foreign Talent Recruitment Program as defined in P.L. 117-167, Section 106384(4) – i. Any program, position, or activity that includes compensation in the form of cash, in- kind compensation, including research funding, promised future compensation, complimentary foreign travel, things of non de minimis value, honorific titles, career advancement opportunities, or other types of remuneration or consideration directly provided by a foreign country at any level (national, provincial, or local) or their designee, or an entity based in, funded by, or affiliated with a foreign country, whether or not directly sponsored by the foreign country, to the targeted individual, whether directly or indirectly stated in the arrangement, contract, or other documentation at issue, in exchange for the individual— a. engaging in the unauthorized transfer of intellectual property, materials, data products, or other nonpublic information owned by a United States entity or DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 29 of 51 developed with a federal research and development award to the government of a foreign country, or an entity based in, funded by, or affiliated with a foreign country regardless of whether that government or entity provided support for the development of the intellectual property, materials, or data products; b. being required to recruit trainees or researchers to enroll in such program, position, or activity; c. establishing a laboratory or company, accepting a faculty position, or undertaking any other employment or appointment in a foreign country or with an entity based in, funded by, or affiliated with a foreign country if such activities are in violation of the standard terms and conditions of a federal research and development award; d. being unable to terminate the foreign talent recruitment program contract or agreement except in extraordinary circumstances; e. through funding or effort related to the foreign talent recruitment program, being limited in the capacity to carry out a research and development award or required to engage in work that would result in substantial overlap or duplication with a federal research and development award; f. being required to apply for and successfully receive funding from the sponsoring foreign government's funding agencies with the sponsoring foreign organization as the recipient; g. being required to omit acknowledgment of the recipient institution with which the individual is affiliated, or the federal research agency sponsoring the research and development award, contrary to the institutional policies or standard terms and conditions of the federal research and development award; h. being required to not disclose to the federal research agency or employing institution the participation of such individual in such program, position, or activity; or i. having a conflict of interest or conflict of commitment contrary to the standard terms and conditions of the federal research and development award; and ii. A program that is sponsored by— a. a foreign country of concern or an entity based in a foreign country of concern, whether or not directly sponsored by the foreign country of concern; b. an academic institution on the list developed under section 1286(c)(8) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (10 U.S.C. 2358 note; 1 Public Law 115–232); or c. a foreign talent recruitment program on the list developed under section 1286(c)(9) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (10 U.S.C. 2358 note; 1 Public Law 115–232). iii. Consistent with applicable law, this provision does not prohibit, unless such activities are funded, organized, or managed by an academic institution or a foreign talent recruitment program on the lists developed under paragraphs (8) and (9) of section DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 30 of 51 1286(c) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (10 U.S.C. 4001 note; Public Law 115–232)— a. making scholarly presentations and publishing written materials regarding scientific information not otherwise controlled under current law; b. participation in international conferences or other international exchanges, research projects or programs that involve open and reciprocal exchange of scientific information, and which are aimed at advancing international scientific understanding and not otherwise controlled under current law; c. advising a foreign student enrolled at an institution of higher education or writing a recommendation for such a student, at such student's request; and d. other international activities determined appropriate by the federal research agency head or designee. 3. Covered Individual: Covered Individual means an individual who (i) contributes in a substantive, meaningful way to the development or execution of the scope of work of a project funded by DOE, and (ii) is designated as a covered individual by DOE. DOE designates as covered individuals any principal investigator (PI); project director (PD); co-principal investigator (Co-PI); co-project director (Co-PD); project manager; and any individual regardless of title that is functionally performing as a PI, PD, Co-PI, Co-PD, or project manager. Status as a consultant, graduate (master’s or PhD) student, or postdoctoral associate does not automatically disqualify a person from being designated as a “covered individual” if they meet the definition in (i) above. The recipient is responsible for assessing the applicability of (i) against each person listed on the project (i.e., listed by the recipient in the application for federal financial assistance, approved budget, progress report, or any other report submitted to DOE by the recipient regarding the subject project). Further, the recipient is responsible for identifying any such individual to DOE for designation as a covered individual, if not already designated by DOE as described above. The recipient’s submission of a current and pending support disclosure and/or biosketch/resume for a particular person serves as an acknowledgement that DOE designates that person as a covered individual. DOE may further designate covered individuals during the award period of performance. B. Disclosure Requirements Prior to award, the Recipient was required to provide current and pending support disclosure statements for each covered individual, as defined by the award Terms and Conditions, at the recipient and subrecipient level, regardless of funding source. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 31 of 51 New Covered Individuals: Prior to starting work on the project, new covered individuals must submit a current and pending support disclosure and biosketch/resume and must receive approval from DOE. R&D covered individuals are encouraged to comply with the Digital Persistent Identifier (PID) and Research Security Training Requirements Terms. The PID and Research Training will be required for all R&D covered individuals on May 1, 2025 Existing Covered Individuals: Submit an updated current and pending support disclosure within thirty (30) calendar days after the end of the quarterly reporting period in which the change occurred. Information Required for Each Activity Sponsor of the Activity The sponsor of the activity or the source of funding. Award Number The federal award number or any other identifying number. Award Title The title of the award or activity. If the title of the award or activity is not descriptive, add a brief description of the research being performed that would identify any overlaps or synergies with the proposed research Total Cost or Value The total cost or value of the award or activity, including direct and indirect costs and cost share. For pending proposals, provide the total amount of requested funding Award Period The "Start Date" through "End Date". Person-months The person-months of effort per year dedicated to the award or activity. Description To identify overlap, duplication of effort, or synergistic efforts, append a description of the other award or activity to the current and pending support. Details Details of any obligations, contractual or otherwise, to any program, entity, or organization sponsored by a foreign government must be provided to DOE upon request to either the applicant institution or DOE. Supporting documents of any identified source of support must be provided to DOE on request, including certified translations of any document. Certification Statement All covered individuals must provide a separate disclosure statement listing the required information above regarding current and pending support. Each individual must sign and date their respective certification statement: I, [Full Name and Title], understand that I have been designated as a covered individual by the federal funding agency. I certify to the best of my knowledge and belief that the information contained in this Current and Pending Support Disclosure Statement is true, complete, and accurate. I DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 32 of 51 understand that any false, fictitious, or fraudulent information, misrepresentations, half-truths, or omissions of any material fact, may subject me to criminal, civil, or administrative penalties for fraud, false statements, false claims, or otherwise. (18 U.S.C. §§ 1001 and 287, and 31 U.S.C. §§ 3729-3733 and 3801-3812). I further understand and agree that (1) the statements and representations made herein are material to DOE’s funding decision, and (2) I have a responsibility to update the disclosures during the period of performance of the award should circumstances change which impact the responses provided above. I also certify that, at the time of submission, I am not a party in a malign foreign talent recruitment program. The following certification is optional until May 1, 2025, and mandatory thereafter for R&D projects: I further certify that within the past 12 months I have completed one of the following: (1) research security training meeting the guidelines in SEC. 10634(b) of 42 USC 19234, or (2) all of the NSF training modules located https://new.nsf.gov/research- security/training. Foreign Government Sponsorship Details of any obligations, contractual or otherwise, to any program, entity, or organization sponsored by a foreign government must be provided on request to either the applicant institution or DOE. Supporting documents of any identified source of support must be provided to DOE on request, including certified translations of any document. The information may be provided in the common disclosure format available at Common Form for Current and Pending (Other) Support (nsf.gov) to be implemented by DOE. Regardless of the format used, the individual must still include a signature, date, and a certification statement using the language included in the paragraph above. Term 49. Interim Conflict of Interest Policy for Financial Assistance The DOE interim Conflict of Interest Policy for Financial Assistance (COI Policy) can be found at https://www.energy.gov/management/department-energy-interim-conflict-interest-policy- requirements-financial-assistance. This policy is applicable to all recipients applying for, or that receive, DOE funding by means of a financial assistance award (e.g., a grant, cooperative agreement, technology investment agreement, or other transaction authority) and, through the implementation of this policy by the recipient, to each Investigator who is planning to participate in, or is participating in, the project funded wholly or in part under this award. The term “Investigator” means the PI and any other person, regardless of title or position, who is responsible for the purpose, design, conduct, or reporting of a project funded by DOE or proposed for funding by DOE. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 33 of 51 The recipient must flow down the requirements of the interim COI Policy to any subrecipient, with the exception of DOE National Laboratories. Further, the recipient must identify all financial conflicts of interests (FCOI), i.e., managed and unmanaged/unmanageable, in its initial and ongoing FCOI reports. Prior to award, the recipient was required to: 1) ensure all Investigators on this award completed their significant financial disclosures; 2) review the disclosures; 3) determine whether a FCOI exists; 4) develop and implement a management plan for FCOIs; and 5) provide DOE with an initial FCOI report that includes all FCOIs (i.e., managed and unmanaged/ unmanageable). Within 180 days of the date of the award, the recipient must be in full compliance with the other requirements set forth in DOE’s interim COI Policy. Term 50. Organizational Conflict of Interest Organizational conflicts of interest are those where, because of relationships with a parent company, affiliate, or subsidiary organization, the recipient is unable or appears to be unable to be impartial in conducting procurement action involving a related organization (2 CFR 200.318(c)(2)). The recipient must disclose in writing any potential or actual organizational conflict of interest to the DOE Grants Officer. The recipient must provide the disclosure prior to engaging in a procurement or transaction using project funds with a parent, affiliate, or subsidiary organization that is not a state, local government, or Indian tribe. For a list of the information that must be included the disclosure, see Section VI. of the DOE interim Conflict of Interest Policy for Financial Assistance at https://www.energy.gov/management/department-energy- interim-conflict-interest-policy-requirements-financial-assistance. If the effects of the potential or actual organizational conflict of interest cannot be avoided, neutralized, or mitigated, the recipient must procure goods and services from other sources when using project funds. Otherwise, DOE may terminate the award in accordance with 2 CFR 200.340 unless continued performance is determined to be in the best interest of the federal government. The recipient must flow down the requirements of the interim COI Policy to any subrecipient, with the exception of DOE National Laboratories, if applicable. The recipient is responsible for ensuring subrecipient compliance with this term. If the recipient has a parent, affiliate, or subsidiary organization that is not a state, local government, or Indian tribe, the recipient must maintain written standards of conduct covering organizational conflicts of interest. Term 51. Prohibition on Certain Telecommunications and Video Surveillance Equipment or Services As set forth in 2 CFR 200.216, recipients and subrecipients are prohibited from obligating or expending project funds (federal and non-federal funds) to: DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 34 of 51 1. Procure or obtain covered telecommunications equipment or services; 2. Extend or renew a contract to procure or obtain covered telecommunications equipment or services; or 3. Enter into a contract (or extend or renew a contract) to procure or obtain covered telecommunications equipment or services. As described in section 889 of Public Law 115-232, “covered telecommunications equipment or services” means any of the following: 1. Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); 2. For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); 3. Telecommunications or video surveillance services provided by such entities or using such equipment; 4. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. For the purposes of this section, “covered telecommunications equipment or services” also include systems that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. In implementing the prohibition under section 889 of Public Law 115-232, heads of executive agencies administering loan, grant, or subsidy programs must prioritize available funding and technical support to assist affected businesses, institutions, and organizations as is reasonably necessary for those affected entities to transition from covered telecommunications equipment or services, to procure replacement equipment or services, and to ensure that communications service to users and customers is sustained. When the recipient or subrecipient accepts a loan or grant, it is certifying that it will comply with the prohibition on covered telecommunications equipment and services in this section. The recipient or subrecipient is not required to certify that funds will not be expended on covered telecommunications equipment or services beyond the certification provided upon accepting the loan or grant and those provided upon submitting payment requests and financial reports. For additional information, see section 889 of Public Law 115-232 and § 200.471. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 35 of 51 Term 52. Participants and Other Collaborating Organizations Prior to award, the recipient was required to provide the information below on participants and other collaborating organizations. Changes to Previously Submitted Information: If there are any changes to Participants and Collaborating Organizations information previously submitted to DOE, the recipient must submit updated information within thirty (30) calendar days after the end of the quarterly reporting period in which the change occurred. For changes to covered individuals, please refer to the Current and Pending Support term for additional requirements. A. What individuals have worked on the project Provide the following information for individuals at the prime recipient and subrecipient level: 1. All covered individuals; and 2. Each person who has worked or is expected to work at least one person month per year on the project regardless of the source of compensation (a person month equals approximately 160 hours of effort): i. Name; ii. Organization; iii. Job Title; iv. Role in the project; v. Start and end date (month and year) working on the project; vi. State, U.S. territory, and/or country of residence; vii. Whether this person collaborated with an individual or entity located in a foreign country in connection with the scope of this award; and viii. If yes to vii, whether the person traveled to the foreign country as part of that collaboration, and, if so, where and what the duration of stay was. B. Organizations Identify all subrecipients, contractors, U.S. National Laboratories, partners, and collaborating organizations. recipients must also include all foreign collaborators as outlined in the Foreign Collaboration Considerations term of the award Terms and Conditions. For each, provide name, UEI, zip code or latitude/longitude, role in the project, contribution to the project, and start and end date. Term 53. Human Subjects Research Research involving human subjects, biospecimens, or identifiable private information conducted with Department of Energy (DOE) funding is subject to the requirements of DOE Order 443.1C, Protection of Human Research Subjects, 45 CFR Part 46, Protection of Human Subjects (subpart A which is referred to as the “Common Rule”), and 10 CFR Part 745, Protection of Human Subjects. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 36 of 51 Federal regulation and the DOE Order require review by an Institutional Review Board (IRB) of all proposed human subjects research projects. The IRB is an interdisciplinary ethics board responsible for ensuring that the proposed research is sound and justifies the use of human subjects or their data; the potential risks to human subjects have been minimized; participation is voluntary; and clear and accurate information about the study, the benefits and risks of participating, and how individuals’ data/specimens will be protected/used, is provided to potential participants for their use in determining whether or not to participate. The recipient shall provide the Federal Wide Assurance number identified in item 1 below and the certification identified in item 2 below to DOE prior to initiation of any project that will involve interactions with humans in some way (e.g., through surveys); analysis of their identifiable data (e.g., demographic data and energy use over time); asking individuals to test devices, products, or materials developed through research; and/or testing of commercially available devices in buildings/homes in which humans will be present. Note: This list of examples is illustrative and not all inclusive. No DOE funded research activity involving human subjects, biospecimens, or identifiable private information shall be conducted without: 1) A registration and a Federal Wide Assurance of compliance accepted by the Office of Human Research Protection (OHRP) in the Department of Health and Human Services; and 2) Certification that the research has been reviewed and approved by an Institutional Review Board (IRB) provided for in the assurance. IRB review may be accomplished by the awardee’s institutional IRB; by the Central DOE IRB; or if collaborating with one of the DOE national laboratories, by the DOE national laboratory IRB. The recipient is responsible for ensuring all subrecipients comply and for reporting information on the project annually to the DOE Human Subjects Research Database (HSRD) at https://science.osti.gov/HumanSubjects/Human-Subjects-Database/home. Note: If a DOE IRB is used, no end of year reporting will be needed. Additional information on the DOE Human Subjects Research Program can be found at: https://science.osti.gov/ber/human-subjects. Term 54. Fraud, Waste and Abuse The mission of the DOE Office of Inspector General (OIG) is to strengthen the integrity, economy and efficiency of DOE’s programs and operations including deterring and detecting fraud, waste, abuse, and mismanagement. The OIG accomplishes this mission primarily through investigations, audits, and inspections of Department of Energy activities to include grants, cooperative agreements, loans, and contracts. The OIG maintains a Hotline for reporting allegations of fraud, waste, abuse, or mismanagement. To report such allegations, please visit https://www.energy.gov/ig/ig‐hotline. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 37 of 51 Additionally, the recipient must be cognizant of the requirements of 2 CFR 200.113 Mandatory disclosures, which states: An applicant, recipient, or subrecipient of a federal award must promptly disclose whenever, in connection with the federal award (including any activities or subawards thereunder), it has credible evidence of the commission of a violation of federal criminal law involving fraud, conflict of interest, bribery, or gratuity violations found in Title 18 of the United States Code or a violation of the civil False Claims Act (31 U.S.C. 3729–3733). The disclosure must be made in writing to the federal agency, the agency’s Office of Inspector General, and pass-through entity (if applicable). recipients and subrecipients are also required to report matters related to recipient integrity and performance in accordance with Appendix XII of this part. Failure to make required disclosures can result in any of the remedies described in § 200.339. (See also 2 CFR part 180, 31 U.S.C. 3321, and 41 U.S.C. 2313.) Term 55. Trafficking in Persons A. Provisions applicable to a recipient that is a private entity: 1. Under this award, the recipient, its employees, subrecipients under this award, and subrecipient’s employees must not engage in: i. Severe forms of trafficking in persons; ii. The procurement of a commercial sex act during the period of time that this award or any subaward is in effect; iii. The use of forced labor in the performance of this award or any subaward; or iv. Acts that directly support or advance trafficking in persons, including the following acts: a. Destroying, concealing, removing, confiscating, or otherwise denying an employee access to that employee’s identity or immigration documents; b. Failing to provide return transportation or pay for return transportation costs to an employee from a country outside the United States to the country from which the employee was recruited upon the end of employment if requested by the employee, unless: 1) Exempted from the requirement to provide or pay for such return transportation by the federal department or agency providing or entering into the grant or cooperative agreement; or 2) The employee is a victim of human trafficking seeking victim services or legal redress in the country of employment or a witness in a human trafficking enforcement action. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 38 of 51 c. Soliciting a person for the purpose of employment, or offering employment, by means materially false or fraudulent pretenses, representations, or promises regarding that employment; d. Charging recruited employees a placement recruitment fee; e. Providing or arranging housing that fails to meet the host country’s housing and safety standards. 2. The federal agency may unilaterally terminate this award or take any remedial actions authorized by 22 U.S.C. 7104b(c), without penalty, if any private entity under this award: i. Is determined to have violated a prohibition in paragraph A.1 of this award term; or ii. Has an employee that is determined to have violated a prohibition in paragraph A.1 of this award term through conduct that is either: a. Associated with the performance under this award; or b. Imputed to the recipient or the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, “OMB Guidelines to Agencies on Government-wide Debarment and Suspension (Nonprocurement).” B. Provision applicable to a recipient other than a private entity. The federal agency may unilaterally terminate this award or take any remedial action authorized by 22 U.S.C. 7104b(c), without penalty, if a subrecipient that is a private entity under this award: 1. Is determined to have violated a prohibition in paragraph A.1; or 2. Has an employee that is determined to have violated a prohibition in paragraph A.1 through conduct that is either: i. Associated with the performance under this award; or ii. Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, “OMB Guidelines to Agencies on Government-wide Debarment and Suspension (Nonprocurement).” C. Provisions applicable to any recipient. 1. The recipient must inform the federal agency and the Inspector General of the federal agency immediately of any information the recipient receives from any source alleging a violation of a prohibition in paragraph A.1 of this award term. 2. The federal agency’s right to unilaterally terminate this award as described in paragraphs A.2 or B of this award term: i. Implements the requirements of 22 U.S.C. 78; and DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 39 of 51 ii. Is in addition to all other remedies for noncompliance that are available to the federal agency under this award. 3. The recipient must include the requirements of paragraph A.1 of this award term in any subaward it makes to a private entity. 4. If applicable, the recipient must also comply with the compliance plan and certification requirements in 2 CFR 175.105(b). D. Definitions. For purposes of this award term: 1. Employee means either: i. An individual employed by the recipient or a subrecipient who is engaged in the performance of the project or program under this award; or ii. Another person engaged in the performance of this project or program under this award and not compensated by the recipient including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in-kind contribution toward cost sharing requirements. 2. Private Entity means any entity, including for-profit organizations, nonprofit organizations, institutions of higher education, and hospitals. The term does not include foreign public entities, Indian Tribes, local governments, or states as defined in 2 CFR 200.1. 3. The terms “severe forms of trafficking in persons,” “commercial sex act,” “sex trafficking,” “Abuse or threatened abuse of law or legal process,” “coercion,” “debt bondage,” and “involuntary servitude,” have the meanings given at Section 103 of the TVPA, as amended (22 U.S.C. 7102). Term 56. Buy America Requirement for Infrastructure Projects A. Approved Waivers This award falls under the purview of BABA Waiver 2025-9. Approved on December 31, 2024, the waiver applies to Fiscal Year 2023 Congressionally Directed Spending projects. It waives the 55% domestic content requirement for solar modules, subject to the following conditions: • The modules must be purchased by December 31, 2025 (the end of the effective date of the waiver); • The modules must be installed by June 30, 2026. Per the waiver, “installed by” means modules being permanently fastened to an outdoor support structure at the project site; and • The modules must be domestically assembled, meaning that all operations involved in the transformation of individual solar cells and all other module components into a fully functional encapsulated module must occur in the United States. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 40 of 51 The recipient is advised that failure to adhere to the conditions above will result in an invalidation of the waiver. If the waiver is invalidated prior to any expenditures on solar modules, an individualized project-specific waiver may still be sought but is not guaranteed to be granted. If the waiver is invalided after expenditures on solar modules have already been made, a project-specific waiver will not be available, and the costs will be disallowed Accordingly, the recipient’s BABA obligations under this term are waived to the extent provided in the General Applicability waiver. (For example, if the General Applicability waiver provides a full waiver of the BABA requirements, then the recipient does not need to comply with BABA requirements in the execution of this award; if the General Applicability waiver only waives a subset of the BABA requirements, then that subset is waived under this award, but any un- waived requirements continue to be applicable. The recipient is responsible for understanding the scope of its BABA obligations as modified by the General Applicability waiver named above. Definitions There are several terms of art that are given specific definitions with respect to the application and execution of BABA. Full definitions of these terms can be found by following this hyperlink to the relevant section (2 CFR 184.3) of the Code of Federal Regulations. Any additional context not present in the Code of Federal Regulations definition for a given term is provided below. a. Buy America Preference (Sometimes also referred to as the Buy America Requirement or Domestic Content Procurement Preference). Note that, despite the use of the word “Preference,” this is very much a mandatory compliance requirement. The statute, implementing regulations, and OMB guidance characterize this requirement as the “Buy America Preference,” and so that terminology is reflected here to ensure consistency with the statute and existing guidance. b. Component c. Construction Materials d. Infrastructure Project e. Iron or steel products f. Manufactured Products g. Manufacturer h. Predominantly of iron or steel or a combination of both i. Produced in the United States (Sometimes also referred to as the “Domestic Production requirement”) j. Section 70917(c) Materials (i.e., certain materials used in construction that are specifically excluded from being categorized as “construction materials”; as such, the Buy America Preference is not applied to these materials. Additionally, the following terms are not defined in 2 CFR 184.3, but are important for a proper understanding of BABA and its application: k. Project – means the construction, alteration, maintenance, or repair of public infrastructure in the United States. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 41 of 51 l. Infrastructure – Infrastructure includes, at a minimum: the structures, facilities, and equipment for roads, highways, and bridges; public transportation; dams, ports, harbors, and other maritime facilities; intercity passenger and freight railroads; freight and intermodal facilities; airports; water systems, including drinking water and wastewater systems; electrical transmission facilities and systems; utilities; broadband infrastructure; buildings and real property; and structures, facilities, and equipment that generate, transport, and distribute energy, including electric vehicle (EV) charging. m. Public infrastructure – The Buy America Preference does not apply to non-public (private) infrastructure. For purposes of compliance with BABA, infrastructure should be considered “public” if it is: (1) publicly owned (owned, operated, funded and managed, in whole or in part, by any unit or authority of a Federal, State, or Local government-including U.S. Territories and Indian Tribes); or (2) privately owned but utilized primarily for a public purpose. Infrastructure should be considered to be “utilized primarily for a public purpose”, and therefore “public”, if it is privately owned but operated on behalf of the public or is a place of public accommodation. B. Buy America Preference 1. The Buy America Preference Generally Subject to any applicable waiver, none of the funds provided under this award (federal share or recipient cost-share) may be used for a project for infrastructure unless all iron, steel, manufactured products, and/or construction materials are “produced in the United States.” Standards to satisfy this requirement differ based on the category a given material falls under: a. All iron and steel used in the project is produced in the United States—this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; b. All manufactured products used in the project are produced in the United States—this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation. (Note: 2 CFR 184.5 provides specific guidance for determining the cost of components for manufactured products); and c. All construction materials are manufactured in the United States—this means that all manufacturing processes for the construction material occurred in the United States. (Note: 2 CFR 184.6 provides additional standards that must be satisfied for some specified construction materials in order for those materials to be considered “produced DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 42 of 51 in the United States”). Recipients are responsible for administering their award in accordance with the terms and conditions, including the Buy America Preference. The recipient must ensure that the Buy America Preference flows down to all subawards and that the subawardees and subrecipients comply with the Buy America Preference. The Buy America Preference term and condition must be included all sub-awards, contracts, subcontracts, and purchase orders for work performed under the infrastructure project. 2. Specific Application of the Buy America Preference Recipients are not required to apply the Buy America Preference to each and every material, supply, or piece of equipment purchase for this award. Only items that are consumed in, incorporated into, or permanently affixed to the infrastructure in the project are required to meet the “produced in the United States” requirements that mandate domestic assembly and (in the case of manufactured products) domestic content thresholds. As such, this requirement does not need to be applied to tools, equipment, and supplies—such as temporary scaffolding—brought into the construction site and removed at or before the completion of the infrastructure project. This is likewise inapplicable to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. 3. Section 70917(c) Materials The BABA Statute at Section 70917(c) provides a list of materials which are specifically excluded from categorization as “construction materials,” and therefore may be used without meeting the relevant “produced in the United States” standard. Generally referred to as “Section 70917(c) Materials,” these are: • cement and cementitious materials; • aggregates such as stone, sand, or gravel; or • aggregate binding agents or additives, as provided in Section 70917(c) of BABA. Asphalt concrete pavement mixes are typically composed of asphalt cement (a binding agent) and aggregates such as stone, sand, and gravel. Accordingly, asphalt is also excluded from the definition of Construction materials. Section 70917(c) materials, on their own, are not manufactured products. Further, Section 70917(c) materials should not be considered manufactured products when they are used at or combined proximate to the work site—such as is the case with wet concrete or hot mix asphalt brought to the work site for incorporation. However, certain Section 70917(c) materials (such as stone, sand, and gravel) may be used to produce a manufactured product, such as is precast concrete. Precast concrete is made of components, is processed into a specific shape or form, DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 43 of 51 and is in such state when brought to the work site. Furthermore, wet concrete should not be considered a manufactured product if not dried or set prior to reaching the work site. Further clarification is provided in 2 CFR 184 on the circumstances under which a determination is made that Section 70917(c) materials should be treated as components of a manufactured product. That determination is based on consideration of: (i) the revised definition of the “manufactured products” at 2 CFR 184.3; (ii) a new definition of “Section 70917(c) materials” at 2 CFR 184.3; (iii) new instructions at 2 CFR 184.4(e) on how and when to categorize articles, materials, and supplies; and (iv) new instructions at 2 CFR 184.4(f) on how to apply the Buy America preference by category. C. Certification of Compliance Recipients must request a certification from a product manufacturer that the iron, steel, manufactured product or construction material they are acquiring from the manufacturer were “produced in the United States” (i.e., that they meet the requisite standards outlined at the beginning of Section 3, above). DOE will not provide any sort of “certification template” for this purpose; recipients are responsible for ensuring that a certification contains enough information that it properly validates the BABA compliance of the item(s) listed within the certification. Although DOE does not require a specific format for the certification, the following elements must be present: • A listing of all products covered by the certification, including their category (e.g., iron, steel, manufactured product, or construction material); • A recitation of the relevant “produced in the United States” standard for any categories (iron, steel, manufactured product, or construction material) provided in the above list, to ensure the manufacturer properly understands the standards to be met; • A clear statement that the products listed meet the relevant “produced in the United States” standard(s); • A signature from an authorized representative of the manufacturer certifying the contents of the compliance statement; and • Any other information the recipient deems necessary for the certification to demonstrate compliance with the BABA requirements. Recipients must also maintain certifications or equivalent documentation for proof of compliance that those articles, materials, and supplies that are consumed in, incorporated into, affixed to, or otherwise used in the infrastructure project, not covered by a waiver or exemption, are produced in the United States. The certification or proof of compliance must be provided by the suppliers or manufacturers of the iron, steel, manufactured products and construction materials and flow up from all subawardees, contractors and vendors to the recipient. Recipients must keep these certifications with the award/project files and be able to produce them upon request from DOE, auditors or Office of Inspector General. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 44 of 51 D. Waivers When necessary, recipients may apply for, and DOE may grant, a waiver from the Buy America Preference. Requests to waive the application of the Buy America Preference must be in writing to the CO. Waiver requests are subject to review by DOE and the Office of Management and Budget, as well as a public comment period of no less than 15 calendar days. Waivers must be based on one of the following justifications: a. Public Interest- Applying the Buy America Preference would be inconsistent with the public interest; b. Non-Availability- The types of iron, steel, manufactured products, or construction materials are not produced in the United States in sufficient and reasonably available quantities or of a satisfactory quality; or c. Unreasonable Cost- The inclusion of iron, steel, manufactured products, or construction materials produced in the United States will increase the cost of the overall project by more than 25 percent. Waiver Requests may be submitted utilizing BABA Waiver Form (gsa.gov), Optional Form 2211 (OF2211) or any other format to provide the required information for the project-specific waiver request. For reference, requests to waive the Buy America Preference must include the following: • Waiver type (Public Interest, Non-Availability, or Unreasonable Cost); • Recipient name and Unique Entity Identifier (UEI); • Award information (Federal Award Identification Number, Assistance Listing number); • A brief description of the award project objectives, location, and the specific infrastructure project involved; • Total estimated Financial Assistance award value, inclusive of recipient cost share; • Total estimated infrastructure costs (estimated costs of the Iron, Steel, Manufactured Products and Construction Materials being purchased under the award and utilized in the infrastructure project); • List and description of iron or steel item(s), manufactured goods, and/or construction material(s) the recipient seeks to waive from the Buy America Preference, including name, cost, quantity(ies), country(ies) of origin, and relevant Product Service Codes (PSC) and North American Industry Classification System (NAICS) codes for each; • A detailed justification as to how the non-domestic item(s) is/are essential the project; • A certification that the recipient made a good faith effort to solicit bids for domestic products supported by terms included in requests for proposals, contracts, and non- proprietary communications with potential suppliers; • A justification statement—based on one of the applicable justifications outlined above—as to why the listed items cannot be procured domestically, including the due diligence performed (e.g., market research, industry outreach, cost analysis, cost-benefit analysis) by the recipient to attempt to avoid the need for a waiver. This justification DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 45 of 51 may cite, if applicable, the absence of any Buy America-compliant bids received for domestic products in response to a solicitation; • A description of the market research conducted that includes who conducted the market research, when it was conducted, sources that were used, and the methods used to conduct the research; and • Anticipated impact to the project if no waiver is issued. The recipient should consider using the following principles as minimum requirements contained in their waiver request: • Time-limited: Consider a waiver constrained principally by a length of time, or phased- out over time, rather than by the specific project/award to which it applies. Waivers of this type may be appropriate, for example, when an item that is “non-available” is widely used in the project. When requesting such a waiver, the recipient should identify a reasonable, definite time frame (e.g., no more than one to two years) designed so that the waiver is reviewed to ensure the condition for the waiver (“non-availability”) has not changed (e.g., domestic supplies have become more available). • Targeted: Waiver requests should apply only to the item(s), product(s), or material(s) or category(ies) of item(s), product(s), or material(s) as necessary and justified. Waivers should not be overly broad as this will undermine domestic preference policies. • Conditional: The recipient may request a waiver with specific conditions that support the policies of IIJA/BABA. DOE may request, and the recipient must provide additional information for consideration of this wavier. DOE may reject or grant waivers in whole or in part depending on its review, analysis, and/or feedback from OMB or the public. DOE’s final determination regarding approval or rejection of the waiver request may not be appealed. The waiver request review and public comment process required for a waiver determination can take up to 90 calendar days. Term 57. Prohibition related to Malign Foreign Talent Recruitment Programs A. Prohibition As required by law2, covered individuals participating in a Malign Foreign Talent Recruitment Program are prohibited from participating in this award. The recipient must exercise ongoing due diligence to reasonably ensure that no such covered individuals participating on the DOE-funded project are participating in a Malign Foreign Talent Recruitment Program. Consequences for violations of this prohibition will be determined according to applicable law, regulations, and policy. Further, the recipient must 2 See sections 10631-10632 of P.L. 117-167 (42 USC 19231-19232); OSTP-Foreign-Talent-Recruitment-Program- Guidelines.pdf (whitehouse.gov). DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 46 of 51 notify DOE within five (5) business days upon learning that an owner of the recipient or subrecipient or individual on the project team is or is believed to be participating in a Malign Foreign Talent Recruitment Program. DOE may modify and add requirements related to this prohibition to the extent required by law. Covered Individuals and the recipient must provide certifications regarding no participation in Malign Foreign Talent Recruitment Programs (see the Current and Pending Support section and Transparency of Foreign Connections section). B. Non-Discrimination DOE will ensure that the Malign Foreign Talent Recruitment Program Prohibition is carried out in a manner that does not target, stigmatize, or discriminate against individuals on the basis of race, ethnicity, or national origin, consistent with title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.). C. Definitions – Malign Foreign Talent Recruitment Program has the definition included in section 10638(4) of P.L. 117-167. 1. any program, position, or activity that includes compensation in the form of cash, in- kind compensation, including research funding, promised future compensation, complimentary foreign travel, things of non de minimis value, honorific titles, career advancement opportunities, or other types of remuneration or consideration directly provided by a foreign country at any level (national, provincial, or local) or their designee, or an entity based in, funded by, or affiliated with a foreign country, whether or not directly sponsored by the foreign country, to the targeted individual, whether directly or indirectly stated in the arrangement, contract, or other documentation at issue, in exchange for the individual— i. engaging in the unauthorized transfer of intellectual property, materials, data products, or other nonpublic information owned by a United States entity or developed with a federal research and development award to the government of a foreign country, or an entity based in, funded by, or affiliated with a foreign country regardless of whether that government or entity provided support for the development of the intellectual property, materials, or data products; ii. being required to recruit trainees or researchers to enroll in such program, position, or activity; iii. establishing a laboratory or company, accepting a faculty position, or undertaking any other employment or appointment in a foreign country or with an entity based in, funded by, or affiliated with a foreign country if such activities are in violation of the standard terms and conditions of a federal research and development award; iv. being unable to terminate the foreign talent recruitment program contract or agreement except in extraordinary circumstances; v. through funding or effort related to the foreign talent recruitment program, being limited in the capacity to carry out a research and development award or required to DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 47 of 51 engage in work that would result in substantial overlap or duplication with a federal research and development award; vi. being required to apply for and successfully receive funding from the sponsoring foreign government's funding agencies with the sponsoring foreign organization as the recipient; vii. being required to omit acknowledgment of the recipient institution with which the individual is affiliated, or the federal research agency sponsoring the research and development award, contrary to the institutional policies or standard terms and conditions of the federal research and development award; viii. being required to not disclose to the federal research agency or employing institution the participation of such individual in such program, position, or activity; or ix. having a conflict of interest or conflict of commitment contrary to the standard terms and conditions of the federal research and development award; and 2. A program that is sponsored by— i. a foreign country of concern or an entity based in a foreign country of concern, whether or not directly sponsored by the foreign country of concern; ii. an academic institution on the list developed under section 1286(c)(8) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (10 U.S.C. 2358 note; 1 Public Law 115–232); or iii. a foreign talent recruitment program on the list developed under section 1286(c)(9) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (10 U.S.C. 2358 note; 1 Public Law 115–232). 3. Consistent with applicable law, this provision does not prohibit, unless such activities are funded, organized, or managed by an academic institution or a foreign talent recruitment program on the lists developed under paragraphs (8) and (9) of section 1286(c) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (10 U.S.C. 4001 note; Public Law 115–232)— i. making scholarly presentations and publishing written materials regarding scientific information not otherwise controlled under current law; ii. participation in international conferences or other international exchanges, research projects or programs that involve open and reciprocal exchange of scientific information, and which are aimed at advancing international scientific understanding and not otherwise controlled under current law; iii. advising a foreign student enrolled at an institution of higher education or writing a recommendation for such a student, at such student's request; and iv. other international activities determined appropriate by the federal research agency head or designee. DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 48 of 51 Term 58. Potentially Duplicative Funding Notice If the recipient or subrecipients have or receive any other award of federal funds for activities that potentially overlap with the activities funded under this award, the recipient must promptly notify DOE in writing of the potential overlap and state whether project funds (i.e., recipient cost share and federal funds) from any of those other federal awards have been, are being, or are to be used (in whole or in part) for one or more of the identical cost items under this award. If there are identical cost items, the recipient must promptly notify the DOE Grants Officer in writing of the potential duplication and eliminate any inappropriate duplication of funding. Term 59. Transparency of Foreign Connections The recipient must notify the DOE Grants Officer within fifteen (15) business days of learning of the circumstances listed below in relation to the recipient and subrecipients. Disclosure exceptions by entity type: • U.S. National Laboratories and domestic government entities are not required to respond to the Transparency of Foreign Connections disclosure. • Institutions of higher education are only required to report on items 5 and 7. For subrecipient reporting requirements, applicability is determined by the subrecipient entity type, regardless of whether the prime recipient was exempt. Disclosure Information: 1. Any current or pending subsidiary, foreign business entity, or offshore entity that is based in or funded by any foreign country of risk or foreign entity based in a country of risk; 2. Any current or pending contractual or financial obligation or other agreement specific to a business arrangement, or joint venture-like arrangement with an entity owned by a country of risk or foreign entity based in a country of risk; 3. Any current or pending change in ownership structure of the recipient or subrecipients that increases foreign ownership related to a country of risk. Each notification shall be accompanied by a complete and up-to-date capitalization table showing all equity interests held including limited liability company (LLC) and partnership interests, as well as derivative securities. Include both the number of shares issued to each equity holder, as well as the percentage of that series and of all equity on fully diluted basis. For each equity holder, provide the place of incorporation and the principal place of business, as applicable. If the equity holder is a natural person, identify the citizenship(s); 4. Any current or pending venture capital or institutional investment by an entity that has a general partner or individual holding a leadership role in such entity who has a foreign affiliation with any foreign country of risk; 5. Any current or pending technology licensing, transfer or intellectual property sales to a foreign country of risk within the same technology area as the award (e.g., biotechnology, energy generation and storage, advanced computing; DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 49 of 51 6. Any changes to the recipient or the subrecipients’ board of directors, including additions to the number of directors, the identity of new directors, as well as each new director’s citizenship, shareholder affiliation (if applicable); each notification shall include a complete up-to-date list of all directors (and board observers), including their full name, citizenship and shareholder affiliation, date of appointment, duration of term, as well as a description of observer rights as applicable; and 7. Any of the following changes to the equipment proposed for use on the project: i. Unmanned aircraft, control, and communication components originally made or manufactured in a foreign country of risk (including relabeled or rebranded equipment). ii. Coded equipment where the source code is written in a foreign country of risk. iii. Equipment from a foreign country of risk that will be connected to the internet or other remote communication system. iv. Any entity from a foreign country of risk that will have physical or remote access to any part of the equipment used on the project after delivery. Should DOE determine the connection poses a risk to economic or national security, DOE will require measures to mitigate or eliminate the risk. DOE has designated the following countries as foreign countries of risk: Iran, North Korea, Russia, and China. This list is subject to change. Recognizing the disclosures may contain business confidential information, subrecipients may submit their disclosures directly to DOE. Term 60. Foreign Collaboration Considerations A. Consideration of new collaborations with foreign entities, organizations, and governments. The recipient must provide DOE with advanced written notification of any potential collaboration with foreign entities, organizations, or governments in connection with its DOE-funded award scope. The recipient must await further guidance from DOE prior to contacting the proposed foreign entity, organization or government regarding the potential collaboration or negotiating the terms of any potential agreement. B. Existing collaborations with foreign entities, organizations, and governments. The recipient must provide DOE with a written list of all existing foreign collaborations, organizations, and governments in which has entered in connection with its DOE-funded award scope. C. In general, a collaboration will involve some provision of a thing of value to, or from, the recipient. A thing of value includes but may not be limited to all resources made available to, or from, the recipient in support of and/or related to the award, regardless of whether or not they have monetary value. Things of value also may include in-kind contributions (such as office/laboratory space, data, equipment, supplies, employees, students). In-kind DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 50 of 51 contributions not intended for direct use on the award but resulting in provision of a thing of value from or to the award must also be reported. Collaborations do not include routine workshops, conferences, use of the recipient’s services and facilities by foreign investigators resulting from its standard published process for evaluating requests for access, or the routine use of foreign facilities by awardee staff in accordance with the recipient’s standard policies and procedures. Term 61. Entity of Concern Prohibition No Entity of Concern, as defined in section 10114 of Public Law 117-167 (42 USC 18912), may receive any grant, contract, cooperative agreement, or loan of $10 million or more in Departmental funds including funds made available by the Consolidated Appropriations Act, 2024 (Public Law 118-42). In addition, for all awards involving Departmental activities authorized under Public Law 117-167, no Entity of Concern (including an individual that owns or controls, is owned or controlled by, or is under common ownership or control with an Entity of Concern) may receive DOE funds or perform work under the award, subject to certain penalties. See section 10114 of Public Law 117-167 and section 310 of Public Law 118-42 for additional information. Congress has given DOE authority to require the submission of documentation necessary to implement the requirements of this term. The recipient shall include this term, suitably modified to identify the parties, in all subawards/contracts, regardless of tier, under this award. If, at any time, the recipient becomes aware that any participant on the award is an Entity of Concern and therefore is unable to fully comply with this term, the recipient shall promptly stop all work on this award, notify the Contracting Officer, and not proceed with the award work without further authorization. Term 62. Required Risk Mitigation This award is subject to the recipient’s compliance with required DOE Office of Research, Technology, and Economic Security (RTES) mitigation measures that are specific to the recipient, if any. Failure to comply with a required RTES mitigation measure is grounds for an immediate termination of the award. This term must be flowed down to the subrecipients. If a subrecipient fails to comply with required RTES mitigation measures, if any, that are specific to that subrecipient, it is grounds for immediate termination of the subaward. Term 63. Impacted Indian Tribes If any activities anticipated to take place under this agreement could potentially impact the resources or reserved rights of Indian Tribe(s), as defined in 25 U.S.C. § 5304 (e), then the recipient/awardee agrees to develop and maintain active and open communications with the potentially impacted Indian Tribe(s), during the period of performance of the agreement, and, if necessary, after the end of the agreement. If the recipient proposes any activities that could impact Tribal resources or reserved rights, including but not limited to lands, cultural sites, DOE Special Terms and Conditions Award No. DE-EE0010780.0000 With City of Clearwater Page 51 of 51 sacred sites, water rights, mineral rights, fishing rights, and hunting rights, the recipient must notify DOE. The recipient/awardee must coordinate with DOE on all Tribal interactions. DOE will determine if formal government-to-government consultation is needed, and DOE will conduct that consultation accordingly. • Tribal lands is as defined in 25 U.S.C. §§ 3501(2), (3), (4)(A) and (13). • Indian Tribe is as defined in 25 U.S.C. § 5304 (e). Term 64. Historic Preservation DOE must comply with the National Historic Preservation Act ("NHPA"), 54 USC § 306108 et seq., which requires federal agencies to consider the effects of undertaking (federally funded or assisted projects and activities) on historic properties that are listed in or eligible for listing in the National Register of Historic places prior to the expenditures of federal funds. The recipient is required to cooperate with DOE in its compliance with the requirements of Section 106 of the NHPA. The recipient may not alter any structure or site, including any groundbreaking for any purpose, prior to the resolution of the NHPA process without DOE approval. The requirements of this part are applicable to activities funded under the award and shall be coordinated in conjunction with DOE and, as appropriate, other federal agencies, the State Historic Preservation Officer or Tribal Historic Preservation Officer, Tribal representatives, and consulting parties. Term 65. Implementation of Executive Order 13798, Promoting Free Speech and Religious Liberty States, local governments, or other public entities may not condition sub-awards in a manner that would discriminate, or disadvantage sub-recipients based on their religious character. Term 66. Implementation of Executive Order 14173, Ending Illegal Discrimination and Restoring Merit Based Opportunity It is the policy of the United States to protect the civil rights of all Americans and to promote individual initiative, excellence, and hard work. All recipients must comply in all respects with all applicable federal anti-discrimination laws. Compliance with such Federal laws is material to DOE’s payment decisions for purposes of section 3729(b)(4) of title 31, United States Code. By requesting a drawdown or reimbursement of funds under this award the recipient certifies that it does not operate programs promoting diversity, equity, and inclusion that violate any applicable federal anti-discrimination laws. 1 Attachment 1 DE-EE0010780.0000 Statement of Project Objectives City of Clearwater Clearwater Solar Panel Project Notice of Restriction on Disclosure and Use of Data: No pages of this document may contain confidential, proprietary, or privileged information that is exempt from public disclosure. Such information shall be used or disclosed only for evaluation purposes or in accordance with a financial assistance agreement between the submitter and the Government. The Government may use or disclose any information that is not appropriately marked or otherwise restricted, regardless of source. A.Project Objectives The city’s sustainability plan, Greenprint 2.0 includes greenhouse gas (GHG) emission reduction goals of 25% below 2007 levels by 2035 and 80% by 2050. Because energy continues to be the largest contributor to Clearwater’s GHG emissions, the city is taking steps to reduce its GHG based energy consumption. The proposed project activities include the design, development and installation of solar panels on several municipal building rooftops in the city of Clearwater, Florida, based on the Solar Feasibility Study completed in December of 2022 (SFS). The city will use a competitively procured prequalified Construction Managers at Risk (CMAR) to implement the utility scale solar rooftop projects, including, design, site preparation, permitting, installation and integration into the grid. The project will take place over a one-year budget period. The city anticipates the solar installations will generate approximately 800,000 to 1,000,000 in annual kWh which will result in a reduction in the city’s GHG emissions. B.Technical Scope Summary The funds will be used for work associated with the design, purchase and installation of solar panels on city-owned facilities. The city will focus on rooftop solar arrays based on the results of the SFS and further cost analysis. Staff from the Public Works and General Services Department will act as project managers overseeing the CMAR complete design, acquisition and installation for the major capital installations. C.Tasks To Be Performed Budget Period 1 Year 1 Task 1.0: Obtain CMARs Task Summary: The city will obtain a prequalified CMAR list to obtain cost estimates from its subcontractors/vendors to design, permit, procure and construct the project. 2 Attachment 1 DE-EE0010780.0000 Milestone 1.1 City-Council approved CMAR contract Task 2.0: Design and Permitting Task Summary: CMAR will work to develop designs for each facility and obtain associated permits. Milestone 2.1 Approved local and state approvals/permits to construct the projects Task 3.0: Construct/Install Solar Arrays Task Summary: CMAR will obtain bids from subcontractors and competitively procure equipment vendors/suppliers. Equipment/supplies will be staged in laydown areas (e.g., parking lots of identified building sites). Lifts will be used to move equipment/supplies to rooftops. Contractor(s) will subsequently install the rooftop solar arrays. Arrays will be inspected, and a Certificate of Completion (CC) will be issued. Milestone 3.1 Certificate of Completion Task 4.0: Transfer to Operation Task Summary: Solar panels will be connected to the grid and commissioned. CMAR will complete all contract obligations and transfer the project over to the city to operate. Milestone 4.1 City Accept and Maintain Solar Arrays End of Project Goal: The city’s end of project goal is to have several roof-mounted solar array projects designed, constructed and fully operational. Based on the estimations in the SFS, the city anticipates the solar installations will generate approximately 800,000 to 1,000,000 in annual kWh which should result in a direct reduction in the use of energy generated by GHG producing sources in city facilities. The city will track all data through its EnergyCAP reporting. D.Project Management and Reporting The Sustainability Division within the Public Works Department will complete the necessary reports included in the Federal Assistance Reporting Checklist, including the progress report for the management reporting, the SF-425 Federal Financial Report and other required reports. Reports and other deliverables will be provided in accordance with the Federal Assistance Reporting Checklist following the instructions included therein. Additional deliverables as indicated in the task/subtask descriptions include the following: N/A 3 Attachment 1 DE-EE0010780.0000 Attachment 1 –Milestone Summary Table Milestone Summary Table Recipient Name: The City of Clearwater Project Title: Clearwater Solar Panel Project Task Number Task or Subtask (if applicable) Title Milestone Type (Milestone or Go/No- Go Decision Point) Milestone Number* (Go/No- Go Decision Point Number) Milestone Description (Go/No-Go Decision Criteria) Milestone Verification Process (What, How, Who, Where) Anticipated Date (Months from Start of the Project) Anticipated Quarter (Quarters from Start of the Project) 1.0 Obtain Construction Manager at Risk 1.0 CMAR Milestone 1.1 City selects CMAR CMAR contract 1 1 2.0 Design and Permitting 2.0 Design & Permitting Milestone 2.1 Local & state approvals & permits Approved permits 4 2 3.0 Installation of Solar Arrays 3.0 Installation of Solar Arrays Milestone 3.1 Supplies procured & installed Installed solar panels 7 3 4.0 Transfer and Operation 4.0 Transfer & Operation Milestone 4.1 Panels commissioned & project transferred City accept and maintain solar arrays 12 4 End of Project Goal End of Project Goal Installed solar arrays Pictures of installations and report showing energy production 12 4 1 1. Award Number: - DE-EE0010780.0000 2. Program/Project Title: Clearwater Solar Panel Project 3. Recipient: City of Clearwater 4. Reporting Requirements (see Attached "EERE Reporting Instructions"): Frequency Addresses* - *See attached "EERE Reporting Instructions" for complete submission instructions. I. PROJECT MANAGEMENT REPORTING - - ☑ A. Research Performance Progress Report (RPPR)Q A. EERE PMC☑ B. Financial Report (SF-425)F, Q B. EERE PMC☑ C. Scientific and Technical Reporting - - ☑ 1. Accepted Manuscript of Journal Article(s)A5, P C.1. OSTI E-Link☑ 2. Conference Product(s)A5, P C.2. OSTI E-Link☑ 3. Technical Report(s)A5, P C.3. OSTI E-Link☑ 4. Software & Manual(s)A5, P C.4. DOE CODE☑ 5. Dataset(s)A5, P C.5. OSTI E-Link Datasets☑ 6. Other STI (Dissertation/Thesis, etc.)A5, P C.6. OSTI E-Link☑ D. Intellectual Property Reporting - - ☑ 1. Intellectual Property Reporting A5, P D.1. iEdison☑ 2. Invention Utilization Report A5, P D.2. iEdison☐ E. Project Management Plan (PMP)- E. EERE PMC☑ F. Special Status Report A5 F. See section I. F for instructions and due dates☐ G. Continuation Application - G. EERE PMC☑ H. Other Project Management Reporting (see SpecialInstructions) Q H. See Special Instructions II. AWARD MANAGEMENT REPORTING - - ☑ A. Participants and Collaborating Organizations A5 A. EERE PMC☑ B. Current and Pending Support A5 B. EERE PMC☑ C. Demographic Reporting A5 C. EERE PMC☐D. Tangible Personal Property Report – Annual Property Report(SF-428 & SF-428A) - D.EERE PMC ☑E. Tangible Personal Property Report – DispositionRequest/Report (SF-428 & SF-428C) A5 E. EERE PMC ☐ F. Uniform Commercial Code (UCC) Financing Statements - F. See section II. F for instructions and due dates☐ G. Federal Subaward Reporting System (FSRS)- G. SAM.gov-FSRS☐ H. Annual Incurred Cost Proposal - H. See section II. H for instructions and due dates☐ I. DOE For-Profit Compliance Audit - I. See section II. I for instructions and due dates☑ J. Single Audit: States, Locals, Tribal Governments, and Non- Profits O J. See section II. J for instructions and due dates ☑ K. Other Award Management Reporting (see Special Instructions) A5 K. See Special Instructions III. CLOSEOUT REPORTING - - ☑ A. Final Scientific/Technical Report F A. OSTI E-Link☐ B. Invention Certification (DOE F 2050.11)- B. EERE PMC☑C. Tangible Personal Property Report – Final Report (SF-428 & SF-428B) F C. EERE PMC ☑ D. Verification of Receipt of Accepted Manuscripts F D. See section III. D for instructions and due dates☐ E. Other Closeout Reporting (see Special Instructions)- E. See Special Instructions IV. POST-PROJECT REPORTING - - ☑ A. Scientific and Technical Reporting P A. OSTI E-Link☑ B. Intellectual Property Reporting P B. iEdison -- - FREQUENCY CODES AND DUE DATES: Attachment 2 Template version 03/25 2 A5 - As specified or within five (5) calendar days after the event. F - Final; within 120 calendar days after expiration or termination of the award. O - Other; see instructions for further details. P - Post-project (after the period of performance); within five (5) calendar days after the event, or as specified. Q - Quarterly; within 30 calendar days after the end of the federal fiscal year quarter. S - Semiannually; within 30 days after the end of the reporting period. Y - Yearly; within 90 calendar days after the end of the federal fiscal year. Y180 - Yearly; within 180 calendar days after the close of the recipient’s fiscal year. - FULL URLS: OSTI E-Link: http://www.osti.gov/elink-2413 OSTI E-Link Datasets: https://www.osti.gov/elink/2416-submission.jsp DOE CODE: https://www.osti.gov/doecode/ iEdison: http://www.iedison.gov EERE PMC: https://www.eere-pmc.energy.gov/SubmitReports.aspx FSRS: https://sam.gov/fsrs - 5. EERE Special Instructions: OTHER CLOSEOUT REPORTING (SEE SPECIAL INSTRUCTIONS) I.A. The Research Performance Progress Report (RPPR-1): DOE requests recipients upload the RPPR-1 qualitative report within 30 days of the end of each quarterly reporting period. An optional Word template (RPPR-1/CA) and Project Review Presentation Template will be provided. I.C. Accepted Manuscript of Journal Article: Accepted Manuscripts must be submitted to OSTI through the E-Link site within 12 months of publication. Confirmation that the manuscripts have been uploaded to OSTI shall be uploaded to the PMC, including the OSTI ID number. I.G. Continuation Application: For projects with more than one budget period, a Continuation Application (CA) is due 75 days prior to the end of a budget period. CAs describe the work completed in the budget period and progress towards project milestones. The same template is used for both the RPPR-1 and Continuation Application Template, with additional info required for the CA. The same Project Review PresentationTemplate can be used as well. I.H. The Research Performance Progress Report (RPPR-2): The RPPR-2 quantitative (milestone, budget, and products) should be uploaded to the PMC on the same quarterly schedule as the RPPR-1 qualitative report as an “Other Report.” An optional Excel template will be provided. II.L. Other: Participation is expected in all DOE quarterly and phase performance evaluations, as well as programmatic peer reviews (e.g., SETOPortfolio/Peer Review). Two in-person meetings are required annually, if applicable. III.A. Final Scientific/Technical Report: The first draft of the Final Technical Report (FTR) is due 60 calendar days after the expiration or termination of the award (optional FTR template to be provided prior to closeout). A final review will be held shortly thereafter to go over the results of the project with comments provided on the FTR. Once all comments have been addressed, a final FTR is to be uploaded to OSTI (seelink above). Trafficking in Persons Template version 03/25 3 If the estimated value of services required to be performed under the grant or cooperative agreement outside the United States exceeds $500,000, private entities and State, local, government, Indian Tribe, or foreign public entities when a private entity could be a subrecipient must submit an annual certification that: • The recipient has implemented a plan meeting the requirements of 2 CFR 175.105(b)(3)-(5) to prevent the activities described in 2 CFR 175(a) and is in compliance with this plan; • The recipient has implemented procedures to prevent activities described in 2 CFR 175.105(a) and to monitor, detect, and terminate any subrecipient, contractor, subcontractor, or employee of the recipient engaging in any activities described in 2 CFR 175.105(a); and • To the best of the recipient’s knowledge, neither the recipient, nor any subrecipient, contractor, or subcontractor of the selectee or any agent of the selectee or of such a subrecipient, contractor, or subcontractor, is engaged in any activities described in 2 CFR 175.105(a). DOE may ask selectees to provide a copy of their Trafficking in Persons compliance plan. - Template version 03/25 4 Table of Contents I. Project Management Reporting ........................................................................................ 6 A. Research Performance Progress Report (RPPR) ................................................................ 6 1. Cover Page .................................................................................................................... 6 2. Accomplishments .......................................................................................................... 7 3. Products ........................................................................................................................ 8 4. Participants & Other Collaborating Organizations ....................................................... 11 5. Current and Pending Support ...................................................................................... 11 6. Impact ......................................................................................................................... 12 7. Changes/Problems ...................................................................................................... 14 8. Special Reporting Requirements ................................................................................. 16 9. Budgetary Information ................................................................................................ 16 B. Financial Report SF-425 Federal Financial Report ........................................................... 16 C. Scientific and Technical Reporting ................................................................................... 16 1. Accepted Manuscript of Journal Article ...................................................................... 17 2. Conference Product(s) ................................................................................................. 18 3. Technical Report(s) ...................................................................................................... 19 4. Software & Manual(s) ................................................................................................. 19 5. Dataset(s) .................................................................................................................... 20 6. Other STI (Dissertation / Thesis, etc.) .......................................................................... 21 D. Intellectual Property Reporting ....................................................................................... 21 1. Intellectual Property Reporting ................................................................................... 21 2. Invention Utilization Report ........................................................................................ 22 E. Project Management Plan (PMP) .................................................................................... 22 1. Revised Plan(s) ............................................................................................................ 23 2. Content of revised PMP ............................................................................................... 24 F. Special Status Reports ..................................................................................................... 26 G. Continuation Application ................................................................................................ 29 H. Other Project Management Reporting (see Special Instructions) ................................... 29 II. Award Management Reporting ....................................................................................... 30 A. Participants and Collaborating Organizations ................................................................. 30 B. Current and Pending Support .......................................................................................... 33 Template version 03/25 5 C. Demographic Reporting .................................................................................................. 35 D. Financial Conflict of Interest Report ................................................................................ 36 E. Tangible Personal Property Report – Annual Property Report (SF-428 & SF-428A) ........ 37 F. Tangible Personal Property Report – Disposition Request/Report (SF-428 & SF-428C) .. 37 G. Uniform Commercial Code (UCC) Financing Statements ................................................. 38 H. Federal Subaward Reporting System (FSRS) .................................................................... 39 I. Annual Incurred Cost Proposals ...................................................................................... 39 J. DOE For-Profit Compliance Audit .................................................................................... 40 K. Single Audit: States, Local Government, Tribal Governments, Institution of Higher Education (IHE), or Non-Profit Organization ................................................................... 41 L. Other Award Management Reporting (see Special Instructions) .................................... 41 III. Closeout Reporting .......................................................................................................... 41 A. Final Scientific/Technical Report ..................................................................................... 42 B. Invention Certification (DOE F 2050.11) .......................................................................... 43 C. Tangible Personal Property Report – Final Report (SF-428 & SF-428B) ........................... 44 D. Verification of Receipt of Accepted Manuscripts ............................................................ 45 E. Other Closeout Reporting (see Special Instructions) ....................................................... 45 IV. Post-Project Reporting .................................................................................................... 45 A. Scientific and Technical Reporting ................................................................................... 45 B. Intellectual Property Reporting ....................................................................................... 45 V. Appendix A: Notice To Recipients (Prime Recipients And Subrecipients) Regarding Protected Data, Limited Rights Data And Protected Personally Identifiable Information ........... 46 Template version 03/25 6 *** EERE Reporting Instructions Throughout the performance of the project, it is important that you mark Protected Data/Limited Rights Data as described in Appendix A. It is equally important that you not submit Protected Personally Identifiable Information (Protected PII) to EERE. See Appendix A for guidance on Protected PII. Report Templates Link: http://energy.gov/eere/funding/eere-funding-application-and- management-forms *** I. Project Management Reporting A. Research Performance Progress Report (RPPR) Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within 30 calendar days after the end of the quarterly reporting period (January 30, April 30, July 30, October 30) Every quarter, the prime recipient is required to submit a Research Performance Progress Report (RPPR) for the project – i.e., the entirety of work performed by the prime recipient, subrecipients, and contractors – to EERE. The RPPR must include the following information. Standard Cover Page Data Elements and Reporting Categories The standard cover page data elements and components shown below comprise the complete RPPR format. Each category in the RPPR is a separate reporting component. 1. Cover Page a. Federal Agency and Organization Element to Which Report is Submitted b. Federal Grant or Other Identifying Number Assigned by Agency c. Project Title d. Program Director/Principal Investigator (PD/PI) Name, Title, and Contact Information (e-mail address and phone number) e. Business Contact Name, Title and Contact Information (e-mail address and phone number) f. Name of Submitting Official, Title, and Contact Information (e-mail address and phone number), if other than PD/PI g. Submission Date h. UEI Number i. Recipient Organization (Name and Address) Template version 03/25 7 j. Period of Performance (Start Date, End Date) k. Budget Period (Start Date, End Date) l. Reporting Period End Date m. Current Report Term or Frequency (annual, semi-annual, quarterly, final, other) n. Certification by the Submitting Official that includes: Signature of Submitting Official (electronic signatures (i.e., Adobe Acrobat) are acceptable); date of signature; and the following certification statement: By signing this report, I certify to the best of my knowledge and belief that the report is true, complete, and accurate. I am aware that any false, fictitious, or fraudulent information, misrepresentations, half-truths, or the omission of any material fact, may subject me to criminal, civil or administrative penalties for fraud, false statements, false claims or otherwise. (U.S. Code Title 18, Section 1001, Section 287 and Title 31, Sections 3729- 3730). I further understand and agree that the information contained in this report are material to Federal agency’s funding decisions and I have an ongoing responsibility to promptly update the report within the time frames stated in the terms and conditions of the above referenced Award, to ensure that my responses remain accurate and complete. 2. Accomplishments What was done? What was learned? The information provided in this section allows the agency to assess whether satisfactory progress has been made during the reporting period. The PI is reminded that the grantee is required to obtain prior written approval from the Contracting Officer whenever there are significant changes in the project or its direction. Requests for prior written approval must be submitted to the Contracting Officer. a. What are the major goals and objectives of this project? List the major goals of the project as stated in the approved application or as approved by the agency. Describe the proposed technical approach to obtain those goals. If the application lists milestones/target dates for important activities or phases of the project, identify these dates and show actual completion dates or the percentage of completion. Generally, the goals will not change from one reporting period to the next. However, if the awarding agency approved changes to the goals during the reporting period, list the revised goals and objectives. Also explain any significant changes in approach or methods from the agency approved application or plan. b. What was accomplished under these goals? Template version 03/25 8 For this reporting period describe: 1) major activities; 2) specific objectives; 3) significant results or key outcomes, including major findings, developments, or conclusions (both positive and negative); and/or 4) other achievements. Include a discussion of stated goals not met. As the project progresses, the emphasis in reporting in this section should shift from reporting activities to reporting accomplishments. c. What opportunities for training and professional development has the project provided? Describe opportunities for training and professional development provided to anyone who worked on the project or anyone who was involved in the activities supported by the project. “Training” activities are those in which individuals with advanced professional skills and experience assist others in attaining greater proficiency. Training activities may include, for example, courses or one-on-one work with a mentor. “Professional development” activities result in increased knowledge or skill in one’s area of expertise and may include workshops, conferences, seminars, study groups, and individual study. Include participation in conferences, workshops, and seminars not listed under major activities. If the project was not intended to provide training and professional development opportunities or there is nothing significant to report during this reporting period, state “Nothing to Report.” d. How have the results been disseminated to communities of interest? Describe how the results have been disseminated to communities of interest. Include any outreach activities that have been undertaken for the purpose of enhancing public understanding and increasing interest in learning and careers in science, technology, and the humanities. If there is nothing significant to report during this reporting period, state “Nothing to Report.” e. What do you plan to do during the next reporting period to accomplish the goals and objectives? Describe briefly what you plan to do during the next reporting period to accomplish the goals and objectives. If there are no changes to the agency-approved application or plan for this project or if this is the final report, state “Nothing to Report.” 3. Products What has the project produced? Template version 03/25 9 Publications are the characteristic product of research. Agencies evaluate what the publications demonstrate about the excellence and significance of the research and the efficacy with which the results are being communicated to colleagues, potential users, and the public, not just the number of publications. Many projects (though not all) develop significant products other than publications. Agencies assess and report both publications and other products to Congress, communities of interest, and the public. List any products resulting from the project during the reporting period. Examples of products include: publications, conference papers, and presentations; website(s); technologies or techniques; inventions, patent applications, and/or licenses; and other products, such as data or databases, physical collections, audio or video products, software, models, educational aids or curricula, instruments or equipment, research material, interventions (e.g., clinical or educational), new business creation or any other public release of information related to the project. If there is nothing significant to report or if no products were developed during this reporting period, state “Nothing to Report.” a. Publications, conference papers, and presentations Report the publication(s) resulting from the work under this award. There is no restriction on the number. However, agencies are most interested in those publications that most reflect the work under this award in the following categories: Please note: Recipients must use the EERE acknowledgement and legal disclaimer language as described in the Special Terms and Conditions (additional information can be found at the EERE Communications Standards website: https://www.energy.gov/eere/communicationstandards/eere-branded- publications-developed-third-parties). The recipient is reminded that all data produced under the award should comply with the award’s data management plan (DMP). The DMP provides a plan for making all research data displayed in publications resulting from the proposed work digitally accessible at the time of publication. At a minimum, the DMP (1) describes how data sharing and preservation will enable validation of the results from the proposed work, how the results could be validated if data are not shared or preserved and (2) has a plan for making all research data displayed in publications resulting from the proposed work digitally accessible at the time of publications. For more information on DMPs, please visit https://www.energy.gov/eere/funding/eere-digital-data-management. i. Accepted Manuscript(s) of Journal Article List peer-reviewed articles or papers that have been submitted for publication in scientific, technical, or professional journals. Include any paper submitted for Template version 03/25 10 peer-reviewed publication in the periodically published proceedings of a scientific society, a conference, or the like. A publication in the proceedings of a one-time conference, not part of a series, should be reported under “Books or other non-periodical, one-time publications.” Identify for each publication: Author(s); title; journal; volume: year; page numbers; status of publication (published; accepted, awaiting publication; submitted, under review; other); acknowledgement of federal support (yes/no); legal disclaimer language (yes/no). Also see instructions under II. Scientific/Technical Reporting regarding the submission of accepted manuscripts and other STI as appropriate. ii. Books or other non-periodical, one-time publications Report any book, monograph, dissertation, abstract, or the like published as or in a separate publication, rather than a periodical or series. Include any significant publication in the proceedings of a one-time conference or in the report of a one-time study, commission, or the like. Identify for each one-time publication: author(s); title; editor; title of collection, if applicable; bibliographic information; year; type of publication (book, thesis or dissertation, other); status of publication (published; accepted, awaiting publication; submitted, under review; other); acknowledgement of federal support (yes/no); legal disclaimer language (yes/no). iii. Other publications, conference papers and presentations Identify any other publications, conference papers and/or presentations not reported above. Specify the status of the publication as noted above. b. Website(s) List the URL for any Internet site(s) that disseminates the results of the research activities. A short description of each site should be provided. It is not necessary to include the publications already specified above in this section. c. Technologies or techniques Identify technologies or techniques that have resulted from the research activities. Describe the technologies or techniques and how they are being shared. d. Inventions, patent applications, and/or licenses Identify inventions, patent applications with date, and/or licenses that have resulted from the research. Submission of this information as part of an interim report or Final Technical Report is not a substitute for any other invention reporting required under the terms and conditions of an award. Template version 03/25 11 e. Other products Identify any other significant products that were developed under this project. Describe the product and how it is being shared. Examples of other products are: Data or databases; Physical collections; Audio or video products; Software; Models; Educational aids or curricula; Instruments or equipment; Research material (e.g., germplasm, cell lines, DNA probes, animal models); Interventions (e.g. clinical, educational); new business creation; and Other. 4. Participants & Other Collaborating Organizations Have there been any changes to the Participants and Collaborating Organizations information previously submitted to DOE? No ☐; Yes ☐; N/A ☐. If yes, the Recipient must submit updated information. See Section II.A. Participants and Collaborating Organizations. The following information on participants (individuals) was provided during award negotiations. On a quarterly basis, provide updates as needed. For changes to covered individuals, please refer to the Current and Pending Support reporting for additional requirements. a. What individuals have worked on the project? Provide the following information for individuals at the prime recipient and subrecipient level: (1) covered individuals as defined in the Terms and Conditions, and (2) each person who has worked or is expected to work at least one person month per year on the project regardless of the source of compensation (a person month equals approximately 160 hours of effort). i. Name ii. Organization iii. Job Title iv. Role in the project v. Start and end date (month and year) working on the project vi. State, U.S. territory, and/or country of residence vii. Whether this person collaborated with an individual or entity located in a foreign country in connection with the scope of this Award, and viii. If yes to a. vii, whether the person traveled to the foreign country as part of that collaboration, and, if so, where and what the duration of stay was. 5. Current and Pending Support Have there been any changes to the information included in the current and pending support disclosures previously submitted to DOE? No ☐; Yes ☐; N/A ☐.. If yes, the Recipient must submit updated information. See Section II.B. Current and Pending Support. Template version 03/25 12 Have there been any changes to covered individuals? No ☐; Yes ☐; N/A ☐. If yes, the Recipient must submit a current and pending support disclosure and CV or Biosketch for any new covered individuals. See Current and Pending Support. 6. Impact What is the impact of the project? How has it contributed? Over the years, this base of knowledge, techniques, people, and infrastructure is drawn upon again and again for application to commercial technology and the economy, to health and safety, to cost-efficient environmental protection, to the solution of social problems, to numerous other aspects of the public welfare, and to other fields of endeavor. The taxpaying public and its representatives deserve a periodic assessment to show them how the investments they make benefit the nation. Through this reporting format, and especially this section, recipients provide that assessment and make the case for federal funding of research and education. Agencies use this information to assess how their research programs: increase the body of knowledge and techniques; enlarge the pool of people trained to develop that knowledge and techniques or put it to use; and improve the physical, institutional, and information resources that enable those people to get their training and perform their functions. This component will be used to describe ways in which the work, findings, and specific products of the project have had an impact during this reporting period. Describe distinctive contributions, major accomplishments, innovations, successes, or any change in practice or behavior that has come about as a result of the project relative to: the development of the principal discipline(s) of the project; other disciplines; the development of human resources; teaching and educational experiences; physical, institutional, and information resources that form infrastructure; technology transfer (include transfer of results to entities in government or industry, adoption of new practices, or instances where research has led to the initiation of a startup company); society beyond science and technology; or foreign countries. a. What was the impact on the development of the principal discipline(s) of the project? Describe how findings, results, and techniques that were developed or extended, or other products from the project made an impact or are likely to make an impact on the base of knowledge, theory, and research and/or pedagogical methods in the principal disciplinary field(s) of the project. Summarize using language that a lay audience can understand (Scientific American style). How the field or discipline is defined is not as important as covering the impact the work has had on knowledge Template version 03/25 13 and technique. Make the best distinction possible, for example, by using a “field” or “discipline”, if appropriate, that corresponds with a single academic department (i.e., physics rather than nuclear physics). If there is nothing significant to report during this reporting period, state “Nothing to Report.” b. What was the impact on other disciplines? Describe how the findings, results, or techniques that were developed or improved, or other products from the project made an impact or are likely to make an impact on other disciplines. If there is nothing significant to report during this reporting period, state “Nothing to Report.” c. What was the impact on the development of human resources? Describe how the project made an impact or is likely to make an impact on human resource development in science, engineering, and technology. For example, how has the project: provided opportunities for research and teaching in the relevant fields; developed and disseminated new educational materials; provided scholarships; or provided exposure to science and technology for practitioners, teachers, young people, or other members of the public? If there is nothing significant to report during this reporting period, state “Nothing to Report.” d. What was the impact on teaching and educational experiences? Describe how the project made an impact or is likely to make an impact on teaching and educational experiences. For example, has the project: developed and disseminated new educational materials; led to ideas for new approaches to course design or pedagogical methods; or developed online resources that will be useful for teachers and students and other school staff? If there is nothing significant to report during this reporting period, state “Nothing to Report.” e. What was the impact on physical, institutional, and information resources that form infrastructure? Describe ways, if any, in which the project made an impact, or is likely to make an impact, on physical, institutional, and information resources that form infrastructure, including: physical resources such as facilities, laboratories, or instruments; institutional resources (such as establishment or sustenance of Template version 03/25 14 societies or organizations); or information resources, electronic means for accessing such resources or for scientific communication, or the like. If there is nothing significant to report during this reporting period, state “Nothing to Report.” f. What was the impact on technology transfer? Describe ways in which the project made an impact, or is likely to make an impact, on commercial technology or public use, including: transfer of results to entities in government or industry; instances where the research has led to the initiation of a start-up company; or adoption of new practices. If there is nothing significant to report during this reporting period, state “Nothing to Report.” g. What was the impact on society beyond science and technology? Describe how results from the project made an impact, or are likely to make an impact, beyond the bounds of science, engineering, and the academic world on areas such as: improving public knowledge, attitudes, skills, and abilities; changing behavior, practices, decision making, policies (including regulatory policies), or social actions; or improving social, economic, civic, or environmental conditions. If there is nothing significant to report during this reporting period, state “Nothing to Report.” h. What percentage of the award’s budget was spent in foreign country(ies)? Describe what percentage of the award’s budget was spent in foreign country(ies). If more than one foreign country is involved, identify the distribution between the foreign countries. U.S.-based recipients should provide the percentage of the budget spent in the foreign country(ies) and/or, if applicable, the percentage of the budget obligated to foreign entities as first-tier subawards. Recipients that are not U.S.-based should provide the percentage of the direct award received, excluding all first-tier subawards to U.S. entities. If applicable, provide separately the percentage of the budget obligated to non-U.S. entities as first-tier subawards. 7. Changes/Problems The PD/PI is reminded that the grantee is required to obtain prior written approval from the Contracting Officer whenever there are significant changes in the project or its Template version 03/25 15 direction. Requests for prior written approval must be submitted to the Contracting Officer. If not previously reported in writing, provide the following additional information, if applicable: Changes in approach and reasons for change; Actual or anticipated problems or delays and actions or plans to resolve them; Changes that have a significant impact on expenditures; Significant changes in use or care of animals, human subjects, and/or biohazards. If there is nothing significant to report during this reporting period, state “Nothing to Report.” a. Changes in approach and reasons for change Describe any changes in approach during the reporting period and reasons for these changes. Remember that significant changes in objectives and scope require prior approval of the Contracting Officer. If there is nothing significant to report during this reporting period, state “Nothing to Report.” b. Actual or anticipated problems or delays and actions or plans to resolve them Describe problems or delays encountered during the reporting period and actions or plans to resolve them. If there is nothing significant to report during this reporting period, state “Nothing to Report.” c. Changes that have a significant impact on expenditures Describe changes during the reporting period that may have a significant impact on expenditures, for example, delays in hiring staff or favorable developments that enable meeting objectives at less cost than anticipated. If there is nothing significant to report during this reporting period, state “Nothing to Report.” d. Significant changes in use or care of human subjects, vertebrate animals, biohazards, and/or select agents Describe significant deviations, unexpected outcomes, or changes in approved protocols for the use or care of human subjects, vertebrate animals, biohazards and/or select agents during the reporting period. If required, were these changes approved by the applicable institution committee and reported to the agency? Also specify the applicable Institutional Review Board/Institutional Animal Care and Use Committee approval dates. Template version 03/25 16 If there is nothing significant to report during this reporting period, state “Nothing to Report.” e. Change of primary performance site location from that originally proposed Identify any change to the primary performance site location identified in the proposal, as originally submitted. If there is nothing significant to report during this reporting period, state “Nothing to Report.” 8. Special Reporting Requirements Respond to any special reporting requirements specified in the award terms and conditions, as well as any award specific reporting requirements. 9. Budgetary Information This component will be used to collect budgetary data from the recipient organization. The information will be used in conducting periodic administrative/budgetary reviews. Budgetary data identified and required by the Contracting Officer should be submitted in an Excel spreadsheet format. B. Financial Report SF-425 Federal Financial Report Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within 30 calendar days after the end of the quarterly reporting period (January 30, April 30, July 30, October 30) and within 120 calendar days after expiration or termination of the award Every quarter, the prime recipient is required to submit a completed SF-425 for the project to EERE, covering the entirety of work performed by the prime recipient, subrecipients, and contractors – to EERE. A fillable version of the SF-425 is available at https://www.energy.gov/eere/funding/eere-funding-application-and-management-forms. C. Scientific and Technical Reporting The dissemination of scientific and technical information (STI) ensures public access to the results of federally funded research. STI refers to information products in any medium or format used to convey results, findings, or technical innovations from research and development or other scientific and technological work that are prepared with the intention of being preserved and disseminated in the broadest sense applicable (i.e., to the public or, in the case of controlled unclassified information or classified information, disseminated Template version 03/25 17 among authorized individuals). By properly submitting STI to DOE Energy Link System (E- Link), the information will be made available to the public through OSTI.GOV. NOTE: SCIENTIFIC/TECHNICAL PRODUCTS INTENDED FOR PUBLIC RELEASE MUST NOT CONTAIN PROTECTED PERSONALLY IDENTIFIABLE INFORMATION (PII). Please refer to Appendix A for more information. NOTE: For awards made after August 8, 2024, the digital persistent identifier (e.g., ORCID iD) for individuals must be used when publishing products (when that is an option). The digital persistent identifier for individuals must be provided when reporting outputs to the Department of Energy Office of Scientific and Technical Information (DOE OSTI). 1. Accepted Manuscript of Journal Article Submit to: DOE Energy Link System (E-Link) available at http://www.osti.gov/elink-2413 Submission deadline: No later than the published online date of the article Public access to scholarly publications is enabled by providing the Accepted Manuscript (AM) of the Journal Article to DOE OSTI and is consistent with the U.S. Government's retained license to published results of federally-funded research. If the recipient has a journal article accepted for publication which includes information/data produced under the award, then the recipient must submit an AN 241.3, as described below, no later than the published online date of the article. Content. The recipient is to provide the final peer-reviewed AM, i.e., the version of a journal article that has been peer reviewed and accepted for publication in a journal. Do NOT submit the journal’s published version of the article, i.e., do NOT submit a copyrighted reprint. Please see the Accepted Manuscript FAQ https://www.energy.gov/eere/funding/downloads/quarterly-and-annual-reports for more information. DOE will make no additional review of the content of the AM because the AM is the version of the journal article with the content to be published (i.e., publicly released) by the journal publisher. The recipient must self-certify at the time of submission to EERE via E-Link that the content is appropriate and that it is not a copyrighted reprint, i.e., the final version of the published article. Recipients are reminded that the article is to include an acknowledgement of federal support and a legal disclaimer as required in the “Publications” Term in the award Special Terms and Conditions (additional information can be found at the EERE Communications Standards website: Template version 03/25 18 https://www.energy.gov/eere/communicationstandards/eere-branded-publications- developed-third-parties). The recipient is also reminded that all data produced under the award should comply with the award’s data management plan (DMP). The DMP provides a plan for making all research data displayed in publications resulting from the proposed work digitally accessible at the time of publication. At a minimum, the DMP (1) describes how data sharing and preservation will enable validation of the results from the proposed work, how the results could be validated if data are not shared or preserved and (2) has a plan for making all research data displayed in publications resulting from the proposed work digitally accessible at the time of publications. For more information on DMPs, please visit https://www.energy.gov/eere/funding/eere-digital-data-management. Electronic Submission Process. The AM of the Journal Article must be provided electronically via the DOE Energy Link System (E-Link) and must be accompanied by a completed DOE Announcement Notice (AN) 241.3 (http://www.osti.gov/elink-2413). 2. Conference Product(s) Submit to: DOE Energy Link System (E-Link) available at http://www.osti.gov/elink-2413 Submission deadline: Within five (5) calendar days after the event, or as specified The recipient must submit a copy of any scientific/technical conference papers, proceedings, or presentations. Content: The content should include a copy of the paper, presentation, or proceeding and: (1) name of conference; (2) location of conference; (3) date of conference; and (4) conference sponsor. Also include an acknowledgement of federal support and a legal disclaimer as described in the Special Terms and Conditions (additional information can be found at the EERE Communications Standards website: https://www.energy.gov/eere/communicationstandards/eere-branded-publications- developed-third-parties). Electronic Submission Process: Scientific/technical conference proceedings, papers/presentations or must be submitted via the DOE Energy Link System (E-Link) with a completed DOE Announcement Notice (AN) 241.3 (https://www.osti.gov/elink- 2413). The recipient is responsible for ensuring the suitability of the content for public release. The terms and conditions of award provide that submissions must not contain any Protected Personally Identifiable Information (PII), limited rights data (proprietary data), Template version 03/25 19 classified information, information subject to export control classification, or other information not subject to release. For more information, please review the Conference Products FAQ at https://www.energy.gov/eere/funding/downloads/quarterly-and-annual-reports. 3. Technical Report(s) Submit to: DOE Energy Link System (E-Link) available at http://www.osti.gov/elink-2413 Submission deadline: Within five (5) calendar days after the event, or as specified The recipient must submit a copy of any scientific/technical reports. Content: The content should include a copy of the report as well as an acknowledgement of federal support and a legal disclaimer as described in the Special Terms and Conditions (additional information can be found at the EERE Communications Standards website: https://www.energy.gov/eere/communicationstandards/eere- branded-publications-developed-third-parties). Electronic Submission Process: Scientific/technical reports must be submitted via the DOE Energy Link System (E-Link) with a completed DOE Announcement Notice (AN) 241.3 (https://www.osti.gov/elink-2413). The recipient is responsible for ensuring the suitability of the content for public release. The terms and conditions of award provide that submissions must not contain any Protected Personally Identifiable Information (PII), limited rights data (proprietary data), classified information, information subject to export control classification, or other information not subject to release. 4. Software & Manual(s) Submit to: DOE CODE: https://www.osti.gov/doecode/ Submission deadline: Within five (5) calendar days after the event, or as specified The recipient must submit all software deliverables created under the award, as well as any accompanying documentation or manuals. DOE CODE is DOE’s software services platform for submitting and searching for software resulting from DOE-funded research. Through submission to DOE CODE, users have the Template version 03/25 20 option to obtain a Digital Object Identifier (DOI) for the code, making it more easily discoverable, citable, and shared. Content. When a recipient submits software to OSTI through DOE CODE, a set of required metadata elements and a link to the software repository must be provided. Submission Process. Recipients will submit software by going to https://www.osti.gov/doecode/. Before submissions can be made, the recipient will be required to create an account. The recipient may create an account by visiting the top right of the DOE CODE homepage. Once the account is created, submissions may be made through the submit software/code link on the homepage. For more information about DOE CODE please visit https://www.osti.gov/doecode/faq. 5. Dataset(s) Submit to: DOE Energy Link System (E-Link) available at https://www.osti.gov/elink/241-6- submission.jsp Submission deadline: Within five (5) calendar days after the event, or as specified Scientific/technical datasets (data-streams, data files, etc.) support the technical reports and published literature resulting from DOE-funded research. They are also recognized as valuable information entities in their own right that, now and in the future, need to be available for citation, discovery, retrieval, and reuse. The assignment and registration of a Digital Object Identifier (DOI) is a free service for DOE-funded researchers which is provided by OSTI to enhance access to this important resource. In order to obtain a DOI, provide to OSTI the specific data elements relevant to the dataset, as specified in DOE AN 241.6. Content. If the recipient generates publicly available datasets resulting from work funded by DOE, they may announce these datasets to OSTI and have them registered with DataCite to obtain a DOI, which ensures long-term linkage between the DOI and the dataset’s location. To register and publicly announce a dataset, the recipient must provide an AN 241.6, including the required data elements needed for describing the dataset. Note: Do NOT submit the dataset itself, only the metadata for registering the dataset, obtaining a DOI, and announcing its availability. Electronic Submission Process. Notification of scientific datasets must be submitted electronically via the DOE Energy Link System (E-Link) and must be accompanied by a completed DOE Announcement Notice (AN) 241.6 (https://www.osti.gov/elink/241-6- submission.jsp). Within the AN 241.6, provide relevant information about the dataset as well as the URL where the dataset can be accessed. Template version 03/25 21 6. Other STI (Dissertation / Thesis, etc.) Submit to: http://www.osti.gov/elink-2413 Submission deadline: Within five (5) calendar days after the event, or as specified Recipients are encouraged to announce other forms of STI especially if they are the primary means by which certain research results are disseminated or if they contain research results not already announced to DOE by the recipient in technical reports, accepted journal articles, conference products, software, and datasets. Other types of scientific and technical information produced which may be used for public dissemination of project results include: dissertation/thesis, patent, book, or other similar products. These types of STI may also be announced using DOE AN 241.3 by following instructions on the E-Link website (http://www.osti.gov/elink-2413). D. Intellectual Property Reporting 1. Intellectual Property Reporting Submit to: http://www.iEdison.gov Submission deadline: Within five (5) calendar days after the event, or as specified iEdison requires a login and password. If the recipient’s organization does not already have an iEdison administrator account, the recipient may register for one at: iEdison Registration. In accordance with the patent rights clause of the award, the recipient and subrecipient(s), if any, must complete the following intellectual property reports in iEdison when applicable: Disclosing a subject invention, including anticipated uses and sales (use iEdison’s Invention Report); Reporting publications, manuscript submissions, or other public disclosures concerning a subject invention (add documents to the Invention Report); If authorized by the award agreement, electing (or declining) to retain title to a subject invention (modify the Invention Report and input “Title Election Date” or “Not Elect Title Reason”); Template version 03/25 22 Disclosing the filing or termination of patent applications on a subject invention (i.e., patent applications disclosing or claiming a subject invention). Patent disclosures must be made (using iEdison’s Patent Report) for filing the following patent applications: • An initial domestic patent application (including provisional or non-provisional); • A domestic divisional or continuation patent application; • A domestic continuation-in-part application; and • A foreign patent application. Discontinuing prosecution of a patent application, maintenance of a patent, or defense in a patent reexamination or opposition proceeding, regardless of jurisdiction (modify the Patent Report); and, Requesting an extension of time to: • Elect (or decline) to retain title to a subject invention (modify the Invention Report); and • File an initial domestic or foreign patent application (modify the Invention Report). Failure to submit Intellectual Property Reporting Forms in a timely manner may result in forfeiture of the recipient’s or subrecipient’s rights in the subject inventions and related patent applications. Please review the Invention Reporting FAQs https://www.energy.gov/eere/funding/downloads/quarterly-and-annual-reports for more information. 2. Invention Utilization Report Submit to: http://www.iEdison.gov Submission deadline: For each subject invention, reports are due annually once the recipient or subrecipient elects to retain title to the subject invention and must continue to be provided for 10 years thereafter The recipient and subrecipient(s) must provide Invention Utilization Reports for each subject invention that the recipient or subrecipient retains ownership. Reports are due annually starting one year after the recipient or subrecipient elects to take title and must continue to be provided for 10 years thereafter or until the recipient or subrecipient informs DOE in writing that it no longer wants to retain title in the subject invention. Failure to submit Invention Utilization Reports in a timely manner may result in forfeiture of the recipient’s or subrecipient’s rights in the subject inventions. E. Project Management Plan (PMP) Template version 03/25 23 Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within six (6) weeks of the effective date of the EERE award Iterations and Maintenance The recipient is required to develop, update, and adhere to a project management plan. The purpose of the plan is to establish cost, schedule, and technical performance baselines, and to formalize the processes by which the project will be managed. These processes include considerations such as risk management, change management, and communications management. While it is primarily the project recipient’s responsibility to maintain the plan, federal staff may request changes. The plan is intended to be a living document, modified as necessary, and comprising the following iterations: Application Draft The recipient must submit a draft of the project management plan with the initial application for financial assistance. Negotiation Draft The selected recipient may be called upon by the selecting Office to revise its project management plan during the negotiation phase. Active Plan Following formal award of the financial assistance agreement, the recipient must submit an updated project management plan, to include any changes requested during negotiation and a timeline based upon the actual award date. 1. Revised Plan(s) During the life of the project the recipient must submit a revised project management plan based on the following circumstances: a. Developments that have a significant favorable impact on the project. b. Problems, delays, or adverse conditions which materially impair the recipient’s ability to meet the objectives of the award or which may require the program office to respond to questions relating to such events from the public. Specifically, the recipient must update the plan when any of the following incidents occur: i. Any event which is anticipated to cause significant schedule or cost changes, such as changes to the funding and costing profile or changes to the project timeline. ii. Any change to Technology Readiness Level. Template version 03/25 24 iii. Any significant change to risk events (including both potential and realized events) or to risk management strategies. iv. Failure to meet a milestone or milestones; any dependencies should be adjusted. v. Any changes to partnerships. vi. Any significant change to facilities or other project resources. vii. Any other incident that has the potential for high visibility in the media. 2. Content of revised PMP Project Title: The DOE award number and project title Recipient Organization: Official name of the recipient organization Principal Investigator: The name and title of the project director/ principal investigator Date of Plan: The date the plan or plan revision was completed The revised PMP must describe changes to any of the following sections of the PMP as well as provide updated versions of any logs, tables, charts, or timelines. a. Executive Summary: Provide a description of the project that includes the objective, project goals, and expected results. The description should include a high-level description of the technology, potential use or benefit of the technology, location of work sites and a brief discussion of work performed at each site, along with a description of project phases (if the project includes phases). b. Technology Readiness Levels (TRLs): Identify the readiness level of the technology associated with the project as well as the planned progression during project execution. A detailed explanation of the rationale for the estimated technology readiness level should be provided. Specific entry criteria for the next higher technology readiness level should be identified. Guidance on TRL levels can be found here: https://www.energy.gov/eere/funding/downloads/guidance-documents. c. Risk Management: Provide a summary description of the proposed approach to identify, analyze, and respond to potential risks associated with the proposed project. Project risk events are uncertain future events that, if realized, impact the success of the project. At a minimum, include the initial identification of significant technical, resource, and management issues that have the potential to impede project progress and strategies to minimize impacts from those issues. The risk management approach should be tailored to the TRL. If a project or task is expected to progress to a higher TRL, then the risk plan should address the retirement of any risks associated with the first TRL and identify new risks related to moving to the next TRL. Additionally, the Template version 03/25 25 risk management approach should include risk opportunities that if realized, could benefit the project. d. Milestone Log: Provide milestones for each budget period (or phase) of the project. Each milestone should include a title and planned completion date. Milestones should be quantitative (e.g., a date, a decision to be made, a key event) and show progress toward budget period and/or project goals. Milestones should also be important and few. Higher TRL projects (Demonstration and Deployment) typically have the most detailed milestone logs compared to lower TRL level projects (Research and Development). If applicable, milestones chosen should clearly reflect progress through various TRL stages. Note: The Milestone Status must present actual performance in comparison with the Milestone Log, and include: • The actual status and progress of the project, • Specific progress made toward achieving the project's milestones, and • Any proposed changes in the project's schedule required to complete milestones. e. Funding and Costing Profile: Provide a table (the Project Funding Profile) that shows, by budget period, the amount of government funding going to each project team member. Also, a table (the Project Costing Profile) which projects, by month, the expenditure of both government and recipient funds for the first budget period, at a minimum. The Funding and Costing Profile should show the relationships with the Milestone Log (Item 4 above) and Project Timeline (Item 6 below); for example, Funding and Costing information could be shown as an overlay on milestone or timeline charts. f. Project Timeline: Provide a timeline of the project (similar to a Gantt chart) broken down by each task and subtask, as described in the Statement of Project Objectives. The timeline should include a start date and end date for each task, as well as interim milestones. The timeline should also show interdependencies between tasks and include the milestones that are identified in the Milestone Log (Item 4 above). The timeline should also show the relationship to the Project Costing Profile (Item 5 above). If applicable, the timeline should include activities and milestones related to achieving succeeding TRLs. g. Success Criteria at Decision Points: Provide well-defined success criteria for each decision point in the project, including go/no-go decision points and the conclusions of budget periods and the entire project. The success criteria should be objective and stated in terms of specific, Template version 03/25 26 measurable, and repeatable data. Usually, the success criteria pertain to desirable outcomes, results, and observations from the project. Key milestones can be associated with success criteria. If applicable, the success criteria should include exit criteria for progressing from one TRL to the next. h. Key Partnerships, Teaming Arrangements and Team Members: Provide a list of key team members in the project as well as the role and contact information of each. A hierarchical project organization and structure chart should be provided along with a description of the role and responsibilities of each team member in terms of contribution to project scope. The section should also include key team members who fulfill single or multiple roles within a project as well as the contact information for each. i. Facilities and Resources: Provide a list of project locations along with a discussion of capabilities and activities performed at each site in terms of contribution to project scope. The address of each work site should be provided. j. Communications Management: Describe the communications needs and expectations for the project team members. The communications plan may be simple or detailed, depending on the complexity of the project. At a minimum, the plan should include contact information, methods of communicating and anticipated frequency. k. Change Management: Provide a description of the process for managing change on the project. Describe how change will be monitored, controlled and documented within the project. This includes, but is not limited to, changes to the Scope, Schedule, and Budget. If applicable, Change Management should include assessing how changes impact TRLs. F. Special Status Reports Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within five (5) calendar days after the event, or as specified Problems, delays, or adverse conditions which materially impair the recipient’s ability to meet the objectives of the award or which may require DOE to respond to questions relating to such events from the public. The recipient must report any of the following incidents and include the anticipated impact and remedial action to be taken to correct or resolve the problem/condition. Template version 03/25 27 Within forty-eight (48) hours, provide notification to the DOE Project Lead by email, with a copy to the cognizant Grants Officer, the following events: 1. Any fatality, injury, or illness that results in loss of consciousness or requires medical treatment beyond first aid involving an employee, or member of the public. 2. An imminent or actual environmental contamination or the need for environmental cleanup (including, but not limited to, contamination or cleanup resulting from an accident connected to or arising from the presence, leakage or spill of hazardous materials) in accordance with National Environmental Policy Act 42 USC §§4321, et seq. Examples of due care may include, but are not limited to, visual site inspection of any portions of the property where environmental contamination is likely or suspected, or other reasonable measures. Such notice must be made to DOE following any immediate mitigation efforts, as appropriate, and contacts made to requisite agencies. 3. Actual physical property damage in excess of $50,000. Within 48 hours, the recipient is responsible for reporting cybersecurity incident(s) as follows 4. The recipient is responsible for identifying a cybersecurity incident. In general, a cybersecurity incidents is identified as any incident that may cause financial harm or loss of intellectual property created or supported in performance of the award, including malware and ransomware attacks; affecting operations or the security of, or access to, data, including disruption of both physical operations and business operations for a duration greater than one (1) hour or any Cybersecurity incidents that have national security implications. Once identified, the Recipient is responsible for reporting Cybersecurity incidents to the Cyber Incident mailbox within 48 hours of the incident. The recipient sends a password protected document via email attachment that includes the date and time of the incident, a high-level description of the incident, a summary of the known impacts, and current and planned mitigation activities. The recipient sends a second email to the Cyber Incident mailbox including the password to the protected document. Within 5 business days, submit to https://www.eere-pmc.energy.gov/SubmitReports.aspx 5. If the recipient or project team member receives any other award of federal funds for activities that potentially overlap with the activities funded under the DOE award, the recipient must promptly notify DOE in writing of the potential overlap and state whether project funds from any of those other federal awards have been, are being, or are to be used (in whole or in part) for one or more of the identical cost items under the DOE award. Template version 03/25 28 6. If an individual on the project team is or is believed to be participating in a foreign government-sponsored talent recruitment program of a foreign country of risk. 7. If the recipient is considering new collaborations with foreign entities and governments, the recipient must provide written notification to DOE and await further guidance from DOE prior to contacting the proposed foreign entity or government regarding the potential collaboration or negotiating the terms of any potential agreement. In general, a collaboration will involve some provision of a thing of value to, or from, the recipient. A thing of value includes but may not be limited to all resources made available to, or from, the recipient in support of and/or related to the DOE award, regardless of whether or not they have monetary value. Things of value also may include in-kind contributions (such as office/laboratory space, data, equipment, supplies, employees, students). In-kind contributions not intended for direct use on the DOE award but resulting in provision of a thing of value from or to the DOE award must also be reported. 8. Any current or pending subsidiary, foreign business entity, or offshore entity that is based in or funded by any foreign country of risk or foreign entity based in a country of risk. 9. Any current or pending contractual or financial obligation or other agreement specific to a business arrangement, or joint venture-like arrangement with an entity owned by a country of risk or foreign entity based in a country of risk. 10. Any current or pending change in ownership structure of the recipient or subrecipients that increases foreign ownership related to a country of risk. Each notification shall be accompanied by a complete and up-to-date capitalization table showing all equity interests held including limited liability company (LLC) and partnership interests, as well as derivative securities. Include both the number of shares issued to each equity holder, as well as the percentage of that series and of all equity on fully diluted basis. For each equity holder, provide the place of incorporation and the principal place of business, as applicable. If the equity holder is a natural person, identify the citizenship(s). 11. Any current or pending venture capital or institutional investment by an entity that has a general partner or individual holding a leadership role in such entity who has a foreign affiliation with any foreign country of risk. 12. Any current or pending technology licensing, transfer or intellectual property sales to a foreign country of risk within the same technology area as the award (e.g., batteries, biotechnology, grid, energy generation and storage, advanced computing). 13. Any changes to the recipient or the subrecipients’ board of directors, including additions to the number of directors, the identity of new directors, as well as each new director’s citizenship, shareholder affiliation (if applicable); each notification shall include a complete up-to-date list of all directors (and board observers), including their full name, citizenship and shareholder affiliation, date of appointment, duration of term, as well as a description of observer rights as applicable. 14. Any proposed changes to the equipment used on the project that would result in: Template version 03/25 29 a. Unmanned aircraft, control, and communications components originally made or manufactured in a foreign country of risk (including relabeled or rebranded equipment). b. Coded equipment where the source code is written in a foreign country of risk. c. Equipment from a foreign country of risk that will be connected to the internet or other remote communication system. 15. Potential or actual violations of environmental, health, safety, or labor laws and regulations, any significant environmental permit violation, and any incident which causes a significant process or hazard control system failure. 16. Any incident arising out of or relating to work under the award that has the potential for high visibility in the media. 17. Potential or actual violations of federal, state, and municipal laws arising out of or relating to work under the award. 18. Potential or actual noncompliance with DOE reporting requirements under the award. 19. Potential or actual bankruptcy/insolvency of the prime recipient or subrecipient. 20. Potential or actual violation of U.S. export control laws and regulations arising out of or relating to the work under the award. 21. Any notices or claims of patent or copyright infringement arising out of or relating to the performance of the DOE award. 22. Refusal of a subrecipient to accept flow down requirements in the Special Terms and Conditions and/or any Attachment to the DOE award. 23. Any improper claims or excess payments arising out of or relating to work under the award. 24. Potential or actual violations of the cost share requirements under the award. 25. Potential or actual violations of the lobbying restrictions in the award. 26. Any event which is anticipated to cause a significant schedule slippage or cost increase. 27. Developments that have a significant favorable impact on the project. G. Continuation Application Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within five (5) calendar days after the event, or as specified A continuation application is a non-competitive application for an additional budget period within a previously approved period of performance. The continuation application should be submitted at least ninety (90) calendar days before the end of each budget period, or as specified in the Special Terms and Conditions of the award. H. Other Project Management Reporting (see Special Instructions) Template version 03/25 30 Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within five (5) calendar days after the event, or as specified II. Award Management Reporting A. Participants and Collaborating Organizations (See Research Performance Progress Report, Section 4) Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within 30 calendar days after the end of the quarterly reporting period (January 30, April 30, July 30, October 30) only when there has been a change to Participants and Collaborating Organizations. 1. Who has been involved? Agencies need to know who has worked on the project to gauge and report performance in promoting partnerships and collaborations. The following information on participants and other collaborating organizations was provided during award negotiations. If there are any changes to Participants and Collaborating Organizations information previously submitted to DOE, the Recipient must submit updated information within 30 calendar days after the end of the quarterly reporting period in which the change occurred. For changes to covered individuals, please refer to the Current and Pending Support reporting for additional requirements. a. What individuals have worked on the project? Provide the following information for: (1) All covered individuals as defined in the award Terms and Conditions and (2) each person who has worked or is expected to work at least one person month per year on the project regardless of the source of compensation (a person month equals approximately 160 hours of effort). Please note that such reporting does not constitute a formal institutional report of effort on the project, but rather is used by agency program staff to evaluate the progress of the project during a given reporting period. i. Provide the name and identify the role the person played in this project. Indicate the total number of months (including partial months) (Calendar, Academic, Summer) that the individual worked on this project. Using the project roles identified below, select the most senior role in which the person worked on the project for any significant length of time. For example, if an undergraduate student graduated, entered graduate school, and continued to work on the project, show that person as a graduate student, preferably explaining the change in involvement. Template version 03/25 31 ii. Project Roles: PD/PI Co PD/PI Faculty Community College Faculty Technical School Faculty K-12 Teacher Postdoctoral (scholar, fellow or other postdoctoral position) Other Professional Technician Staff Scientist (doctoral level) Statistician Graduate Student (research assistant) Non-Student Research Assistant Undergraduate Student Technical School Student High School Student Consultant Research Experience for Undergraduates (REU) Participant Other (specify) iii. Describe briefly how this person contributed to this project. If information is unchanged from a previous progress report, provide the name only and indicate “no change.” iv. Identify the person’s state, U.S. territory, and/or country of residence. State whether this person has collaborated internationally. If the participant was U.S.-based, state whether this person collaborated internationally with an individual located in a foreign country and specify whether the person traveled to the foreign country as part of that collaboration, and, if so, what the duration of stay was. The foreign country(ies) should be identified. If the participant was not U.S.-based, state whether this person traveled to the U.S. or another country as part of a collaboration, and, if so, what the duration of stay was. The destination country should be identified. Example: • Name: Mary Smith • Total Number of Months: 5.5 • Project Role: Graduate Student • Researcher Identifier: 1234567 Template version 03/25 32 • Contribution to Project: Ms. Smith has performed work in the area of combined error-control and constrained coding. • State, U.S. territory, and/or country of residence: Michigan, U.S.A. • Collaborated with individual in foreign country: Yes • Country(ies) of foreign collaborator: China • Travelled to foreign country: Yes • If traveled to foreign country(ies), duration of stay: 5 months b. What other organizations have been involved as partners? Describe partner organizations – academic institutions, other nonprofits, industrial or commercial firms, state or local governments, schools or school systems, or other organizations (foreign or domestic) – that have been involved with the project. Partner organizations may provide financial or in-kind support, supply facilities or equipment, collaborate in the research, exchange personnel, or otherwise contribute. Provide the following information for each partnership:  Organization Name:  Location of Organization: (if foreign location list country)  Partner’s contribution to the project: (identify one or more) • Financial support; • In-kind support (e.g., partner makes software, computers, equipment, etc., available to project staff); • Facilities (e.g., project staff use the partner’s facilities for project activities); • Collaborative research (e.g., partner’s staff work with project staff on the project); • Personnel exchanges (e.g., project staff and/or partner’s staff use each other’s facilities, work at each other’s site); and • Other.  More detail on partner and contribution (foreign or domestic). c. Have other collaborators or contacts been involved? Some significant collaborators or contacts within the recipient’s organization may not be covered by “What people have worked on the project?” Likewise, some significant collaborators or contacts outside the recipient’s organization may not be covered under “What other organizations have been involved as partners?” For example, describe any significant: • Collaborations with others within the recipient’s organization, especially interdepartmental or interdisciplinary collaborations; • Collaborations or contact with others outside the organization; and Template version 03/25 33 • Collaborations or contacts with others outside the United States or with an international organization. Identify the state(s), U.S. territory(ies), or country(ies) of collaborations or contacts. It is likely that many recipients will have no other collaborators or contacts to report. B. Current and Pending Support Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx or as instructed below Submission deadline: Within thirty (30) calendar days only when there is a change to Current and Pending Support for existing covered individuals. Prior to award, the Recipient was required to provide current and pending support disclosure statements for each principal investigator (PI) and senior/key personnel, at the recipient and subrecipient level, regardless of funding source. New Covered Individuals: Prior to starting work on the project, new covered individuals must submit a current and pending support disclosure and biosketch/resume to the cognizant Technical Project Officer and Grants Officer and must receive approval from DOE. R&D covered individuals are encouraged to comply with the Digital Persistent Identifier (PID) and Research Security Training Requirements Terms. The PID and Research Training will be required for all R&D covered individuals on May 1, 2025 Existing Covered Individuals If there are any changes to current and pending support disclosure statements previously submitted to DOE, the Recipient must submit updated current and pending disclosure statements within thirty (30) days of the change. The Recipient must ensure all covered individuals at the recipient and subrecipient level, are aware of the requirement to submit updated current and pending support disclosure statements to DOE. If there has been a change that would prompt the submission of a new or updated current and pending support disclosure, the instructions to complete the new or updated disclosure is listed below. Current and pending support is intended to allow the identification of potential duplication, overcommitment, potential conflicts of interest or commitment, and all other sources of support. All covered individuals at the recipient and subrecipient level must provide a list of all sponsored activities, awards, and appointments, whether paid or unpaid; provided as a gift with terms or conditions or provided as a gift without terms or conditions; full-time, part-time, or voluntary; faculty, visiting, adjunct, or honorary; cash or in-kind; foreign or Template version 03/25 34 domestic; governmental or private-sector; directly supporting the individual’s research or indirectly supporting the individual by supporting students, research staff, space, equipment, or other research expenses. All foreign government-sponsored talent recruitment programs must be identified in current and pending support. Information Required for Each Activity Sponsor of the Activity The sponsor of the activity or the source of funding. Award Number The federal award number or any other identifying number. Award Title The title of the award or activity. If the title of the award or activity is not descriptive, add a brief description of the research being performed that would identify any overlaps or synergies with the proposed research Total Cost or Value The total cost or value of the award or activity, including direct and indirect costs and cost share. For pending proposals, provide the total amount of requested funding Award Period The "Start Date" through "End Date". Person-months The person-months of effort per year dedicated to the award or activity. Description To identify overlap, duplication of effort, or synergistic efforts, append a description of the other award or activity to the current and pending support. Details Details of any obligations, contractual or otherwise, to any program, entity, or organization sponsored by a foreign government must be provided to DOE upon request to either the applicant institution or DOE. Supporting112 documents of any identified source of support must be provided to DOE on request, including certified translations of any document. Digital Persistent Identifier (e.g., ORCID iD) Providing an ORCID iD is optional until May 2025, and required thereafter for R&D projects. Certification Statement All covered individuals must provide a separate disclosure statement listing the required information above regarding current and pending support. Each individual must sign and date their respective certification statement: I, [Full Name and Title], understand that I have been designated as a covered individual by the federal funding agency. I certify to the best of my knowledge and belief that the information contained in this Current and Pending Support Disclosure Statement is true, complete, and accurate. I understand that any false, fictitious, or fraudulent information, Template version 03/25 35 misrepresentations, half-truths, or omissions of any material fact, may subject me to criminal, civil, or administrative penalties for fraud, false statements, false claims, or otherwise. (18 U.S.C. §§ 1001 and 287, and 31 U.S.C. §§ 3729-3733 and 3801-3812). I further understand and agree that (1) the statements and representations made herein are material to DOE’s funding decision, and (2) I have a responsibility to update the disclosures during the period of performance of the award should circumstances change which impact the responses provided above. I also certify that, at the time of submission, I am not a party in a malign foreign talent recruitment program. The following certification is optional until May 1, 2025, and mandatory thereafter for R&D projects: I further certify that within the past 12 months I have completed one of the following: (1) research security training meeting the guidelines in SEC. 10634(b) of 42 USC 19234, or (2) all of the NSF training modules located https://new.nsf.gov/research- security/training. Foreign Government Sponsorship Details of any obligations, contractual or otherwise, to any program, entity, or organization sponsored by a foreign government must be provided on request to either the applicant institution or DOE. Supporting documents of any identified source of support must be provided to DOE on request, including certified translations of any document. The information may be provided in the common disclosure format available at Common Form for Current and Pending (Other) Support (nsf.gov) to be implemented by DOE. Regardless of the format used, the individual must still include a signature, date, and a certification statement using the language included in the paragraph above. C. Demographic Reporting Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within 30 days after issuance of award DEMOGRAPHIC INFORMATION FOR SIGNIFICANT CONTRIBUTORS (Research Performance Progress Report, Appendix) Demographic data (i.e., sex, ethnicity, race, and disability status) should be provided directly by the Principal Investigator and Business Contact with the understanding that the submission of this report is mandatory. There are no adverse consequences for responding Template version 03/25 36 “Do not wish to provide” in any question. Confidentiality of demographic data will be in accordance with agency’s policy and practices for complying with the requirements of the Privacy Act. Demographic Reporting is submitted via a web-based form in the EERE PMC and includes the questions outlined below. Sex: o Male o Female o Do not wish to provide Ethnicity: o Hispanic or Latina/o o Not-Hispanic or not-Latina/o o Do not wish to provide Race (select one or more): o American Indian or Alaska Native o Asian o Black or African American o Native Hawaiian or other Pacific Islander o White o Do not wish to provide Disability Status: o Yes (check yes if any of the following apply to you)  Deaf or serious difficulty hearing  Blind or serious difficulty seeing even when wearing glasses  Serious difficulty walking or climbing stairs  Other serious disability related to a physical, mental, or emotional condition. o No o Do not wish to provide This measure is designed as a binary measure; it encompasses all self-reported disabilities. Please do not use it to report the number of individuals who have different types of disabilities (e.g., hearing impairments). Note: This construct is not designed to be used at an individual-level (i.e., it should not be used for determining accommodation needs or disability status for particular individuals associated with the project). D. Financial Conflict of Interest Report Template version 03/25 37 Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within thirty (30) calendar days only when there is a change Prior to award, the Recipient was required to: 1) ensure all Investigators on this Award completed their significant financial disclosures; 2) review the disclosures; 3) determine whether a FCOI exists; 4) develop and implement a management plan for FCOIs; and 5) provide DOE with an initial FCOI report that includes all FCOIs (i.e., managed and unmanaged/unmanageable). The Recipient must be in full compliance with the requirements set forth in DOE’s interim COI Policy https://www.energy.gov/management/department-energy-interim-conflict-interest-policy- requirements-financial-assistance. Further, the recipient must submit updated reports within 30 days of a change. The DOE interim Conflict of Interest Policy for Financial Assistance (COI Policy) is applicable to all recipients that receive DOE funding by means of a financial assistance award (e.g., a grant, cooperative agreement, or technology investment agreement) and, through the implementation of this policy by the entity, to each Investigator who is planning to participate in, or is participating in, the project funded wholly or in part under this Award. The term “Investigator” means the PI and any other person, regardless of title or position, who is responsible for the purpose, design, conduct, or reporting of a project funded by DOE or proposed for funding by DOE. The recipient must flow down the requirements of the interim COI Policy to any subrecipient, with the exception of DOE National Laboratories. Further, the recipient must identify all financial conflicts of interests (FCOI), i.e., managed and unmanaged/unmanageable, in its initial and ongoing FCOI reports. E. Tangible Personal Property Report – Annual Property Report (SF-428 & SF-428A) Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within 90 calendar days after the end of the annual reporting period The prime recipient must submit an annual inventory of federally-owned property (government-furnished) where the award specifies that title to the property vests with the federal government, whether it is in the possession of the prime recipient or subrecipient(s). The prime recipient must complete an SF-428 and SF-428A, available at https://www.energy.gov/eere/funding/eere-funding-application-and-management-forms. F. Tangible Personal Property Report – Disposition Request/Report (SF-428 & SF-428C) Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within 5 calendar days of the event or as specified Template version 03/25 38 The prime recipient must request disposition instructions for or report disposition of federally-owned property or equipment acquired with project funds, whether the property or equipment is/was in the possession of the prime recipient or subrecipient(s). Recipients may also be required to provide compensation to the awarding agency when acquired equipment is sold or retained for use on activities not sponsored by the federal government. Any equipment with an acquisition cost above $10,000 must be included in the inventory. If disposition occurs at any time other than award closeout (i.e., at any time throughout the life of the project or after project completion and closeout as long as the federal government retains an interest in the item), the prime recipient must complete an SF-428 and SF-428C, available at https://www.energy.gov/eere/funding/eere-funding-application- and-management-forms. If disposition instructions are requested at the time of award closeout, the prime recipient must submit the SF-428 and SF-428B (see III. Closeout Reporting). Please note that the SF-428 family of documents is in the process of being updated to increase the threshold to $10,000 per the 2024 updates to 2CFR effective October 1, 2024. Only the EERE Contracting Officer has authority to approve disposition requests and issue disposition instructions. G. Uniform Commercial Code (UCC) Financing Statements Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within five (5) calendar days after the event, or as specified. If a for-profit recipient or subrecipient desires to purchase a piece of equipment for their project, and the per-unit dollar value of said equipment is $5,000 or more, and the federal share of the financial assistance agreement is more than $1M, the recipient or subrecipient must file a UCC financing statement. A UCC financing statement provides public notice that the federal government has an undivided reversionary interest in the equipment, and as such the equipment cannot be sold or used as collateral for a loan (encumbered). The for-profit recipient or subrecipient must file the UCC financing statement(s) with the Secretary of State where the equipment will be physically located and must pay any associated costs for such filings. Template version 03/25 39 The initial UCC financing statement may also be referred to as a UCC1. For additional pieces of equipment not specified in the award budget, TBD equipment, or equipment needed in future budget periods, the recipient can file an amendment to the original UCC1 financing statement, by submitting the UCC3 financing statement amendment. Each UCC financing statement or amendment is to be filed with the appropriate Secretary of State office, where the equipment will be physically located. Note: All costs associated with filing UCC financing statements, UCC financing statement amendments, and UCC financing statement terminations, are allowable and allocable costs which can be charged to the federal award. At a minimum, the recipient must have stated in their UCC financing statement in block 4. (collateral) the following: o “Title to all equipment (not real property) purchased with federal funds under this financial assistance agreement is conditional pursuant to the terms of 2 CFR 910.360, and the federal government retains an undivided reversionary interest in the equipment at the federal cost-share proportion specified in the award terms and conditions.” o Federal Award Identification Number (e.g., DE-EE00XXXXX) H. Federal Subaward Reporting System (FSRS) Submit to: https://sam.gov/fsrs Submission deadline: The prime recipient is required to file a FFATA sub-award report by the end of the month following the month in which the prime recipient awards any sub- grant greater than or equal to $30,000. The Federal Subaward Reporting System (FSRS) within SAM.gov is the reporting tool prime recipients use to capture and report subaward and executive compensation data regarding their first-tier subrecipients to meet the FFATA reporting requirements. Prime recipients will report against subrecipients’ awards. The subrecipient information entered in FSRS will then be displayed on USASpending.gov associated with the prime recipient’s award furthering federal spending transparency. The prime recipient is required to file a FFATA sub-award report by the end of the month following the month in which the prime recipient awards any sub-award greater than or equal to $30,000. The recipient must also report a subaward if a modification increases the Federal funding to an amount that equals or exceeds $30,000. I. Annual Incurred Cost Proposals Template version 03/25 40 Submit to: If DOE is the Cognizant Federal Agency, send the Annual Incurred Cost Proposal to one of the following offices: • CostPrice@ee.doe.gov (if the Golden Field Office is Cognizant); OR • FITS@netl.doe.gov and PricingGroup@netl.doe.gov (if NETL is Cognizant) Otherwise, submit the proposal to the Recipient’s appropriate Cognizant Federal Agency office. Submission deadline: Within 180 calendar days after the close of the recipient’s fiscal year* *The end of the period of the performance, or closure of an award, does not dismiss this reporting requirement. Prime recipients must submit a certified annual Incurred Cost Proposal (ICP), reconciled to its financial records, in order to finalize and reconcile billing rates incurred and billed to the Government. An ICP submission is required unless one of the following conditions apply to the DOE award: • Recipient elected to apply the 10% de minimis rate as allowed under 2 CFR 200.414(f); or • Recipient has a pre-determined Negotiated Indirect Cost Rate Agreement (NICRA). J. DOE For-Profit Compliance Audit Submit to: Email a copy of the annual DOE For-Profit Compliance Audit to: • DOE-Audit-Submission@hq.doe.gov and • The DOE Contracting Officer • For awards administered by the DOE NETL Office, also email a copy to PricingGroup@netl.doe.gov Submission deadline: Within the earlier of 30 days after receipt of the auditor’s report(s) or 9 months after the end of the audit period (recipient’s fiscal year-end)* *The end of the period of the performance, or closure of an award, does not dismiss this reporting requirement. A For-Profit entity which expends $1 million or more during the non-federal entity’s fiscal year in DOE awards must have a compliance audit conducted for that year in accordance with 2 CFR 910.500 through .521 (subject to any deviation issued pursuant to 2 CFR § 910.133). The DOE For-Profit Compliance Audit must be conducted in accordance with the regulations at 2 CFR 910.500-521 (subject to any deviation issued pursuant to 2 CFR § 910.133) and must refer to the appropriate regulations used by the auditor in their examination. The compliance audit report must be submitted, along with audited financial statements, if required and available. Template version 03/25 41 K. Single Audit: States, Local Government, Tribal Governments, Institution of Higher Education (IHE), or Non-Profit Organization Submit to: Federal Audit Clearinghouse - https://www.fac.gov Submission deadline: Within the earlier of 30 days after receipt of the auditor’s report(s) or 9 months after the end of the audit period (recipient’s fiscal year-end)* *The end of the period of the performance, or closure of an award, does not dismiss this reporting requirement. As required by 2 CFR 200 Subpart F, recipients that expend $1 million or more during the non-federal entity's fiscal year in federal awards must have a single or program-specific audit conducted. The single audit must be conducted in accordance with §200.514 Scope of audit, except when it elects to have a program-specific audit conducted. For most single audits, the requirement is for annual single audits. However, there are occasions where a single audit is not required annually. Per 2 CFR 200.504 - Frequency of audits, a state, local government, or Indian tribe that is required by constitution or statute to undergo its audits less frequently than annually, is permitted to undergo its audits biennially. Also, any nonprofit organization that had biennial audits for all biennial periods ending between July 1, 1992, and January 1, 1995, is permitted to undergo its single audits biennially. For a program-specific audit, when a recipient expends federal award funds under only one federal program (excluding R&D) and the federal program's statutes, regulations, or the terms and conditions of the federal award do not require a financial statement audit of the auditee, the auditee may elect to have a program-specific audit conducted. A program- specific audit may not be elected for R&D unless all of the federal awards expended were received from the same federal agency, or the same federal agency and the same pass- through entity, and that federal agency, or pass-through entity in the case of a subrecipient, approves in advance a program-specific audit. The single audit report shall include audited financial statements. L. Other Award Management Reporting (see Special Instructions) Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within five (5) calendar days after the event, or as specified III. Closeout Reporting Template version 03/25 42 A. Final Scientific/Technical Report Submit to: DOE Energy Link System (E-Link) available at http://www.osti.gov/elink-2413 Submission deadline: Within 120 calendar days after expiration or termination of the award The prime recipient must submit a Final Scientific/Technical Report to DOE for all projects. The scientific/technical report is intended to increase the diffusion of knowledge gained by DOE-funded research, and all requirements shall be interpreted in that light. Content: Research findings and other significant scientific and technical information (STI) resulting from the DOE-sponsored projects shall be included in the final scientific/technical report, subject to the following provisions: 1. The scientific/technical report is to cover the entire period of performance. For Small Business Innovation Research (SBIR) and Small Business Technology Transfer (STTR) awards, a final scientific/technical report must be submitted after the completion of each phase, e.g., Phase I, Phase II, and sequential Phase II, as described in the Special Instructions. 2. STI that is publicly accessible need not be duplicated in the report if a citation with a link to where the information may be found is included in the report. For example, articles found in PAGES (i.e., DOE’s Public Access Gateway for Energy and Science, http://www.osti.gov/pages/) are accessible to the public. 3. Provide identifying information: the EERE award number; sponsoring program office; name of recipient; project title; name of project director/principal investigator; and consortium/team members. 4. Include the EERE acknowledgement and legal disclaimer language as described in the Special Terms and Conditions (additional information can be found at the EERE Communications Standards website: https://www.energy.gov/eere/communicationstandards/eere-branded- publications-developed-third-parties). 5. Include any limitations on public release of the report, if authorized by the award agreement. If the document being submitted contains patentable material or protected data (i.e., data first produced in the performance of the award that is protected from public release for a period of time by terms of the award agreement) as set forth in the award agreement, then (1) prominently display on the cover of the report any authorized distribution limitation notices, such as patentable material Template version 03/25 43 or protected data and (2) clearly identify patentable or protected data on each page of the report. Reports delivered without such notices or with restrictive notices not authorized by the award agreement may be deemed to have been furnished with unlimited rights, and the Government assumes no liability for the disclosure, use or reproduction of such reports. Any restrictive markings must also be noted in the distribution limitation section of the Announcement Notice (AN) 241.3. No protected PII should be included. 6. Provide an abstract or executive summary, which should be a minimum of one paragraph and written in terms understandable by an educated layperson. (Refer to http://www.osti.gov/stip/standards for ANSI/NISO guidance as needed.) The abstract included in an application may serve as a model for this. 7. Summarize project activities for the entire period of funding, including original hypotheses, approaches used, and findings. Include, if applicable, facts, figures, analyses, and assumptions used during the life of the project to support the results in a manner that conveys to the scientific community the STI created during the project. To minimize duplication, the report may reference STI, including journal articles, that is publicly accessible. See also #2. 8. For guidance offered by the National Information Standards Organization on typical attributes and content of a technical report, if needed, refer to ANSI/NISO Z39.18- 2005 (R2010), Scientific and Technical Reports – Preparation, Presentation, and Preservation (see http://www.osti.gov/stip/standards). Electronic Submission Process: The final scientific/technical report must be submitted via the DOE Energy Link System (E-Link) with a completed electronic version of DOE Announcement Notice (AN) 241.3, “U.S. Department of Energy (DOE), Announcement of Scientific and Technical Information (STI).” The recipient can complete, upload, and submit the DOE AN 241.3 online via E-Link (https://www.osti.gov/elink-2413). The recipient must mark the appropriate block in the “Intellectual Property/Distribution Limitations” Section of the DOE AN 241.3. Reports that are electronically uploaded must not contain any limited rights data (proprietary data), classified information, protected PII, information subject to export control classification, or other information not subject to release. During the upload process, the recipient must self-certify that no content of this nature is being submitted. For assistance with reports containing such content, contact the Contracting Officer. For more information, please see the Final Technical Report FAQs https://www.energy.gov/eere/funding/downloads/quarterly-and-annual-reports. B. Invention Certification (DOE F 2050.11) Template version 03/25 44 Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within 120 calendar days after expiration or termination of the award The prime recipient is required to submit an Invention Certification DOE F 2050.11. The Invention Certification form is available at http://energy.gov/eere/funding/eere-funding- application-and-management-forms. The Invention Certification must include a list of all subcontracts at any tier containing a patent rights clause (or state that there were none). For more information, please see the Intellectual Property Reporting FAQs https://www.energy.gov/eere/funding/downloads/quarterly-and-annual-reports. C. Tangible Personal Property Report – Final Report (SF-428 & SF-428B) Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within 120 calendar days after expiration or termination of the award The prime recipient must submit a final inventory of and request disposition instructions for any federally-owned property and/or property or equipment acquired with project funds with an acquisition cost above $10,000, whether the property is/was in the possession of the prime recipient or subrecipients. The prime recipient must complete an SF-428 and SF-428B, available at http://energy.gov/eere/funding/eere-funding-application-and-management-forms. If disposition occurs at any time other than award closeout, the prime recipient must complete an SF-428 and SF-428C (see IV. Other Reporting H. Property Disposition Request/Report). Please note that the SF-428 family of documents is in the process of being updated to increase the threshold to $10,000 per the 2024 updates to 2 CFR effective October 1, 2024. Only the EERE Contracting Officer has authority to approve disposition requests and issue disposition instructions. Template version 03/25 45 D. Verification of Receipt of Accepted Manuscripts Recipients are required to submit Accepted Manuscripts of Journal Articles resulting in whole or in part from an EERE-funded project to E-Link (See section 1.C.1. Accepted Manuscript of Journal Article). As part of the closeout process, EERE will verify that all accepted manuscripts have been submitted. Recipients are required to submit all missing accepted manuscript before closeout is finalized. E. Other Closeout Reporting (see Special Instructions) Submit to: https://www.eere-pmc.energy.gov/SubmitReports.aspx Submission deadline: Within 120 calendar days after expiration or termination of the award IV. Post-Project Reporting A. Scientific and Technical Reporting Scientific and Technical Reporting requirements as outlined in I.C. Scientific and Technical Reporting remain applicable after the award ends. If the recipient has created Scientific and Technical Information (STI) such as publications, conference products, technical reports, book chapters, etc. which include information/data produced under the award, they are required to submit this document to https://www.osti.gov/elink/forms.jsp. Recipients must continue to include proper EERE Acknowledgement and Legal Disclaimer language in all STI (https://www.energy.gov/eere/communicationstandards/eere-branded-publications- developed-third-parties). Please see section I.C. Scientific and Technical Reporting for additional information on submissions. Note that after the project ends, recipients are no longer required to submit notification of STI directly to EERE. B. Intellectual Property Reporting Intellectual Property Reporting requirements as outlined in I.D. Intellectual Property Reporting remain applicable after the award ends. Recipients are required to continue submitting intellectual property reports, as applicable, to iEdison https://public.era.nih.gov/iedison. Note that after the project ends, recipients are no longer required to submit notification of intellectual property directly to EERE. Template version 03/25 46 V. Appendix A: Notice To Recipients (Prime Recipients And Subrecipients) Regarding Protected Data, Limited Rights Data And Protected Personally Identifiable Information I. PROTECTED DATA AND LIMITED RIGHTS DATA The recipient is required to mark protected data and limited rights data in accordance with the IP clause set of the award agreement. Failure to properly mark data may result in its public disclosure under the Freedom of Information Act (FOIA, 5 U.S.C. § 552) or otherwise. A. Protected Data - Technical Data or Commercial or Financial Data First Produced in the Performance of the Award The U.S. Government normally retains unlimited rights in any technical data or commercial or financial data produced in performance of Government financial assistance awards, including the right to distribute to the public. However, under certain EERE awards, the recipient may mark certain categories of data produced under the award as protected from public disclosure for up to five years after the data is produced (“Protected Data”). If the award agreement provides for protected data and the recipient wants the data to be protected, the recipient must properly mark any documents containing Protected Data as set forth in the IP clause set of the award agreement. B. Limited Rights Data - Data Produced Outside of the Award at Private Expense Limited Rights Data is data (other than computer software) developed at private expense outside any Government financial assistance award or contract that embody trade secrets or are commercial or financial and confidential or privileged. Prior to including any Limited Rights Data in any documents to EERE, the recipient should review the award agreement. In most EERE awards, the recipient should not deliver any limited rights data to EERE if the recipient wants to protect the Limited Rights Data. If the EERE award does allow and require the delivery of limited rights data, then the recipient must properly mark any documents containing Limited Rights Data as set forth in the IP clause of the award agreement. Template version 03/25 47 II. PROTECTED PERSONALLY IDENTIFIABLE INFORMATION The recipient should not include any Protected Personally Identifiable Information (Protected PII) in their submissions to EERE. Protected PII is defined as any data that, if compromised, could cause harm to an individual such as identify theft. Protected PII includes, but is not limited to: • Social Security Numbers in any form; • Place of Birth associated with an individual; • Date of Birth associated with an individual; • Mother’s maiden name associated with an individual; • Biometric record associated with an individual; • Fingerprint; • Iris Scan; • DNA; • Medical history information associated with an individual; • Medical conditions, including history of disease; • Metric information, e.g., weight, height, blood pressure; • Criminal history associated with an individual; • Ratings; • Disciplinary actions; • Passport number; • Educational transcripts; • Financial information associated with an individual; • Credit card numbers; and • Security clearance history or related information (not including actual clearances held). Award Number: Attachment 3 Federal Non-Federal Federal Non-Federal Total (a)(b)(c)(d)(e)(f)(g) 1.Budget Period 1 81.087 $949,500.00 $1,046,848.00 $1,996,348.00 4. 5.Totals $949,500.00 $1,046,848.00 $1,996,348.00 Budget Period 1 $4,100.00 $4,100.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,992,248.00 $1,992,248.00 $0.00 $0.00 $0.00 $0.00 $1,996,348.00 $1,996,348.00 $0.00 $0.00 $1,996,348.00 $1,996,348.00 7.$0 $0 SF-424A (Rev. 4-92) Section B - Budget Categories Applicant Name:City of Clearwater DE-EE0010780.0000 Budget Information - Non Construction Programs OMB Approval No. 0348-0044 Section A - Budget Summary Grant Program Function or Activity Catalog of Federal Domestic Assistance Number Estimated Unobligated Funds New or Revised Budget h. Other 6.Object Class Categories Grant Program, Function or Activity Total (5) a. Personnel b. Fringe Benefits c. Travel d. Equipment e. Suppliesf. Contractual g. Construction Authorized for Local Reproduction i. Total Direct Charges (sum of 6a-6h) j. Indirect Charges k. Totals (sum of 6i-6j) Program Income Previous Edition Usable Prescribed by OMB Circular A-102 Intellectual Property Provisions (NRD-821) Nonresearch and Development Intellectual property rights are subject to 2 CFR 200.315 (e.g. institution of higher education or nonprofit organizations) or 2 CFR 910.362 (e.g. for-profit). DE-EE0010780.0000 Attachment 4 NSO 1. Award No.2. Modification No.3. Effective Date 4. CFDA No. DE-EE0010780 10/01/2025 81.087 ASSISTANCE AGREEMENT P.O. BOX 4748 7. Period of Performance 10/01/2025 through 09/30/2026 6. Sponsoring Office Energy Effcy & Renewable Energy EE-1 U.S. Department of Energy 1000 Independence Avenue, S.W. Washington DC 20585 CLEARWATER FL 337584748 Attn: MONICA MITCHELL City of Clearwater 5. Awarded To Other Cooperative Agreement Grant PL 116-260 EPACT 2020 25EE001860 10. Purchase Request or Funding Document No.9. Authority8. Type of Agreement X 11. Remittance Address 12. Total Amount 13. Funds Obligated City of Clearwater Attn: MONICA MITCHELL CLEARWATER FL 33756 Govt. Share: $949,500.00 Cost Share : $1,046,848.00 Total : $1,996,348.00 This action: $949,500.00 Total : $949,500.00100 S. MYRTLE AVE Thomas L. Rueckert Golden CO 80401 15013 Denver West Parkway Golden Field Office U.S. Department of Energy Golden Field Office Phone: 202-586-0942 14. Principal Investigator 15. Program Manager 16. Administrator See Attachment 2Payment - Direct Payment from U.S. Dept of Treasuryfrom U.S. Dept of Treasury Payment - Direct Payment 19. Submit Reports To18. Paying Office17. Submit Payment Requests To 20. Accounting and Appropriation Data 07950-2023-31-200835-41020-4450015-0000000-0000000-0000000 21. Research Title and/or Description of Project City of Clearwater Solar Panel Project For the Recipient For the United States of America 22. Signature of Person Authorized to Sign 25. Signature of Grants/Agreements Officer 23. Name and Title 24. Date Signed 26. Name of Officer 27. Date Signed Danela N. Garcia 09/15/2025 NSO NSO CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED NAME OF OFFEROR OR CONTRACTOR AMOUNTUNIT PRICEUNITQUANTITYSUPPLIES/SERVICESITEM NO. PAGE OF (A)(B)(C)(E)(F) DE-EE0010780 2 3 City of Clearwater (D) UEI: SG2DQRMWJYL6 In addition to this Assistance Agreement, this award consists of the items listed on the Cover Page of the Special Terms and Conditions. The Project Period for this award is 10/01/2025 through 09/30/2026 consisting of the following Budget Periods: Budget Period 1: 10/01/2025 to 09/30/2026 In Block 7 of the Assistance Agreement, the Period of Performance reflects the beginning of the Project Period through the end of the current Budget Period. Additional future DOE funding and additional budget periods are not contemplated under this award. Funding for all awards and future budget periods is contingent upon the availability of funds appropriated by Congress for the purpose of this program and the availability of future-year budget authority. The Special Terms and Conditions for this award contain specific funding restrictions. Please review the applicable terms for procedures required to lift the restrictions. DOE Award Administrator: Traci Perry Email: traci.perry@ee.doe.gov Phone: 720-237-0862 DOE Project Officer: Thomas Rueckert Email: thomas.rueckert@ee.doe.gov Phone: 202-586-0942 Recipient Business Officer: Marcus Williamson Email: Marcus.williamson@myclearwater.com Phone: 727-444-8201 Recipient Principal Investigator: Cassie Cordova Email: Cassie.cordova@myclearwater.com Phone: 727-444-8004 ASAP: YES Extent Competed: NOT COMPETED Davis-Bacon Act: NO PI: Cordova, Cassie Fund: 07950 Appr Year: 2023 Allottee: 31 Report Entity: 200835 Object Class: 41020 Program: 4450015 Project: 0000000 WFO: 0000000 Local Use: 0000000 Continued ... NSO NSO CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED NAME OF OFFEROR OR CONTRACTOR AMOUNTUNIT PRICEUNITQUANTITYSUPPLIES/SERVICESITEM NO. PAGE OF (A)(B)(C)(E)(F) DE-EE0010780 3 3 City of Clearwater (D) "Electronic signature or signatures as used in this document means a method of signing an electronic message that-- (A) Identifies and authenticates a particular person as the source of the electronic message; (B) Indicates such person's approval of the information contained in the electronic message; and, (C) Submission via FedConnect constitutes electronically signed documents." NSO NSO JULY 2004 NSO Discounted Cash Flow Payback Period Calculations Why Use the Discounted Cash Flow Method to Evaluate Solar ROI? When evaluating long-term capital investments like solar energy systems, it’s important to use a financial method that reflects both the timing and value of future savings. The Discounted Cash Flow (DCF) method is a widely accepted approach for this purpose — especially in public sector infrastructure planning and energy project evaluation. Unlike a simple payback calculation, which only shows how many years it takes to recoup upfront costs, the DCF method offers a comprehensive picture of the project’s true financial performance over time. It accounts for: • Future cost savings from reduced electricity purchases • Escalating utility rates, which increase the value of solar-generated electricity • Ongoing operations and maintenance expenses, including inverter replacement and system upkeep • System performance degradation, typically 0.5% per year • The time value of money, using a discount rate (5% in our model) to reflect inflation and investment risk This approach allows us to make apples-to-apples comparisons between upfront costs and long- term benefits, providing a more realistic and responsible projection of return on investment. It also supports better decision-making around capital planning, grant justification, and resource allocation — helping us maximize value for the city and its residents. The following is an example in how the DCF payback period (w/o incentives) was calculated for Long Center. The same calculations were used for Countryside Library, City Hall, North Greenwood Rec and Ross Norton Rec. 1. Key Assumptions and Data • System Cost (Year 0): $540,494 • Annual Solar Generation (Year 1): 437,838 kWh • Degradation Rate: 0.5% annually o Industry-accepted degradation rate of 0.5% per year, which accounts for reduced energy generation over time. o Source: National Renewable Energy Laboratory (NREL) (DOE) Photovoltaic Degradation Rates — An Analytical Review • Electricity Cost Growth: 5% annually o To reflect the historical and projected trend of rising utility rates. Historical data from Florida and national utility trends show that electricity prices have increased by roughly 2%–6% per year over the past couple of decades. Given volatile natural gas markets, increasing grid infrastructure costs, and inflationary pressures, a 5% annual increase is considered a reasonable and conservative planning figure in the energy sector. It aligns with industry modeling practices and Department of Energy (DOE) forecasts for long-term utility rate escalation. o Source: U.S. Energy Information Administration • Initial Electricity Savings (Year 1): Savings=Generation (kWh)×Electricity Rate (per kWh) Assume a baseline rate, R1, for electricity. • Annual Maintenance Costs: $0.005/W Annual Maintenance=System Size (W)×0.005=268,000×0.005=1,340 per year. o Industry-standard estimate of $0.005 per watt per year. For a 100 kW system, that equates to roughly $500 annually, increasing over time due to inflation-adjusted utility rates. This covers routine upkeep and minor repairs. o Source: NREL 2024 Electricity ATB Technologies and Data Overview • Inverter Replacement Cost (Year 15): Assume ~10% of system cost: $51,249. o Inverters typically need replacement once during the 30-year life of the system (around year 15). We’ve included the cost of replacement in the model, spread out via the DCF approach. o Source: National Institute of Standards and Technology (NIST) (U.S. Department of Commerce) Present Value of Photovoltaics – User Guide • Discount Rate: 5% annually. o This reflects both inflation and the time value of money, effectively reducing the value of future savings and costs. It ensures that we’re not overstating long-term benefits and are conservatively modeling future cash flows. o Source: U.S. DOT Federal Highway Administration 2. Calculate Annual Net Savings For each year: 1. Solar Production (kWh): Generationt=437,838 ×(1−0.005)t−1 2. Electricity Rate: Rt=R1×(1+0.05)t−1 3. Electricity Savings: Savingst=Generationt×Rt 4. Net Annual Savings: Net Savingst=Savingst−Maintenance Costst 3. Discount Future Cash Flows Apply the discount rate to the net annual savings for each year to determine the present value (PV): PVt=Net Savingst/(1+0.05)t For the inverter replacement in Year 15, subtract its cost as a negative cash flow: PV15=−51,249/(1+0.05)15 4. Determine the Payback Year Cumulatively sum the discounted cash flows (starting with the initial cost as negative) until the cumulative total becomes positive. The year this occurs is the payback year. 5. Tools for Calculation Baseline electricity rate (R1) in $/kWh is assumed rate (e.g., $0.10/kWh) The payback period for the solar array installation is approximately 14 years without incentives. By updating the system cost to $108,098, and redoing the same calculations, the payback period is approximately 3 years. This is the DCF with the 50% grant and 30% elective pay incentives. City Hall Since City Hall is a new building without historical energy data, we can estimate its electricity consumption and savings using standard energy benchmarks. Office buildings typically consume 15-20 kWh per square foot annually. City Hall is 40,303 sq. ft. o Low estimate: 40,303 × 15 kWh = 604,545 kWh o High estimate: 40,303 × 20 kWh = 806,060 kWh o Midpoint estimate: 705,303 kWh Next, we can estimate the electricity rate for commercial customers. The average electricity rate for commercial customers in Florida with Duke Energy is approximately $0.10 to $0.12 per kWh. To be conservative, we can use $0.11 per kWh. Next, we can calculate the annual savings. If the system generates 194,300 kWh annually (per Emerald), we can estimate the annual savings as: • Annual Savings = 194,300 kWh×0.11 USD/kWh = 21,373 USD/year Finally, we can apply the discounted cash flow method as above with the cost of the solar system as $333,056, a 5% discount rate, and an annual savings of $21,373. The DCF payback period for the solar system without the incentives is 30 years and approximately 6 years with the 50% grant and 30% Elective Pay. Countryside Rec Center Assumptions: Electricity escalation: 3.5% / year (per Bandes) Discount rate: 5% / year PV degradation: 0.5% / year (production declines by 0.5% annually) Annual O&M: $0.005 / W (e.g., 156 kW → $780 / yr; 246 kW → $1,230 / yr) Inverter replacement: $0.15 / W once in Year 15 (added as a negative cash flow that year) Analysis horizon: 30 years NOTE: For Countryside Rec and North Greenwood Rec, Bandes used a 3.5% electricity escalation System: 156 kW DC Annual generation: 243,789 kWh Year-1 savings: $23,094 Total 30-yr savings: $1,182,003 Costs: Full = $415,519.40, 50% DOE = $207,759.70, 80% incentives final = $83,103.88 Year Gross savings O&M + Inv Net savings Discounted CF Cumulative DCF 1 $23,094.00 $780.00 $22,314.00 $21,251.43 $21,251.43 2 $23,782.78 $780.00 $23,002.78 $20,864.20 $42,115.63 3 $24,492.10 $780.00 $23,712.10 $20,483.40 $62,599.03 4 $25,222.58 $780.00 $24,442.58 $20,108.97 $82,708.00 5 $25,974.84 $780.00 $25,194.84 $19,740.82 $102,448.82 15 $34,848.75 $24,180.00 $10,668.75 $5,131.85 $269,679.25 30 $54,155.01 $780.00 $53,375.01 $12,349.77 $481,836.07 Full cost = $415,519.40 → DCF payback: Year 25 (21 with 5% escalation) With 50% DOE ($207,759.70) → DCF payback: Year 11 (10 with 5% escalation) With 80% incentives ($83,103.88) → DCF payback: Year 5 (4 with 5% escalation) North Greenwood Rec Center Assumptions Electricity escalation: 3.5% / year (per Bandes) Discount rate: 5% / year PV degradation: 0.5% / year (production declines by 0.5% annually) Annual O&M: $0.005 / W (e.g., 156 kW → $780 / yr; 246 kW → $1,230 / yr) Inverter replacement: $0.15 / W once in Year 15 (added as a negative cash flow that year) Analysis horizon: 30 years NOTE: For Countryside Rec and North Greenwood Rec, Bandes used a 3.5% electricity escalation System: 246 kW DC Annual generation: 395,431 kWh Year-1 savings: $33,960 Total 30-yr savings (provided): $1,738,158 Costs: Full = $677,994.80, 50% DOE = $338,997.40, 80% incentives final = $135,598.96 Year Gross savings O&M + Inv Net savings Discounted CF Cumulative DCF 1 $33,960.00 $1,230.00 $32,730.00 $31,171.43 $31,171.43 2 $34,972.86 $1,230.00 $33,742.86 $30,605.77 $61,777.19 3 $36,015.92 $1,230.00 $34,785.92 $30,049.39 $91,826.58 4 $37,090.10 $1,230.00 $35,860.10 $29,502.19 $121,328.77 5 $38,196.31 $1,230.00 $36,966.31 $28,964.07 $150,292.84 15 $51,245.50 $38,130.00 $13,115.50 $6,308.78 $394,507.27 30 $79,635.58 $1,230.00 $78,405.58 $18,141.28 $706,071.97 Full cost = $677,994.80 → DCF payback: Year 29 (24 with 5% escalation) With 50% DOE ($338,997.40) → DCF payback: Year 13 (12 with 5% escalation) With 80% incentives ($135,598.96) → DCF payback: Year 5 (5 with 5% escalation) WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 1 DEPARTMENT OF ENERGY Nonavailability Nonavailability Waiver applicable to Domestically Assembled Solar Photovoltaics (PV) panels referred to as “Solar Modules” under Build America, Buy America Manufactured Product Provisions as Applied to Recipients of Department of Energy Federal Financial Assistance under the Energy Efficiency and Conservation Block Grant and Fiscal Year 2022-2023 Congressionally Directed Spending Program AGENCY: U.S. DEPARTMENT OF ENERGY. ACTION: Issuance of waiver. DATES: The duration of the waiver will be from the date of issue (“Effective Date”) of the waiver until December 31, 2025 (“Expiration Date”). The waiver applies to solar modules with Final Assembly in the United States (as defined below in the “Waiver” section). I. Waiver: U.S. DEPARTMENT OF ENERGY is issuing a temporary, limited non-availability partial waiver of the manufactured product requirements of Section 70914(a) of the Build America, Buy America Act (“BABA”) included in the Infrastructure Investment and Jobs Act (IIJA) (Pub. L. No. 117-58) for domestically assembled solar modules used in federal financial assistance for infrastructure projects selected as of the Effective Date for an award by DOE under the Energy Efficiency and Conservation Block Grant Program (EECBG) and infrastructure projects identified to be funded pursuant to Congressionally Directed Spending (CDS) for Fiscal Years 2022-23 (CDS FY22-23), including all projects listed on the appendix to this waiver. This waiver combines for efficiency multiple project specific non-availability waivers into one waiver document to reduce paperwork and reduce administrative burdens for project recipients and the U.S. Government. EECBG is designed to assist states, local governments, and Tribes in implementing strategies to WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 2 reduce energy use, to reduce fossil fuel emissions, and to improve energy efficiency. The program includes projects under several categories of activities such as energy distribution technologies, replacement of traffic signals and lights, and on-site renewable on or in a government building. CDS FY22-23 refers to funding under provisions in the ENERGY AND WATER DEVELOPMENT APPROPRIATIONS BILL, 2022 and THE ENERGY AND WATER DEVELOPMENT APPROPRIATIONS BILL, 2023, which provisions designate funds for a particular recipient, such as a nonprofit organization or a local government, for use on a specific project. These provisions are referenced as “Congressionally Directed Spending” in the U.S. Senate and “Community Project Funding” in the U.S. House of Representatives. Members of Congress were required to satisfy specific requirements under Senate and House rules in order to have their requests included in the above Appropriations Bills. Such requirements included publicly posting requests online and certifying the absence of financial interests in projects. The House rules also require Members to demonstrate community support for requests. These projects may have solar aspects such as lighting and energy generation. U.S. DEPARTMENT OF ENERGY ’s waiver requires domestic assembly versus a waiver of the full manufactured product requirements, which would allow assembly to occur outside the United States. This waiver is intended to provide time needed for domestic solar module manufacturing capability to meet demand for BABA-compliant solar modules by supporting and encouraging continued investments while bringing the benefits of solar power to the U.S. DEPARTMENT OF ENERGY ’s financial assistance recipients. This waiver would apply on or after the Effective Date until December 31, 2025, the Expiration Date for all new solar modules with Final Assembly in the United States. Solar modules where final assembly occurred outside the United States are not eligible for coverage under this waiver. “Final Assembly” means all operations involved in the transformation of individual solar cells and all other module components into a fully functional encapsulated module. For recipient expenditures to be covered by this waiver, the solar modules will need to be installed by June 30, 2026. “Installed by” means modules being permanently fastened to an outdoor support structure WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 3 at the project site. This waiver applies to awards or selections made on under EECBG and to projects identified to be funded pursuant to CDS FY22-23. In accordance with Section 70914(c) of the BABA, the U.S. DEPARTMENT OF ENERGY is providing notice that it is seeking a combined nonavailability waiver of the BABA manufactured product requirements for domestically assembled solar modules used in federal financial assistance awards for infrastructure projects under EECBG and CDS FY22-23, as stated above, due to the determination that compliant solar modules are not available in sufficient quality or quantity for use in U.S. DEPARTMENT OF ENERGY - funded infrastructure projects. The U.S. DEPARTMENT OF ENERGY conducted market research to determine availability of BABA compliant solar modules which included subject matter expert analysis of domestic solar production based on announcements and non-public manufacturing plans disclosed by manufacturers. Based on this market research, the U.S. DEPARTMENT OF ENERGY finds that BABA-compliant solar modules are not produced in the United States in sufficient and reasonably available quantities for use in U.S. DEPARTMENT OF ENERGY assisted solar projects and will not become available in sufficient and reasonably available quantities until December 2025 or later. This waiver will ensure recipients can effectively carry out the activities of their award in a timely manner while promoting domestic solar module manufacturing. The U.S. DEPARTMENT OF ENERGY seeks to issue this waiver on the basis of nonavailability in accordance with Section 70914(b)(2) of the BABA. II. Background The Buy America preference set forth in section 70914(a) of BABA, requires all iron, steel, manufactured products, and construction materials used for infrastructure projects under federal financial assistance awards be produced in the United States. Under section 70914(b) of BABA, 2 CFR 184.7 & 200.322, and in accordance with the Office of Management and Budget (OMB)’s Guidance Memorandum M-24-02, Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure, the U.S. DEPARTMENT OF ENERGY may waive the BABA Buy America WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 4 preference under an infrastructure program in any case in which it finds that: (i) applying the domestic content procurement preference would be inconsistent with the public interest (“public interest waiver”); (ii) types of iron, steel, manufactured products, or construction materials are not produced in the U.S. in sufficient and reasonably available quantities or of a satisfactory quality (“nonavailability waiver”); or (iii) the inclusion of iron, steel, manufactured products, or construction materials produced in the U.S. will increase the cost of the overall project by more than 25 percent (“unreasonable cost waiver”). All waivers must have a written explanation for the proposed determination; provide a period of not less than fifteen (15) calendar days for public comment on the proposed waiver; and submit the proposed waiver to the OMB Made in America Office for review to determine if the waiver is consistent with policy. The U.S. DEPARTMENT OF ENERGY provided fifteen (15) calendar days for public comment on this waiver. With $98 billion in funding from Infrastructure Investment and Jobs Act (“IIJA”), Pub. L. No. 117-58, and H.R. 5376- Inflation Reduction Act of 2022 (“IRA”), the U.S. DEPARTMENT OF ENERGY is focused primarily on research and development, demonstration, and deployment programs to help to achieve carbon-free electricity in the U.S. by 2035 and a net-zero economy by 2050. The U.S. DEPARTMENT OF ENERGY is also responsible for strengthening and securing manufacturing and energy supply chains through financial assistance opportunities. This is consistent with Executive Order (EO) 14005 titled Ensuring the Future is Made in All of America by All of America's Workers (86 FR 7475) (Jan. 28, 2021). EO 14005 provides that the U.S. Government “should, consistent with applicable law, use terms and conditions of Federal financial assistance awards and Federal procurements to maximize the use of goods, products, and materials produced in, and services offered in, the United States.” The U.S. DEPARTMENT OF ENERGY is committed to ensuring strong and effective domestic solar model domestic manufacturing capabilities consistent with EO 14005. The U.S. DEPARTMENT OF ENERGY also provides grants to multiple recipients with individual projects that utilize solar modules. Nationwide demand includes use by other federal agencies, state, local, and tribal governments in addition to private consumers. The U.S. DEPARTMENT OF ENERGY, in collaboration with the Environmental Protection (EPA) and WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 5 the United States Department of Agriculture (USDA), analyzed anticipated demand for projects that may include demand for BABA-compliant solar modules. The U.S. DEPARTMENT OF ENERGY requirement is estimated to be approximately 75 MWdc to 150 MWdc through 2026 for BABA-compliant modules. During this timeframe, the expected total capacity of overall U.S. installations is 82,000 MWdc, of which U.S. DEPARTMENT OF ENERGY’s BABA-compliant demand is only 0.1% of total domestic demand in this timeframe. For EPA, the estimate is approximately 3,300 MWdc. During this shorter timeframe, the expected total capacity of overall U.S. installations is 41,000 MWdc, of which EPA’s BABA-compliant demand is estimated to be only approximately 8% of total domestic demand in this (shorter) timeframe. For USDA, the estimate is $80 million through 2025, corresponding to a nameplate capacity of 300 MWdc. During this same timeframe the expected total capacity of overall U.S. installations is 41,000 MWdc, of which USDA’s BABA-compliant demand is less than 0.7% of total domestic demand in this timeframe. The major driver for domestic solar supply-chain growth is the IRA tax credits, including the IRC §§48 and 45 clean energy investment and production tax credits and the IRC §§48E and 45Y “technology neutral” clean electricity investment and production tax credits, and the IRC §45X advanced manufacturing production tax credit, which provides per- unit tax credits for the domestic production of polysilicon, wafers, cells, modules, backsheet, tracker components, and inverters, with rates of $0.07 per Wdc for modules and $0.04 per Wdc for cells. Moreover, the 10% domestic content bonus in IRA tax credits will increase competition for domestically produced modules from private developers, which could further impact grant recipients’ ability to procure BABA-compliant modules. Solar modules are manufactured products. Per BABA sections 70912(6)(A) and (B), manufactured products are considered to be produced in the United States if (i) the manufactured product was manufactured in the United States; and (ii) the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation. Solar module components were analyzed by the U.S. DEPARTMENT OF ENERGY. Market WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 6 research included subject matter expert analysis of domestic solar production based on announcements and non-public manufacturing plans disclosed by manufacturers. The cost of the cell is estimated to constitute the majority (67%) of the component cost of a module. U.S. DEPARTMENT OF ENERGY subject matter experts concluded cells will not likely be available from U.S. manufacturers in sufficient quantities until December 2025 or later. The next highest estimated module cost component is the metal frame, at 10%. Metal frames for c-Si modules are expected to be unavailable at a significant quantity from anywhere other than China for several years. The cost of the front glass and backsheet are each estimated at 7%, of the encapsulant at 4%, of the junction box at 3%, and all other components less than 1% each. III. Waiver Justification The U.S. DEPARTMENT OF ENERGY is issuing a temporary, limited partial nonavailability waiver of BABA manufactured product requirements for solar modules to apply to the use of domestically assembled modules that may incorporate foreign components. The United States is the second largest market for solar hardware, representing about 10%-15% of global solar demand. Developing and enhancing United States solar manufacturing will mitigate global supply chain challenges and meet decarbonization goals as well as benefit United States’ workers, employers, and the economy. To reestablish domestic solar manufacturing in the United States, entities that produce and sell solar components will require a holistic industrial strategy to offset the 30-40% higher cost of domestic solar production relative to imported components. A narrowly tailored BABA waiver meets immediate solar demands while the domestic solar industry expands supply. Domestically, the United States currently has 10,600 MWdc/year nameplate production capacity for CdTe modules and 47,000 MWdc/yr nameplate production capacity for c-Si modules. Market research indicates c-Si module production capacity was historically underutilized for a variety of reasons including foreign competition, workforce shortages, and obsolete production equipment, with about 3,700 MWdc actually produced and sold in 2023 compared to a nameplate capacity of 15,000 MWdc/yr at the end of 2023. Capacity for c-Si modules has continued growing significantly in 2024 and as production is ramping, utilization rates are expected to grow. As of WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 7 November 2024, domestic c-Si cell production in the United States has just restarted and production is also anticipated to grow. In addition to current production capacity, future domestic manufacturing indicates growth will result in substantially more BABA-compliant module supply. As of November 2024, over $20 billion in planned solar investments have been announced at over 148 new and expanded manufacturing plants for modules, module parts and other hardware. U.S. DEPARTMENT OF ENERGY subject matter experts performed a probabilistic analysis of these announcements to identify a date when full BABA compliance may be achievable. Subject matter expert review identified technical delays from announced dates due to site readiness as well as likelihood of project success and considered the time required to ramp to full production capacities as well as announced offtake agreements. Overall analysis concludes that domestic manufactures will likely be capable of producing fully BABA-compliant modules in sufficient quantities for U.S. DEPARTMENT OF ENERGY financial assistance recipients no sooner than December 31, 2025. Thus, the U.S. DEPARTMENT OF ENERGY finds that BABA-compliant solar modules are not produced in the United States in sufficient and reasonably available quantities for use in U.S. DEPARTMENT OF ENERGY assisted solar projects under EECBG and CDS FY22-23 and will not become available in sufficient and reasonably available quantities until December 2025 or later. IV. Impact Absent the Waiver Without a waiver, the U.S. DEPARTMENT OF ENERGY anticipates most recipients with solar projects subject to BABA will develop, implement, and submit unavailability waiver packages for solar modules. This conclusion is based upon widely reported domestic sourcing challenges for BABA-compliant solar modules. The corresponding administrative burden will impact the cost and schedule of recipients, and in some cases diminish the use of solar projects, or, in extreme cases, deter overall participation. For those that participate and propose solar projects, recipient resources will be required to perform market research and submit unavailability packages. Project schedules will need to be extended to account for waiver development and waiver processing though final approval. These anticipated delays adversely impact numerous WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 8 U.S. DEPARTMENT OF ENERGY goals of these projects, including climate action and energy justice. The absence of a narrowly tailored BABA waiver will result in missed strategic opportunities to advance goals such as those within EO 14017 American’s Strategy to Secure the Supply Chain for a Robust Clean Energy Transition and EO 14057 Catalyzing Clean Energy Industries and Jobs Through Federal Sustainability, in addition to the goals of EO 14005. A narrowly tailored BABA waiver will support the establishment of a domestic solar supply chain. Fundamentally, the domestic content provisions in the IRA clean energy production and investment tax credits, including relating to IRC §§ 45, 45X, 45Y, 48, and 48E, including the domestic content bonus credit, constitute the significant driver for increasing the overall demand for domestic solar modules. Requiring full BABA compliance for federal financial assistance projects, as opposed to the narrowly tailored BABA compliance in this waiver, would produce limited benefits for domestic solar manufacturing while potentially placing projects targeting vulnerable populations at risk. V. Assessment of Cost Advantage of a Foreign-Sourced Product Under OMB Memorandum M-24-02, agencies are expected to assess ‘‘whether a significant portion of any cost advantage of a foreign-sourced product is the result of the use of dumped steel, iron, or manufactured products or the use of injuriously subsidized steel, iron, or manufactured products’’ as appropriate before granting a waiver. The U.S. DEPARTMENT OF ENERGY ’s analysis has concluded that this assessment is not applicable to this waiver, because this waiver is not based on cost advantage of foreign sourced products. VI. Duration of Waiver This waiver applies to expenditures on solar panels on or after the date of issue of this waiver, the Effective Date, and by December 31, 2025, the Expiration Date, so long as those panels are installed by June 30, 2026. WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 9 VII. Solicitation of Comments and Comments Received The U.S. DEPARTMENT OF ENERGY has proposed to issue this waiver on the basis of nonavailability: This notice, posted on December 13, 2024, satisfies the requirement under section 70914 of BABA to publish any proposed BABA waiver and provide the public with a reasonable period of time for notice and comment. The U.S. DEPARTMENT OF ENERGY seeks public comment from all interested parties. U.S. DEPARTMENT OF ENERGY received comments, information, and suggestions related to the proposed waiver. There were requests to both extend and reduce the duration of the waiver, including the installation dates. Commentors suggested removal of the installed by date all together or the establishment of longer durations based on geographic environmental challenges. After review and given the projected timelines for domestic cell makers to come online, the current durations and installation date requirement in the waiver are adequate. Information and comments were received on the step-certification topic. Technical expansion was suggested to include other solar related manufactured products in the waiver, such as inverters and batteries. U.S. DEPARTMENT OF ENERGY in collaboration with other agencies actively monitors the growth of solar related industry and remains confident that there is sufficient BABA-compliant capacity available as contrasted to solar modules. Foreign Entity of Concern restrictions to the waiver were suggested, which the agency notes are addressed in individual projects terms and conditions. Several commenters challenged the need for the proposed waiver. The agency acknowledges that there are companies making strides to develop cell manufacturing capacity in the United States. Given comments and U.S. DEPARTMENT OF ENERGY analysis, it is believed that the volume, quality, and availability of domestically produced modules made using domestically produced cells over the duration of the waiver will be inadequate to meet the needs of awardees. The majority of comments from awardees attested to the necessity of this waiver. VIII. Comment Resolution U.S. DEPARTMENT OF ENERGY has carefully considered the comments received and has determined that no changes to the waiver scope or duration will be made as a result of the comments. The list of projects was updated to correct a clerical error. WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 10 For more information on the Build America, Buy America preference, please reference https://www.energy.gov/management/build-america-buy-america or www.MadeinAmerica.gov WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 11 APPENDIX: Awards and Selections under the Energy Efficiency and Conservation Block Grant and Fiscal Year 2022-2023 Congressionally Directed Spending Program WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 12 Program Recipient Energy Efficiency and Conservation Block Grant Program Anchorage, AK Energy Efficiency and Conservation Block Grant Program Jefferson, AL Energy Efficiency and Conservation Block Grant Program Birmingham, AL Energy Efficiency and Conservation Block Grant Program Maricopa, AZ Energy Efficiency and Conservation Block Grant Program Pima, AZ Energy Efficiency and Conservation Block Grant Program Pinal, AZ Energy Efficiency and Conservation Block Grant Program Chandler, AZ Energy Efficiency and Conservation Block Grant Program Gilbert, Town of, AZ Energy Efficiency and Conservation Block Grant Program Glendale, AZ Energy Efficiency and Conservation Block Grant Program Mesa, AZ Energy Efficiency and Conservation Block Grant Program Phoenix, AZ Energy Efficiency and Conservation Block Grant Program Scottsdale, AZ Energy Efficiency and Conservation Block Grant Program Tucson, AZ Energy Efficiency and Conservation Block Grant Program Contra Costa, CA Energy Efficiency and Conservation Block Grant Program Fresno, CA Energy Efficiency and Conservation Block Grant Program Kern, CA Energy Efficiency and Conservation Block Grant Program Los Angeles, CA Energy Efficiency and Conservation Block Grant Program Monterey, CA Energy Efficiency and Conservation Block Grant Program Orange, CA Energy Efficiency and Conservation Block Grant Program Riverside, CA Energy Efficiency and Conservation Block Grant Program Sacramento, CA Energy Efficiency and Conservation Block Grant Program San Bernardino, CA Energy Efficiency and Conservation Block Grant Program San Diego, CA Energy Efficiency and Conservation Block Grant Program San Luis Obispo, CA WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 13 Energy Efficiency and Conservation Block Grant Program San Mateo, CA Energy Efficiency and Conservation Block Grant Program Anaheim, CA Energy Efficiency and Conservation Block Grant Program Bakersfield, CA Energy Efficiency and Conservation Block Grant Program Chula Vista, CA Energy Efficiency and Conservation Block Grant Program Fremont, CA Energy Efficiency and Conservation Block Grant Program Fresno, CA Energy Efficiency and Conservation Block Grant Program Irvine, CA Energy Efficiency and Conservation Block Grant Program Long Beach, CA Energy Efficiency and Conservation Block Grant Program Los Angeles, CA Energy Efficiency and Conservation Block Grant Program Oakland, CA Energy Efficiency and Conservation Block Grant Program Riverside, CA Energy Efficiency and Conservation Block Grant Program Sacramento, CA Energy Efficiency and Conservation Block Grant Program San Diego, CA Energy Efficiency and Conservation Block Grant Program San Francisco, CA Energy Efficiency and Conservation Block Grant Program San Jose, CA Energy Efficiency and Conservation Block Grant Program Santa Ana, CA Energy Efficiency and Conservation Block Grant Program Stockton, CA Energy Efficiency and Conservation Block Grant Program El Paso, CO Energy Efficiency and Conservation Block Grant Program Jefferson, CO Energy Efficiency and Conservation Block Grant Program Aurora, CO Energy Efficiency and Conservation Block Grant Program Colorado Springs, CO Energy Efficiency and Conservation Block Grant Program Denver, CO WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 14 Energy Efficiency and Conservation Block Grant Program New Castle, DE Energy Efficiency and Conservation Block Grant Program Brevard, FL Energy Efficiency and Conservation Block Grant Program Collier, FL Energy Efficiency and Conservation Block Grant Program Escambia, FL Energy Efficiency and Conservation Block Grant Program Hillsborough, FL Energy Efficiency and Conservation Block Grant Program Lake, FL Energy Efficiency and Conservation Block Grant Program Lee, FL Energy Efficiency and Conservation Block Grant Program Manatee, FL Energy Efficiency and Conservation Block Grant Program Marion, FL Energy Efficiency and Conservation Block Grant Program Miami-Dade, FL Energy Efficiency and Conservation Block Grant Program Orange, FL Energy Efficiency and Conservation Block Grant Program Osceola, FL Energy Efficiency and Conservation Block Grant Program Palm Beach, FL Energy Efficiency and Conservation Block Grant Program Pasco, FL Energy Efficiency and Conservation Block Grant Program Pinellas, FL Energy Efficiency and Conservation Block Grant Program Polk, FL Energy Efficiency and Conservation Block Grant Program Sarasota, FL Energy Efficiency and Conservation Block Grant Program Seminole, FL Energy Efficiency and Conservation Block Grant Program St. Johns, FL Energy Efficiency and Conservation Block Grant Program Volusia, FL Energy Efficiency and Conservation Block Grant Program Jacksonville, FL Energy Efficiency and Conservation Block Grant Program Miami, FL WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 15 Energy Efficiency and Conservation Block Grant Program Orlando, FL Energy Efficiency and Conservation Block Grant Program St. Petersburg, FL Energy Efficiency and Conservation Block Grant Program Tampa, FL Energy Efficiency and Conservation Block Grant Program Clayton, GA Energy Efficiency and Conservation Block Grant Program Cobb, GA Energy Efficiency and Conservation Block Grant Program DeKalb, GA Energy Efficiency and Conservation Block Grant Program Forsyth, GA Energy Efficiency and Conservation Block Grant Program Gwinnett, GA Energy Efficiency and Conservation Block Grant Program Atlanta, GA Energy Efficiency and Conservation Block Grant Program Honolulu, HI Energy Efficiency and Conservation Block Grant Program Boise City, ID Energy Efficiency and Conservation Block Grant Program Cook, IL Energy Efficiency and Conservation Block Grant Program DuPage, IL Energy Efficiency and Conservation Block Grant Program Kane, IL Energy Efficiency and Conservation Block Grant Program Lake, IL Energy Efficiency and Conservation Block Grant Program Madison, IL Energy Efficiency and Conservation Block Grant Program McHenry, IL Energy Efficiency and Conservation Block Grant Program Will, IL Energy Efficiency and Conservation Block Grant Program Chicago, IL Energy Efficiency and Conservation Block Grant Program Lake, IN Energy Efficiency and Conservation Block Grant Program Fort Wayne, IN Energy Efficiency and Conservation Block Grant Program Indianapolis, IN WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 16 Energy Efficiency and Conservation Block Grant Program Wichita, KS Energy Efficiency and Conservation Block Grant Program Lexington-Fayette, Urban County Government of, KY Energy Efficiency and Conservation Block Grant Program Louisville/Jefferson, Metropolitan Government of, KY Energy Efficiency and Conservation Block Grant Program Jefferson, LA Energy Efficiency and Conservation Block Grant Program St. Tammany, LA Energy Efficiency and Conservation Block Grant Program Baton Rouge, LA Energy Efficiency and Conservation Block Grant Program Lafayette, LA Energy Efficiency and Conservation Block Grant Program New Orleans, LA Energy Efficiency and Conservation Block Grant Program Boston, MA Energy Efficiency and Conservation Block Grant Program Anne Arundel, MD Energy Efficiency and Conservation Block Grant Program Baltimore, MD Energy Efficiency and Conservation Block Grant Program Harford, MD Energy Efficiency and Conservation Block Grant Program Howard, MD Energy Efficiency and Conservation Block Grant Program Montgomery, MD Energy Efficiency and Conservation Block Grant Program Prince George's, MD Energy Efficiency and Conservation Block Grant Program Baltimore, MD Energy Efficiency and Conservation Block Grant Program Genesee, MI Energy Efficiency and Conservation Block Grant Program Kent, MI Energy Efficiency and Conservation Block Grant Program Oakland, MI Energy Efficiency and Conservation Block Grant Program Wayne, MI Energy Efficiency and Conservation Block Grant Program Detroit, MI Energy Efficiency and Conservation Block Grant Program Hennepin, MN WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 17 Energy Efficiency and Conservation Block Grant Program Minneapolis, MN Energy Efficiency and Conservation Block Grant Program St. Paul, MN Energy Efficiency and Conservation Block Grant Program St. Louis, MO Energy Efficiency and Conservation Block Grant Program Kansas City, MO Energy Efficiency and Conservation Block Grant Program St. Louis, MO Energy Efficiency and Conservation Block Grant Program Wake, NC Energy Efficiency and Conservation Block Grant Program Charlotte, NC Energy Efficiency and Conservation Block Grant Program Durham, NC Energy Efficiency and Conservation Block Grant Program Greensboro, NC Energy Efficiency and Conservation Block Grant Program Raleigh, NC Energy Efficiency and Conservation Block Grant Program Winston-Salem, NC Energy Efficiency and Conservation Block Grant Program Lincoln, NE Energy Efficiency and Conservation Block Grant Program Omaha, NE Energy Efficiency and Conservation Block Grant Program Bergen, NJ Energy Efficiency and Conservation Block Grant Program Burlington, NJ Energy Efficiency and Conservation Block Grant Program Essex, NJ Energy Efficiency and Conservation Block Grant Program Monmouth, NJ Energy Efficiency and Conservation Block Grant Program Morris, NJ Energy Efficiency and Conservation Block Grant Program Union, NJ Energy Efficiency and Conservation Block Grant Program Jersey City, NJ Energy Efficiency and Conservation Block Grant Program Newark, NJ Energy Efficiency and Conservation Block Grant Program Albuquerque, NM WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 18 Energy Efficiency and Conservation Block Grant Program Clark, NV Energy Efficiency and Conservation Block Grant Program Henderson, NV Energy Efficiency and Conservation Block Grant Program Las Vegas, NV Energy Efficiency and Conservation Block Grant Program North Las Vegas, NV Energy Efficiency and Conservation Block Grant Program Reno, NV Energy Efficiency and Conservation Block Grant Program Dutchess, NY Energy Efficiency and Conservation Block Grant Program Onondaga, NY Energy Efficiency and Conservation Block Grant Program Orange, NY Energy Efficiency and Conservation Block Grant Program Westchester, NY Energy Efficiency and Conservation Block Grant Program Brookhaven, Town of, NY Energy Efficiency and Conservation Block Grant Program Buffalo, NY Energy Efficiency and Conservation Block Grant Program Hempstead, Town of, NY Energy Efficiency and Conservation Block Grant Program Islip, Town of, NY Energy Efficiency and Conservation Block Grant Program New York, NY Energy Efficiency and Conservation Block Grant Program North Hempstead, Town of, NY Energy Efficiency and Conservation Block Grant Program Oyster Bay, Town of, NY Energy Efficiency and Conservation Block Grant Program Cuyahoga, OH Energy Efficiency and Conservation Block Grant Program Hamilton, OH Energy Efficiency and Conservation Block Grant Program Montgomery, OH Energy Efficiency and Conservation Block Grant Program Stark, OH Energy Efficiency and Conservation Block Grant Program Summit, OH Energy Efficiency and Conservation Block Grant Program Warren, OH WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 19 Energy Efficiency and Conservation Block Grant Program Cincinnati, OH Energy Efficiency and Conservation Block Grant Program Cleveland, OH Energy Efficiency and Conservation Block Grant Program Columbus, OH Energy Efficiency and Conservation Block Grant Program Toledo, OH Energy Efficiency and Conservation Block Grant Program Oklahoma City, OK Energy Efficiency and Conservation Block Grant Program Tulsa, OK Energy Efficiency and Conservation Block Grant Program Clackamas, OR Energy Efficiency and Conservation Block Grant Program Washington, OR Energy Efficiency and Conservation Block Grant Program Portland, OR Energy Efficiency and Conservation Block Grant Program Allegheny, PA Energy Efficiency and Conservation Block Grant Program Berks, PA Energy Efficiency and Conservation Block Grant Program Bucks, PA Energy Efficiency and Conservation Block Grant Program Chester, PA Energy Efficiency and Conservation Block Grant Program Cumberland, PA Energy Efficiency and Conservation Block Grant Program Delaware, PA Energy Efficiency and Conservation Block Grant Program Lancaster, PA Energy Efficiency and Conservation Block Grant Program Lehigh, PA Energy Efficiency and Conservation Block Grant Program Luzerne, PA Energy Efficiency and Conservation Block Grant Program Montgomery, PA Energy Efficiency and Conservation Block Grant Program Northampton, PA Energy Efficiency and Conservation Block Grant Program Westmoreland, PA Energy Efficiency and Conservation Block Grant Program York, PA WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 20 Energy Efficiency and Conservation Block Grant Program Philadelphia, PA Energy Efficiency and Conservation Block Grant Program Pittsburgh, PA Energy Efficiency and Conservation Block Grant Program San Juan, PR Energy Efficiency and Conservation Block Grant Program Greenville, SC Energy Efficiency and Conservation Block Grant Program Horry, SC Energy Efficiency and Conservation Block Grant Program Lexington, SC Energy Efficiency and Conservation Block Grant Program Richland, SC Energy Efficiency and Conservation Block Grant Program Spartanburg, SC Energy Efficiency and Conservation Block Grant Program Knox, TN Energy Efficiency and Conservation Block Grant Program Memphis, TN Energy Efficiency and Conservation Block Grant Program Nashville-Davidson, Metropolitan Government of, TN Energy Efficiency and Conservation Block Grant Program Bexar, TX Energy Efficiency and Conservation Block Grant Program Brazoria, TX Energy Efficiency and Conservation Block Grant Program Denton, TX Energy Efficiency and Conservation Block Grant Program Fort Bend, TX Energy Efficiency and Conservation Block Grant Program Harris, TX Energy Efficiency and Conservation Block Grant Program Hidalgo, TX Energy Efficiency and Conservation Block Grant Program Montgomery, TX Energy Efficiency and Conservation Block Grant Program Tarrant, TX Energy Efficiency and Conservation Block Grant Program Travis, TX Energy Efficiency and Conservation Block Grant Program Arlington, TX Energy Efficiency and Conservation Block Grant Program Austin, TX WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 21 Energy Efficiency and Conservation Block Grant Program Corpus Christi, TX Energy Efficiency and Conservation Block Grant Program Dallas, TX Energy Efficiency and Conservation Block Grant Program El Paso, TX Energy Efficiency and Conservation Block Grant Program Fort Worth, TX Energy Efficiency and Conservation Block Grant Program Garland, TX Energy Efficiency and Conservation Block Grant Program Houston, TX Energy Efficiency and Conservation Block Grant Program Irving, TX Energy Efficiency and Conservation Block Grant Program Laredo, TX Energy Efficiency and Conservation Block Grant Program Lubbock, TX Energy Efficiency and Conservation Block Grant Program Plano, TX Energy Efficiency and Conservation Block Grant Program San Antonio, TX Energy Efficiency and Conservation Block Grant Program Salt Lake City, UT Energy Efficiency and Conservation Block Grant Program Arlington, VA Energy Efficiency and Conservation Block Grant Program Chesterfield, VA Energy Efficiency and Conservation Block Grant Program Fairfax, VA Energy Efficiency and Conservation Block Grant Program Henrico, VA Energy Efficiency and Conservation Block Grant Program Loudoun, VA Energy Efficiency and Conservation Block Grant Program Prince William, VA Energy Efficiency and Conservation Block Grant Program Chesapeake, VA Energy Efficiency and Conservation Block Grant Program Norfolk, VA Energy Efficiency and Conservation Block Grant Program Richmond, VA Energy Efficiency and Conservation Block Grant Program Virginia Beach, VA WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 22 Energy Efficiency and Conservation Block Grant Program Clark, WA Energy Efficiency and Conservation Block Grant Program King, WA Energy Efficiency and Conservation Block Grant Program Pierce, WA Energy Efficiency and Conservation Block Grant Program Snohomish, WA Energy Efficiency and Conservation Block Grant Program Seattle, WA Energy Efficiency and Conservation Block Grant Program Spokane, WA Energy Efficiency and Conservation Block Grant Program Dane, WI Energy Efficiency and Conservation Block Grant Program Madison, WI Energy Efficiency and Conservation Block Grant Program Milwaukee, WI Energy Efficiency and Conservation Block Grant Program Alabama Energy Efficiency and Conservation Block Grant Program Alaska Energy Efficiency and Conservation Block Grant Program Arizona Energy Efficiency and Conservation Block Grant Program Arkansas Energy Efficiency and Conservation Block Grant Program California Energy Efficiency and Conservation Block Grant Program Colorado Energy Efficiency and Conservation Block Grant Program Connecticut Energy Efficiency and Conservation Block Grant Program Delaware Energy Efficiency and Conservation Block Grant Program District of Columbia Energy Efficiency and Conservation Block Grant Program Florida Energy Efficiency and Conservation Block Grant Program Georgia Energy Efficiency and Conservation Block Grant Program Hawaii Energy Efficiency and Conservation Block Grant Program Idaho WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 23 Energy Efficiency and Conservation Block Grant Program Illinois Energy Efficiency and Conservation Block Grant Program Indiana Energy Efficiency and Conservation Block Grant Program Iowa Energy Efficiency and Conservation Block Grant Program Kansas Energy Efficiency and Conservation Block Grant Program Kentucky Energy Efficiency and Conservation Block Grant Program Louisiana Energy Efficiency and Conservation Block Grant Program Maine Energy Efficiency and Conservation Block Grant Program Maryland Energy Efficiency and Conservation Block Grant Program Massachusetts Energy Efficiency and Conservation Block Grant Program Michigan Energy Efficiency and Conservation Block Grant Program Minnesota Energy Efficiency and Conservation Block Grant Program Mississippi Energy Efficiency and Conservation Block Grant Program Missouri Energy Efficiency and Conservation Block Grant Program Montana Energy Efficiency and Conservation Block Grant Program Nebraska Energy Efficiency and Conservation Block Grant Program Nevada Energy Efficiency and Conservation Block Grant Program New Hampshire Energy Efficiency and Conservation Block Grant Program New Jersey Energy Efficiency and Conservation Block Grant Program New Mexico Energy Efficiency and Conservation Block Grant Program New York Energy Efficiency and Conservation Block Grant Program North Carolina Energy Efficiency and Conservation Block Grant Program North Dakota WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 24 Energy Efficiency and Conservation Block Grant Program Ohio Energy Efficiency and Conservation Block Grant Program Oklahoma Energy Efficiency and Conservation Block Grant Program Oregon Energy Efficiency and Conservation Block Grant Program Pennsylvania Energy Efficiency and Conservation Block Grant Program Rhode Island Energy Efficiency and Conservation Block Grant Program South Carolina Energy Efficiency and Conservation Block Grant Program South Dakota Energy Efficiency and Conservation Block Grant Program Tennessee Energy Efficiency and Conservation Block Grant Program Texas Energy Efficiency and Conservation Block Grant Program Utah Energy Efficiency and Conservation Block Grant Program Vermont Energy Efficiency and Conservation Block Grant Program Virginia Energy Efficiency and Conservation Block Grant Program Washington Energy Efficiency and Conservation Block Grant Program West Virginia Energy Efficiency and Conservation Block Grant Program Wisconsin Energy Efficiency and Conservation Block Grant Program Wyoming Energy Efficiency and Conservation Block Grant Program American Samoa Energy Efficiency and Conservation Block Grant Program Puerto Rico Energy Efficiency and Conservation Block Grant Program Northern Mariana Islands Energy Efficiency and Conservation Block Grant Program Guam Energy Efficiency and Conservation Block Grant Program U.S. Virgin Islands FY22 EERE Congressionally Directed Spending WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 25 Congressionally Directed Spending Cogency Power Solar Project; Town of Rangely Congressionally Directed Spending Fuel for Seniors: Energy Efficiency; The Towers Foundation Congressionally Directed Spending New Jersey Green Hydrogen Demonstration Project; New Jersey Clean Cities Coalition Congressionally Directed Spending Heartland Green Energy and Manufacturing Valley Initiative; Southern Ohio Diversification Initiative Congressionally Directed Spending Twin Lakes Reservoir Floating Solar Study; City of Lima Congressionally Directed Spending Overland Industrial park Solar Community Project; The Greater Toledo Community Foundation Congressionally Directed Spending Development of an Electric Vehicle Associate’s Degree Curriculum Standards and Educational Materials for Automotive Educators and Technicians Nation- wide; West Virginia University Congressionally Directed Spending Reducing Inequity in Access to Solar Power; Delaware DNREC Congressionally Directed Spending Electrical Substation for Garrison Oak Business and Technology Park; City of Dover Congressionally Directed Spending Built to Last Pilot Project; Philadelphia Energy Authority Congressionally Directed Spending Energy Efficient Community Cross- Laminated Timber Demonstration Project/Wood-fiber Insulated Panels for Modular Construction and Retrofit Applications; University of Maine System Congressionally Directed Spending Evanston Accessible Solar Pro- gram; City of Evanston Congressionally Directed Spending Chicago Clean Energy Retrofits Program; City of Chicago Congressionally Directed Spending Municipal Building Upgrades; City of Salamanca Congressionally Directed Spending Microgrid Integration with Bio- mass Gasification as a Path- way to Hydrogen Production; City of Ithaca Congressionally Directed Spending San Juan College Electric Vehicle Technician Certification Pro- gram; San Juan College Congressionally Directed Spending Updated Renewable Energy Development Feasibility Study by the Pueblo of Zia; Pueblo of Zia Congressionally Directed Spending San Juan College Clean Hydrogen Workforce Development Pro- gram; San Juan College Congressionally Directed Spending Off-Grid residential solar project on the Navajo Nation; Navajo Tribal Utility Authority Congressionally Directed Spending Asia-Pacific Microgrid Development and Training; Hawaii Natural Energy Institute, University of Hawaii WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 26 Congressionally Directed Spending Blue Earth County’s Energy Efficiency Project; Blue Earth County Congressionally Directed Spending Hybrid Solar Testing Platform for Cold Weather Climates; University of Vermont Congressionally Directed Spending Thermal Energy Storage to Sup- port Renewable Energy Deployment; Vermont Energy Investment Corporation (VEIC) Congressionally Directed Spending District Energy Construction; Burlington Electric Department Congressionally Directed Spending Northeast Kingdom Home Weatherization; Rutland West Neighborhood Housing Service, Inc. Congressionally Directed Spending Salisbury Square Redevelopment: Achieving Home Affordability and Energy Resilience via a Microgrid; Randolph Area Com- munity Development Corporation Congressionally Directed Spending Community of Hope Solar Parking Structure; Mesilla Valley Com- munity of Hope Congressionally Directed Spending Rio Arriba County Energy Efficient Vehicle & Solar Charging Stations; Rio Arriba County Government Congressionally Directed Spending Solar Testbed; High Technology Foundation Congressionally Directed Spending Grid Resilience and Equity in the Energy Transition; University of Massachusetts at Amherst Congressionally Directed Spending Ductless Heat Pump Installation; Verde Congressionally Directed Spending Cully Community Solar Pilot; Verde Congressionally Directed Spending Electric Future for America’s Rural Mobility Stakeholders (E– FARMS); Forth Congressionally Directed Spending Kivalina Biomass Reactor; City of Kivalina Congressionally Directed Spending Accelerating Heat Pump Adoption by Lower- Income Households; Alaska Heat Smart Congressionally Directed Spending Heat Recovery System; City of Togiak Congressionally Directed Spending Makushin Geothermal Project; Qawalangin Tribe of Unalaska Congressionally Directed Spending Tacoma Public Utilities EV charging program; Tacoma Public Utilities Congressionally Directed Spending Klickitat Valley Health Central Utility Plant Modernization; Klickitat Valley Health Congressionally Directed Spending DWCPA Solar Energy Project; Detroit/Wayne County Port Authority Congressionally Directed Spending WMU Center for Interdisciplinary Research on Secure, Efficient and Sustainable Energy Technology; Western Michigan University Congressionally Directed Spending DWCPA Hydrokinetic Energy Harvester; Detroit/Wayne County Port Authority Congressionally Directed Spending Energy Improvements for Rhode Island Schools; Rhode Island Office of Energy Resources WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 27 Congressionally Directed Spending Enhanced Biogas Collection and Energy Recovery Project; Narragansett Bay Commission Congressionally Directed Spending Expanding Solar Research and Generation for a Brighter Energy Future; University of Vermont Congressionally Directed Spending Sustainable Energy in Schools and Public Buildings; Vermont Department of Public Service Congressionally Directed Spending Vermont Electrification and Clean Energy Deployment; Vermont Public Power Supply Authority Congressionally Directed Spending Kauai North Shore Energy Resiliency Project; Kauai Island Utility Cooperative Congressionally Directed Spending Newport Town Office Energy Improvements; Town of Newport Congressionally Directed Spending Hanover LED Streetlight Conversion; Town of Hanover Congressionally Directed Spending Derry Landfill Solar Project; Town of Derry Congressionally Directed Spending Utility Upgrades for the Bedford Landfill Solar Project; Town of Bedford Congressionally Directed Spending Oyster River Resiliency Project; University of New Hampshire Congressionally Directed Spending Marquette Affordable Solar Clean Energy Planning Grant; Com- munity Action Alger-Marquette Congressionally Directed Spending FY23 EERE Congressionally Directed Spending Congressionally Directed Spending City of Racine Storage Garage Site; City of Racine Congressionally Directed Spending City of Madison Truax Apartment Solar Project; City of Madison Congressionally Directed Spending City of Kenosha Solar Panels; City of Kenosha Congressionally Directed Spending Denver and Arapahoe Disposal Site Renewable Natural Gas; City and County of Denver Congressionally Directed Spending Lower Willow Creek Micro-Hydro Electric Generation Project; City of Creede Congressionally Directed Spending Pinewood Springs Energy Resiliency Microgrid; Poudre Valley Rural Electric Association Congressionally Directed Spending El Paso County LED Retrofit Energy Efficiency Project; El Paso County Congressionally Directed Spending Clean Energy for Facilities Project; City of Northglenn, CO Congressionally Directed Spending Solar Panels at Childcare Center; Children’s Community Development Center, Inc. Congressionally Directed Spending Emergency Shelter Improvements in Madison, Connecticut; Town of Madison Congressionally Directed Spending Net-Zero Emissions at Public Schools in Manchester, CT; Town of Manchester Congressionally Directed Spending Stamford LED Streetlighting Project; City of Stamford WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 28 Congressionally Directed Spending Solar Panel Installation at Department of Public Works Canopy; Township of Piscataway Congressionally Directed Spending Cybersecurity Consortium for Innovation, University of Arkansas Little Rock; University of Arkansas at Little Rock Congressionally Directed Spending University of Akron Research Foundation Managed Sustain- able Electric Powered System for Summit County Multi-Unit Affordable Sustainable Housing; University of Akron Research Foundation Congressionally Directed Spending Euclid Microgrid; Cuyahoga County Congressionally Directed Spending MultiCare Mary Bridge Hospital Electrical Infrastructure; MultiCare Mary Bridge Children’s Hospital Congressionally Directed Spending Bluefield Battery Prototyping Lab- oratory—Phase 1; Center for Applied Research & Technology, Inc. Congressionally Directed Spending West Virginia Regional Technology Energy Efficiency and Decarbonization Project; West Virginia Regional Technology Park Corporation Congressionally Directed Spending Town of Wardensville Photovoltaic Solar Field; Town of Wardensville Congressionally Directed Spending Solar at Capitol Market; Capitol Market Inc. Congressionally Directed Spending Hardwood Cross Laminated Timbers for Energy Efficient Modular Homes; West Virginia University Congressionally Directed Spending Solar Panel Installation at Goucher College; Goucher College Congressionally Directed Spending Luzerne County Transportation Authority Solar Panel Installation; Luzerne County Transportation Authority Congressionally Directed Spending Cyber-PERTT Technology; Louisiana State University Congressionally Directed Spending Hydrogen Infused Active Energy Emission Technology; Louisiana Tech University Congressionally Directed Spending Brewer Recreational Facility Energy Modernization Project; Town of Brewer Congressionally Directed Spending Electric Vehicle Automotive Certification Expansion; Southern Maine Community College Congressionally Directed Spending Combined Heat and Power System for One North Commercialization Hub; Our Katahdin Congressionally Directed Spending Caliente—Advanced Metering Infrastructure; City of Caliente Congressionally Directed Spending Clark County—Energy Efficiency; Clark County Congressionally Directed Spending University of Nevada, Reno—Lithium Characterization Analysis; University of Nevada, Reno WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 29 Congressionally Directed Spending Lincoln County Power District— Solar; Lincoln County Power District Congressionally Directed Spending Chicago Libraries Solar Power Project; City of Chicago Congressionally Directed Spending Quincy Solar Farm Project; City of Quincy Congressionally Directed Spending City of Santa Clara—Fire Station Microgrid Project; City of Santa Clara Congressionally Directed Spending Marin Clean Energy Storage Pro- gram; Marin Clean Energy Congressionally Directed Spending South Coast Air Quality Manage- ment District: Zero Emission Fuel Cell Locomotive; South Coast Air Quality Management District Congressionally Directed Spending California State Maritime Academy Academic Microgrid ; California State University Maritime Academy Congressionally Directed Spending Tompkins County EV ARC; Tomp- kins County Congressionally Directed Spending Accelerating Hydrogen Research in NY to Support Deployment of Clean Energy and Clean Indus- try; University at Buffalo Congressionally Directed Spending Electrifying Homes in Low-Income Areas of Santa Fe; City of Santa Fe Congressionally Directed Spending New Mexico State University Agrivoltaics Research Program; New Mexico State University Congressionally Directed Spending Testbed for Clean Energy and Grid Modernization; New Mexico State University Congressionally Directed Spending Albuquerque Public Housing Electrification; Albuquerque Housing Authority Congressionally Directed Spending Ho’ahu Energy Cooperative Molokai’s community- based renewable energy; Ho’ahu Energy Cooperative Molokai Congressionally Directed Spending University of Tulsa CO2 Transportation and Storage ; University of Tulsa Congressionally Directed Spending University of Tulsa Utilization of Existing Pipelines in Hydrogen Transport ; University of Tulsa Congressionally Directed Spending Electric Power Testbed to Secure the U.S. Power Grid against Cyber Attacks ; University of Tulsa Congressionally Directed Spending University of Tulsa Produced Water Treatment using Com- pact Separator System; University of Tulsa Congressionally Directed Spending SmartFlower Solar Installation and Renewable Energy Programming; Girl Scouts of the Colonial Coast Congressionally Directed Spending Cybersecurity Center for Offshore Wind energy; Old Dominion University WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 30 Congressionally Directed Spending Energy DELTA Lab—Project Oasis; Energy DELTA Lab Congressionally Directed Spending Central Maine Community College—Renewable Energy Project; Central Maine Community College Congressionally Directed Spending St. Louis Park Electrify Community Cohort Grant Program; City of St. Louis Park Congressionally Directed Spending District Energy Solar and Geo- thermal Improvements in Roch- ester, MN; City of Rochester Congressionally Directed Spending Energy Efficiency and Renewable Energy Upgrades; Leahy Center for Lake Champlain, Inc. Congressionally Directed Spending Clean Heat Homes; Vermont Energy Investment Corporation Congressionally Directed Spending Medford Irrigation District Com- munity Solar; Medford Irrigation District Congressionally Directed Spending Forging Oregon’s Renewable Energy Source Transition Through Reimagining Education Energy (FOREST TREE); Southern Oregon University Congressionally Directed Spending Ambler Tank Farm; City of Ambler Congressionally Directed Spending Hydrokinetic Power System; City of False Pass Congressionally Directed Spending Marine Energy Feasibility Study for Remote Alaskan Villages; Alas- ka Village Electric Cooperative, Inc. Congressionally Directed Spending Unalaska Aging Infrastructure Re- placement ; City of Unalaska Congressionally Directed Spending Alaska Liquid Natural Gas Pipe- line Front-End Engineering and Design (FEED); Alaska Gasline Development Corporation Congressionally Directed Spending Solar Array for Higher Education; Lake Washington Institute of Technology Congressionally Directed Spending Decatur Police Department Energy Improvement Project ; City of Decatur, Georgia Congressionally Directed Spending Enhancing the Royal Oak Farmers Market as a Community Resiliency Hub; City of Royal Oak Congressionally Directed Spending Energy Efficient Retrofits; The Groden Network Congressionally Directed Spending Energy Efficient Upgrades; Providence Performing Arts Center Congressionally Directed Spending Energy Improvements for Rhode Island Public Buildings; Rhode Island Office of Energy Re- sources Congressionally Directed Spending Brandon Senior Citizens Center Solar Project ; Brandon Senior Citizens Center Congressionally Directed Spending Solar Energy Demonstration Project for Public Libraries ; South Hero Library Foundation WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 31 Congressionally Directed Spending Resilient Power for Community Health Centers ; Clean Energy Group, Inc Congressionally Directed Spending YWCA Kauai solar-plus-storage resilience project; YWCA Kauai Congressionally Directed Spending Town of DeWitt Hydrogen Fueling Station; Town of DeWitt Congressionally Directed Spending Energy Assessments for Low In- come Neighborhoods and Dis- advantaged Communities; City of Ithaca Congressionally Directed Spending Historic Colonial Theatre Clean Energy Solar Array; Bethlehem Redevelopment Association Congressionally Directed Spending Ground Mount Solar; Town of Stratford Congressionally Directed Spending Roof-Top Solar Array Gorham Pub- lic Works Garage; Town of Gor- ham Congressionally Directed Spending Edward Fenn Elementary School Solar Project; Gorham Randolph Shelburne Cooperative School Dist. Congressionally Directed Spending Rindge Recreation Light Replacement; Rindge Recreation Department Congressionally Directed Spending Opportunity of Hope for Mental Health Solar Array; Monadnock Family Services Congressionally Directed Spending YMCA of Greater Nashua Solar Panel Installation; YMCA of Greater Nashua Congressionally Directed Spending Solar Energy and Affordable Housing in Barrington and Keene; NH Community Loan Fund Congressionally Directed Spending BioGas Turbine Driven Blower; City of Flint Congressionally Directed Spending Northwestern Michigan College Campus Geothermal Project; Northwestern Michigan College Congressionally Directed Spending Town Hall—Energy Efficiency Up- grades ; Town of Lincoln Congressionally Directed Spending Energy Improvements for Rhode Island Public Buildings; Rhode Island Office of Energy Re- sources Congressionally Directed Spending Brandon Senior Citizens Center Solar Project ; Brandon Senior Citizens Center Congressionally Directed Spending Solar Energy Demonstration Project for Public Libraries ; South Hero Library Foundation Congressionally Directed Spending Resilient Power for Community Health Centers ; Clean Energy Group, Inc Congressionally Directed Spending YWCA Kauai solar-plus-storage resilience project; YWCA Kauai Congressionally Directed Spending Solar Energy and Affordable Housing in Barrington and Keene; NH Community Loan Fund Congressionally Directed Spending BioGas Turbine Driven Blower; City of Flint WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 32 Congressionally Directed Spending Northwestern Michigan College Campus Geothermal Project; Northwestern Michigan College Congressionally Directed Spending Town Hall—Energy Efficiency Up- grades ; Town of Lincoln Congressionally Directed Spending Solar Energy and Affordable Housing in Barrington and Keene; NH Community Loan Fund Congressionally Directed Spending BioGas Turbine Driven Blower; City of Flint Congressionally Directed Spending Northwestern Michigan College Campus Geothermal Project; Northwestern Michigan College Congressionally Directed Spending Town Hall—Energy Efficiency Up- grades ; Town of Lincoln FY23 SCEP Congressionally Directed Spending Congressionally Directed Spending Clark County Clark County Energy Efficiency Congressionally Directed Spending City of St. Louis Park St. Louis Park Electrify Community Cohort Grant Program Congressionally Directed Spending Manchester Community College MCC Renewable Energy Outdoor Lab Congressionally Directed Spending Town of Brewer Brewer Recreational Facility Energy Modernization Project Congressionally Directed Spending Hawaii State Energy Office Clean Energy Wayfinders Program Congressionally Directed Spending Vermont Energy Investment Corporation Clean Heat Homes Congressionally Directed Spending City of Santa Fe Electrifying Homes in Low-Income Areas of Santa Fe Congressionally Directed Spending City of Ithaca Energy Assessments for Low Income Neighborhoods and Disadvantaged Communities Congressionally Directed Spending City of Milpitas, CA Milpitas Carbon Neutral Homes Retrofit Program Congressionally Directed Spending Sacramento Municipal Utility District SMUD Neighborhood Electrification Project Congressionally Directed Spending City of Stamford Stamford LED Streetlighting Project WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 33 Congressionally Directed Spending City of Schenectady, NY Schenectady Community Virtual Power Plant Congressionally Directed Spending Albuquerque Housing Authority Albuquerque Public Housing Electrification Congressionally Directed Spending El Paso County El Paso County LED Retrofit Energy Efficiency Project Congressionally Directed Spending Solar Workforce Training Lab; IM- PACT Community Action Congressionally Directed Spending 1.2 MW Floating Solar at the Southern Regional Water Supply Facility; Orange County, FL Congressionally Directed Spending Solar and Smart Grid Modernization at the Solar Energy Park; City of Ellensburg, WA Congressionally Directed Spending Carr Park Resilient Community Solar; City of Medford, MA Congressionally Directed Spending Clearwater Solar Panel Project; City of Clearwater, FL Congressionally Directed Spending Largo Public Library Solar Installation Project; City of Largo, FL Congressionally Directed Spending Energy Improvements of Fire Stations; City of Shawnee, KS Congressionally Directed Spending El Paso International Airport Solar Covered Parking Project; City of El Paso, TX Congressionally Directed Spending Marjorie Post Community Park Solar Panels Project; Town of Oyster Bay, NY Congressionally Directed Spending Riverbank Community Center Microgrid Project; City of River- bank, CA Congressionally Directed Spending Transit Station Solar Energy and EV Charging Demonstration Project; South West Transit Congressionally Directed Spending Enhanced Treatment and Site Up- grade Campus Solar Project; Union Sanitary District Congressionally Directed Spending Solar Panel Installations on Town Facilities; Town of Morrisville, NC Congressionally Directed Spending Solar Energy Sustainability Project; Shelter Partnership Congressionally Directed Spending 115 kW Floating Solar Project at Utilities and Customer Administration Building; Orange County, FL Congressionally Directed Spending Hayward Municipal Critical Facility Resilience Solar and Energy Storage; East Bay Community Energy Congressionally Directed Spending Water Facilities Hydroelectric and Solar Project; City of Tampa, FL WAIVER NUMBER: 2025-09 Issued: December 31, 2024 Expires: December 31, 2025 34 Congressionally Directed Spending Martin Luther King, Jr. Community Center Solar Panels; City of Dallas, TX, Office of Community Care Congressionally Directed Spending Solar Workforce Training Lab; IM- PACT Community Action Congressionally Directed Spending 1.2 MW Floating Solar at the Southern Regional Water Supply Facility; Orange County, FL Congressionally Directed Spending Solar and Smart Grid Modernization at the Solar Energy Park; City of Ellensburg, WA Congressionally Directed Spending Carr Park Resilient Community Solar; City of Medford, MA Congressionally Directed Spending Clearwater Solar Panel Project; City of Clearwater, FL Congressionally Directed Spending Largo Public Library Solar Installation Project; City of Largo, FL Congressionally Directed Spending Energy Improvements of Fire Stations; City of Shawnee, KS Congressionally Directed Spending El Paso International Airport Solar Covered Parking Project; City of El Paso, TX Congressionally Directed Spending Marjorie Post Community Park Solar Panels Project; Town of Oyster Bay, NY Congressionally Directed Spending Riverbank Community Center Microgrid Project; City of River- bank, CA Congressionally Directed Spending Transit Station Solar Energy and EV Charging Demonstration Project; South West Transit Congressionally Directed Spending Enhanced Treatment and Site Up- grade Campus Solar Project; Union Sanitary District Congressionally Directed Spending Solar Panel Installations on Town Facilities; Town of Morrisville, NC Congressionally Directed Spending Solar Energy Sustainability Project; Shelter Partnership Congressionally Directed Spending 115 kW Floating Solar Project at Utilities and Customer Administration Building; Orange County, FL Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1015 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 5.2 SUBJECT/RECOMMENDATION: Authorize a Guaranteed Maximum Price (GMP) to Bandes Construction for the installation of roof top solar panels at the Countryside Library and North Greenwood Recreation Center in the cumulative amount of $1,093,514.20 pursuant to RFQ 40-20, Construction Manager at Risk (CMAR) Continuing Contracts, and authorize the appropriate officials to execute same. (consent) SUMMARY: The city of Clearwater continues to experience rising electricity costs, with Duke Energy’s rates increasing annually. To mitigate exposure to these escalating costs, the city has prioritized investments in on-site renewable energy generation with strong financial returns. In 2022 McKim & Creed was hired by the city to provide a comprehensive solar feasibility study and cost benefit analysis of 41 city facilities. Facilities were ranked based on economic performance and construction readiness, with priority given to projects that offered the strongest financial return, lowest unit costs and alignment with existing building projects. Countryside Library and North Greenwood Recreation Center are high-visibility, high-use facilities that meet these criteria and deliver meaningful financial savings. The financial performance of each proposed location assumes a 3.5% annual escalation of electric utility costs, which is considered conservative, with current estimates ranging from 3.5-10%. Solar panel degradation rate is 0.5%, which is an industry standard. A price of $2-3 per watt is considered strong for solar installations, and these projects fall within that range before incentives. With the 50% DOE grant and 30% Elective Pay cash refund applied, the price per watt drops to well below $1, making the projects exceptionally cost-effective. The installation of 380 solar panels on the roof top of Countryside Library is projected to provide an initial annual electrical savings of $23,094 and a term savings of $1,182,003 over 30 years. The panels will be producing an estimated 243,789 kilowatt-hours of power annually which equates to 97.86% of the total power required to operate the facility. The total cost to install solar at this facility will be $415,519, with a projected 11.9% Internal Rate of Return without the grant. The payback period with all incentives is 5 years, or 25 years without incentives. The installation of 600 solar panels on the roof top of North Greenwood Recreation Center is projected to provide an initial annual electrical savings of $33,960, and a term savings of Page 1 City of Clearwater Printed on 10/31/2025 File Number: ID#25-1015 $1,738,158 over 30 years. The panels will be producing an estimated 395,431 kilowatt-hours of power annually which equates to 42.45% of the total power required to operate the facility. The total cost to install solar at this facility will be $677,994.80, with a projected 11.2% Internal Rate of Return without the grant. The payback period with all incentives is 4 years, or 29 years without incentives. GMP for both projects is $1,093,514.20 and includes design coordination, mobilization and all CMAR general conditions. These solar projects qualify for a 30% cash refund through the federal Elective Pay program. To secure eligibility, construction must begin before July 4, 2026, with projects starting before Dec. 31, 2025, subject to the same rules the city successfully used to file and receive credits the past two years. Bandes and their subcontractors are confident they can meet these timelines, ensuring the city captures the full refund. For transparency, financials were shown with just the 50% DOE grant and the full 80% incentives (50% grant plus 30% Elective Pay). On Sept. 17, 2020, Council approved 13 Construction Manager at Risk (CMAR) contracts pursuant to RFQ 40-20, and Bandes Construction was one of the approved firms. Bandes Construction has a great understanding of the needs and required end results for this project. Bandes Construction has completed numerous commercial solar projects in the Tampa Bay area, including two for the city of Clearwater (Clearwater Gas and Solid Waste Transfer Station). Bandes delivered a quality product, met designated timelines and did so in a professional manner. Bandes Construction’s proposal includes limited engineering services necessary for the electrical and structural integration of the two rooftop solar systems. It is very typical for solar installation contractors to provide limited design and permitting as a turnkey scope of services as the solar systems are stand-alone packages. Including these services under the CMAR ensures efficient coordination between design and construction, avoids additional procurement costs and provides a single point of accountability for the full system, resulting in overall project savings and a streamlined delivery schedule. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will establish capital project 315-C2602, Solar NGW Rec & Countryside Library, and provide a budget increase of $949,500 in grant revenue from US Department of Energy and a transfer of $150,000 from capital project 315-C2106, Greenprint Implementation (funding from IRS Elective Pay Rebates). USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: High Performing Government Objectives 1.5 Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. Page 2 City of Clearwater Printed on 10/31/2025 File Number: ID#25-1015 Environmental Stewardship 4.2, Adopt renewable resource usage and waste reduction practices to ensure a vibrant City for current and future generations. Page 3 City of Clearwater Printed on 10/31/2025 Project: City of Clearwater Countryside Library Date: 0ϵͬϮϱ/2025 System Size: ϭϱϱ͕ϴϬϬ W-DC Scope of Work: Construction Manager Bandes Construction (CMAR) will facilitate design services, product procurement, installation, commissioning, and training of solar power system for the City of Clearwater Countryside Library at 2642 Sabal Springs DR, Clearwater, FL, 33761ĨŽƌΨϰϭϱ͕ϱϭϵ͘ϰϬ͘ The following scope of services will be provided as part of this contract: ϭ͘Design Services: Ă͘Engineering Site visit will be made to review site conditions ď͘Collaborate and develop full construction documents taking into account the nature of the site and building composition. Đ͘Documents required to procure permit approval Ϯ͘Product Procurement: Ă͘Acquisition of the ϯϴϬDĂdžĞŽŶ^WZͲDĂdžϯͲϰϭϬPanels and 2 Ginlong Technologies Soils-100K-5G-US inverters ď͘Procurement of solar racking system, wiring, and ancillary materials required Đ͘Coordination of all items to make a complete solar system ϯ͘Installation: Ă͘Ensure all work is installed and completed per the design documents to close out permit. ď͘Integrate new solar system into existing power system per code and industry standard. Đ͘Ensure all work is completed per OSHA standards. Ě͘Coordinate install with City of Clearwater personnel to minimize impact for day to day activities. ϰ͘Testing and Commissioning: Ă͘Commissioning system per manufacturer requirements to ensure design intent. ď͘Coordination of Duke interconnection agreement. Đ͘Sign off and closing municipal permits ϱ͘Training and Documentation: Ă͘Facilitate training with City of Clearwater facilities management ď͘Furnish all pertinent Operation and Maintenance data to facilitate maintenance after warranty period. Đ͘Provide as built drawings 2 Exclusions: - Conflicts with unknown utilities - Utility upgrades to existing infrastructure - Additional Testing - Any Additional insurance required by the utility or AHJ - Interconnection Study Fees - Prevailing Wadges -3rd Party inspections - Civil analysis Fees Warranty: - Bandes Provides a 1 year warranty from the date of substantial completion. Warranty excludes any defects in owner-supplied material or acts of god. - Transform Solar warranty provided with accompanying documents - Solar Panel Warranty 25 Years - Inverter Warranty 10 years - Racking Warranty 25 Years See below for our cost breakdown: 3 Payment Terms as Follows: - 30% Contract Execution - 30% Construction Start Date - 30% Final Building Inspection - 10% Utility permission to operate Project Schedule: Schedule Milestone Days 1 Site Survey 10 2 Engineering 45-60 3 Permitting 45-60 4 Install/Commissioning 30-45 5 Permission to Operate 30 Thanks for your consideration, Jeremy Brown 727-433-1631 – jeremy.brown@bandesconstruction.com 3UHSDUHG)RU %DQGHV&RQVWUXFWLRQ   -HUHP\%URZQ#EDQGHVFRQVWUXFWLRQFRP :HEDVHRXUEXVLQHVVRQ SURIHVVLRQDOLVPDQGWUXVWZLWKHYHU\ FXVWRPHUWKDWSDUWQHUZLWKXVIRUWKHLU SURMHFWGHYHORSPHQW(YHU\SURMHFWZH XQGHUWDNHLV %DFNHGE\\HDUVRIVRODUDQGHOHFWULFDO LQGXVWU\H[SHULHQFH 4XDOLW\FRQWUROOHGXQGHUWKHVXSHUYLVLRQ RIRXUSULQFLSDODQG0DVWHU(OHFWULFLDQ 3HUIRUPHGE\LQKRXVHFUHZVZLWKYHWWHG LQVWDOOHUVDQGHOHFWULFLDQV &RXQWU\VLGH/LEUDU\ 3UHSDUHG%\ -DVRQ+XPSKUH\   MDVRQ#WUDQVIRUPVRODUIOFRP  7$%/(2)&217(176 3URMHFW6XPPDU\ 3URMHFW'HWDLOV  &OHDUZDWHU&RXQWU\VLGH/LEUDU\  396\VWHP'HWDLOV  5HEDWHVDQG,QFHQWLYHV  8WLOLW\5DWHV  &XUUHQW(OHFWULF%LOO  1HZ(OHFWULF%LOO  &DVK)ORZ$QDO\VLV  &DVK3XUFKDVH  'HWDLOHG&DVK)ORZ$QDO\VLV  &DVK3XUFKDVH  3UHSDUHG%\-DVRQ+XPSKUH\ 3  (MDVRQ#WUDQVIRUPVRODUIOFRP 3DJH 3URMHFW6XPPDU\ 3D\PHQW2SWLRQV &DVK3XUFKDVH ,557HUP  /&2(39*HQHUDWLRQ N:K 6\VWHP&RVW  *HQHUDO&RQWUDFWRU)HHV  7RWDO6\VWHP&RVW  7RWDO,QFHQWLYHV  1HW3D\PHQWV  3D\EDFN3HULRG <HDUV (OHFWULF%LOO6DYLQJV7HUP  &20%,1('62/$5395$7,1* 3RZHU5DWLQJ :'& 3RZHU5DWLQJ :$&&(& &808/$7,9((1(5*<&2676%<3$<0(17237,21 <HDU <HDU <HDU <HDU <HDU <HDU <HDU <HDU        &XPXODWLYH(QHUJ\&RVWV$YRLGHG8WLOLW\&RVW$YRLGHG8WLOLW\&RVW &DVK3XUFKDVH&DVK3XUFKDV 3UHSDUHG%\-DVRQ+XPSKUH\ 3  (MDVRQ#WUDQVIRUPVRODUIOFRP 3DJH 3URMHFW'HWDLOV&OHDUZDWHU&RXQWU\VLGH/LEUDU\396\VWHP'HWDLOV *HQHUDO,QIRUPDWLRQ )DFLOLW\ &OHDUZDWHU&RXQWU\VLGH/LEUDU\ $GGUHVV6DEDO6SULQJV'U &OHDUZDWHU )/ 6RODU39(TXLSPHQW'HVFULSWLRQ 6RODU3DQHOV  0D[HRQ6350$;%/.5 ,QYHUWHUV  *LQORQJ7HFKQRORJLHV6ROLV.*86 6RODU39(TXLSPHQW7\SLFDO/LIHVSDQ 6RODU3DQHOV *UHDWHUWKDQ<HDUV ,QYHUWHUV <HDUV 6RODU396\VWHP&RVWDQG,QFHQWLYHV 6RODU396\VWHP&RVW  'LUHFWSD\,7& 1HW6RODU396\VWHP&RVW  6RODU396\VWHP5DWLQJ 3RZHU5DWLQJ :'& 3RZHU5DWLQJ :$&&(& (QHUJ\&RQVXPSWLRQ0L[ $QQXDO(QHUJ\8VHN:K 8WLOLW\N:K  8WLOLW\N:K  6RODU39 N:K  6RODU39 N:K  0RQWKO\(QHUJ\8VHYV6RODU*HQHUDWLRQ     (QHUJ\ N:K (QHUJ\8VH N:K (QHUJ\8VH N:K 6RODU*HQHUDWLRQ N:K 6RODU*HQHUDWLRQ N:K 3UHSDUHG%\-DVRQ+XPSKUH\ 3  (MDVRQ#WUDQVIRUPVRODUIOFRP 3DJH 5HEDWHVDQG,QFHQWLYHV 7KLVVHFWLRQVXPPDUL]HVDOOLQFHQWLYHVDYDLODEOHIRUWKLVSURMHFW7KHDFWXDOUHEDWHDQGLQFHQWLYHDPRXQWVIRUWKLV SURMHFWDUHVKRZQLQHDFKH[DPSOH 'LUHFW3D\,QYHVWPHQW7D[&UHGLW ,7&  7KH,QIODWLRQ5HGXFWLRQ$FW ,5$ RIFRQWDLQVDGLUHFWSD\SURYLVLRQWKDWHQDEOHVFHUWDLQWD[H[HPSW FXVWRPHUVLQFOXGLQJVWDWHDQGORFDOJRYHUQPHQWWRUHFHLYHDGLUHFWFDVKSD\PHQWLQOLHXRIDQLQYHVWPHQWWD[FUHGLW ,7& (QWLWLHVWKDWTXDOLI\IRUGLUHFWSD\DUHHOLJLEOHWRUHFHLYHDGLUHFWSD\PHQWDVVXPLQJWKH\PHHWWKH,5$ HVWDEOLVKHGSUHYDLOLQJZDJHDQGDSSUHQWLFHVKLSUHTXLUHPHQWVLQRUGHUWRTXDOLI\IRUWKHIXOOÐLQFUHDVHGUDWHÑ UDWKHUWKDQDÐEDVHUDWHÑ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roject: City of Clearwater 'ƌĞĞŶǁŽŽĚZĞĐĞŶƚĞƌ Date: 0ϵͬϮϱ/2025 System Size: Ϯϰϲ͕ϬϬϬ W-DC Scope of Work: Construction Manager Bandes Construction (CMAR) will facilitate design services, product procurement, installation, commissioning, and training of solar power system for the City of Clearwater 'ƌĞĞŶǁŽŽĚ ZĞĐĞŶƚĞƌat ϵϬϬEDĂƌƚŝŶ>ƵƚŚĞƌ<ŝŶŐ:ƌs, Clearwater, FL, 337ϱϱĨŽƌΨϲϳϳ͕ϵϵϰ͘ The following scope of services will be provided as part of this contract: ϭ͘Design Services: Ă͘Engineering Site visit will be made to review site conditions ď͘Collaborate and develop full construction documents taking into account the nature of the site and building composition. Đ͘Documents required to procure permit approval Ϯ͘Product Procurement: Ă͘Acquisition of the ϲϬϬDĂdžĞŽŶ^WZͲDĂdžϯͲϰϭϬPanels and 2 Ginlong Technologies Soils-100K-5G-US inverters ď͘Procurement of solar racking system, wiring, and ancillary materials required Đ͘Coordination of all items to make a complete solar system ϯ͘Installation: Ă͘Ensure all work is installed and completed per the design documents to close out permit. ď͘Integrate new solar system into existing power system per code and industry standard. Đ͘Ensure all work is completed per OSHA standards. Ě͘Coordinate install with City of Clearwater personnel to minimize impact for day to day activities. ϰ͘Testing and Commissioning: Ă͘Commissioning system per manufacturer requirements to ensure design intent. ď͘Coordination of Duke interconnection agreement. Đ͘Sign off and closing municipal permits ϱ͘Training and Documentation: Ă͘Facilitate training with City of Clearwater facilities management ď͘Furnish all pertinent Operation and Maintenance data to facilitate maintenance after warranty period. Đ͘Provide as built drawings 2 Exclusions: - Conflicts with unknown utilities - Utility upgrades to existing infrastructure - Additional Testing - Any Additional insurance required by the utility or AHJ - Interconnection Study Fees - Prevailing Wadges -3rd Party inspections - Civil analysis Fees Warranty: - Bandes Provides a 1 year warranty from the date of substantial completion. Warranty excludes any defects in owner-supplied material or acts of god. - Transform Solar warranty provided with accompanying documents - Solar Panel Warranty 25 Years - Inverter Warranty 10 years - Racking Warranty 25 Years See below for our cost breakdown: 3 Payment Terms as Follows: - 30% Contract Execution - 30% Construction Start Date - 30% Final Building Inspection - 10% Utility permission to operate Project Schedule: Schedule Milestone Days 1 Site Survey 10 2 Engineering 45-60 3 Permitting 45-60 4 Install/Commissioning 30-45 5 Permission to Operate 30 Thanks for your consideration, Jeremy Brown 727-433-1631 – jeremy.brown@bandesconstruction.com 3UHSDUHG)RU %DQGHV&RQVWUXFWLRQ   -HUHP\%URZQ#EDQGHVFRQVWUXFWLRQFRP :HEDVHRXUEXVLQHVVRQ SURIHVVLRQDOLVPDQGWUXVWZLWKHYHU\ FXVWRPHUWKDWSDUWQHUZLWKXVIRUWKHLU SURMHFWGHYHORSPHQW(YHU\SURMHFWZH XQGHUWDNHLV %DFNHGE\\HDUVRIVRODUDQGHOHFWULFDO LQGXVWU\H[SHULHQFH 4XDOLW\FRQWUROOHGXQGHUWKHVXSHUYLVLRQ RIRXUSULQFLSDODQG0DVWHU(OHFWULFLDQ 3HUIRUPHGE\LQKRXVHFUHZVZLWKYHWWHG LQVWDOOHUVDQGHOHFWULFLDQV 1 *UHHQZRRG5HF&HQWHU6RODU 3UHSDUHG%\ -DVRQ+XPSKUH\   MDVRQ#WUDQVIRUPVRODUIOFRP  7$%/(2)&217(176 3URMHFW6XPPDU\ 3URMHFW'HWDLOV  &OHDUZDWHU1*UHHQZRRG5HF&HQWHU  396\VWHP'HWDLOV  5HEDWHVDQG,QFHQWLYHV  8WLOLW\5DWHV  &XUUHQW(OHFWULF%LOO  1HZ(OHFWULF%LOO  &DVK)ORZ$QDO\VLV  &DVK3XUFKDVH  'HWDLOHG&DVK)ORZ$QDO\VLV  &DVK3XUFKDVH  3UHSDUHG%\-DVRQ+XPSKUH\ 3  (MDVRQ#WUDQVIRUPVRODUIOFRP 3DJH 3URMHFW6XPPDU\ 3D\PHQW2SWLRQV &DVK3XUFKDVH ,557HUP  /&2(39*HQHUDWLRQ N:K 6\VWHP&RVW  *HQHUDO&RQWUDFWRU)HHV  7RWDO6\VWHP&RVW  7RWDO,QFHQWLYHV  1HW3D\PHQWV  3D\EDFN3HULRG <HDUV (OHFWULF%LOO6DYLQJV7HUP  &20%,1('62/$5395$7,1* 3RZHU5DWLQJ :'& 3RZHU5DWLQJ :$&&(& &808/$7,9((1(5*<&2676%<3$<0(17237,21 <HDU <HDU <HDU <HDU <HDU <HDU <HDU <HDU     &XPXODWLYH(QHUJ\&RVWV$YRLGHG8WLOLW\&RVW$YRLGHG8WLOLW\&RVW &DVK3XUFKDVH&DVK3XUFKDV 3UHSDUHG%\-DVRQ+XPSKUH\ 3  (MDVRQ#WUDQVIRUPVRODUIOFRP 3DJH 3URMHFW'HWDLOV&OHDUZDWHU1*UHHQZRRG5HF&HQWHU396\VWHP'HWDLOV *HQHUDO,QIRUPDWLRQ )DFLOLW\ &OHDUZDWHU1*UHHQZRRG5HF&HQWHU $GGUHVV10DUWLQ/XWKHU.LQJ-U$YH &OHDUZDWHU )/ 6RODU39(TXLSPHQW'HVFULSWLRQ 6RODU3DQHOV  0D[HRQ6350$;%/.5 ,QYHUWHUV  *LQORQJ7HFKQRORJLHV6ROLV.*86 6RODU39(TXLSPHQW7\SLFDO/LIHVSDQ 6RODU3DQHOV *UHDWHUWKDQ<HDUV ,QYHUWHUV <HDUV 6RODU396\VWHP&RVWDQG,QFHQWLYHV 6RODU396\VWHP&RVW  'LUHFWSD\,7& 1HW6RODU396\VWHP&RVW  6RODU396\VWHP5DWLQJ 3RZHU5DWLQJ :'& 3RZHU5DWLQJ :$&&(& (QHUJ\&RQVXPSWLRQ0L[ $QQXDO(QHUJ\8VHN:K 8WLOLW\N:K  8WLOLW\N:K  6RODU39 N:K  6RODU39 N:K  0RQWKO\(QHUJ\8VHYV6RODU*HQHUDWLRQ      (QHUJ\ N:K (QHUJ\8VH N:K (QHUJ\8VH N:K 6RODU*HQHUDWLRQ N:K 6RODU*HQHUDWLRQ N:K 3UHSDUHG%\-DVRQ+XPSKUH\ 3  (MDVRQ#WUDQVIRUPVRODUIOFRP 3DJH 5HEDWHVDQG,QFHQWLYHV 7KLVVHFWLRQVXPPDUL]HVDOOLQFHQWLYHVDYDLODEOHIRUWKLVSURMHFW7KHDFWXDOUHEDWHDQGLQFHQWLYHDPRXQWVIRUWKLV SURMHFWDUHVKRZQLQHDFKH[DPSOH 'LUHFW3D\,QYHVWPHQW7D[&UHGLW ,7&  7KH,QIODWLRQ5HGXFWLRQ$FW ,5$ RIFRQWDLQVDGLUHFWSD\SURYLVLRQWKDWHQDEOHVFHUWDLQWD[H[HPSW FXVWRPHUVLQFOXGLQJVWDWHDQGORFDOJRYHUQPHQWWRUHFHLYHDGLUHFWFDVKSD\PHQWLQOLHXRIDQLQYHVWPHQWWD[FUHGLW ,7& (QWLWLHVWKDWTXDOLI\IRUGLUHFWSD\DUHHOLJLEOHWRUHFHLYHDGLUHFWSD\PHQWDVVXPLQJWKH\PHHWWKH,5$ HVWDEOLVKHGSUHYDLOLQJZDJHDQGDSSUHQWLFHVKLSUHTXLUHPHQWVLQRUGHUWRTXDOLI\IRUWKHIXOOÐLQFUHDVHGUDWHÑ UDWKHUWKDQDÐEDVHUDWHÑ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acility System Size (kW)Installation CostCMAR & Other FeesTotal CostPPW1 w/o incentives2Total Grant3 50%Elective Pay (EP)4 30%Final Cost w/ incentivesPPW w/ 50% GrantPPW w/ incentivesYearly Energy Consumption (kWh)Annual Solar Energy Generation (kWh)Term Electric Bill SavingsAnnual Electric Bill SavingsDCF5 w/ 50% GrantDCF w/ incentivesCountryside Library 156 $ 368,654.00 $ 46,865.40 $ 415,519.40 $ 2.66 $ 207,759.70 $ 124,655.82 $ 83,103.88 $ 1.33 $ 0.53 249,109 243,789 $ 1,182,003.00 $ 23,094.00 8.9 4North Greenwood Rec Center246 $ 607,268.00 $ 70,726.80 $ 677,994.80 $ 2.76 $ 338,997.40 $ 203,398.44 $ 135,598.96 $ 1.38 $ 0.55 931,593 395,431 $ 1,738,158.00 $ 33,960.00 9.4 5BANDES TOTALS402 $ 975,922.00 $ 117,592.20 $ 1,093,514.20 $ 546,757.10 $ 328,054.26 $ 218,702.84 639,220 $ 2,920,161.00 $ 57,054.00 Notes:(1) PPW = Price per watt: target is between $2-3 per watt. (2) Incentives = 50% from award and 30% cash back from Elective Pay(3) Grant: Awarded to Clearwater in FY23 by the DOE, for $949,500 for "Clearwater Solar Projects" with a 50% match requirement(4) Elective Pay allows local governments to receive direct cash payments for eligible clean energy projects under the Inflation Reduction Act, including 30% for solar projects (aka Direct Pay)(5) DCF = Discounted Cash Flow Payback Period: number of years it takes for a project's discounted savings (adjusted for time value of money) to recover its initial investment; see "DCF Payback Period Calculation Explanation" document Discounted Cash Flow Payback Period Calculations Why Use the Discounted Cash Flow Method to Evaluate Solar ROI? When evaluating long-term capital investments like solar energy systems, it’s important to use a financial method that reflects both the timing and value of future savings. The Discounted Cash Flow (DCF) method is a widely accepted approach for this purpose — especially in public sector infrastructure planning and energy project evaluation. Unlike a simple payback calculation, which only shows how many years it takes to recoup upfront costs, the DCF method offers a comprehensive picture of the project’s true financial performance over time. It accounts for: • Future cost savings from reduced electricity purchases • Escalating utility rates, which increase the value of solar-generated electricity • Ongoing operations and maintenance expenses, including inverter replacement and system upkeep • System performance degradation, typically 0.5% per year • The time value of money, using a discount rate (5% in our model) to reflect inflation and investment risk This approach allows us to make apples-to-apples comparisons between upfront costs and long- term benefits, providing a more realistic and responsible projection of return on investment. It also supports better decision-making around capital planning, grant justification, and resource allocation — helping us maximize value for the city and its residents. The following is an example in how the DCF payback period (w/o incentives) was calculated for Long Center. The same calculations were used for Countryside Library, City Hall, North Greenwood Rec and Ross Norton Rec. 1. Key Assumptions and Data • System Cost (Year 0): $540,494 • Annual Solar Generation (Year 1): 437,838 kWh • Degradation Rate: 0.5% annually o Industry-accepted degradation rate of 0.5% per year, which accounts for reduced energy generation over time. o Source: National Renewable Energy Laboratory (NREL) (DOE) Photovoltaic Degradation Rates — An Analytical Review • Electricity Cost Growth: 5% annually o To reflect the historical and projected trend of rising utility rates. Historical data from Florida and national utility trends show that electricity prices have increased by roughly 2%–6% per year over the past couple of decades. Given volatile natural gas markets, increasing grid infrastructure costs, and inflationary pressures, a 5% annual increase is considered a reasonable and conservative planning figure in the energy sector. It aligns with industry modeling practices and Department of Energy (DOE) forecasts for long-term utility rate escalation. o Source: U.S. Energy Information Administration • Initial Electricity Savings (Year 1): Savings=Generation (kWh)×Electricity Rate (per kWh) Assume a baseline rate, R1, for electricity. • Annual Maintenance Costs: $0.005/W Annual Maintenance=System Size (W)×0.005=268,000×0.005=1,340 per year. o Industry-standard estimate of $0.005 per watt per year. For a 100 kW system, that equates to roughly $500 annually, increasing over time due to inflation-adjusted utility rates. This covers routine upkeep and minor repairs. o Source: NREL 2024 Electricity ATB Technologies and Data Overview • Inverter Replacement Cost (Year 15): Assume ~10% of system cost: $51,249. o Inverters typically need replacement once during the 30-year life of the system (around year 15). We’ve included the cost of replacement in the model, spread out via the DCF approach. o Source: National Institute of Standards and Technology (NIST) (U.S. Department of Commerce) Present Value of Photovoltaics – User Guide • Discount Rate: 5% annually. o This reflects both inflation and the time value of money, effectively reducing the value of future savings and costs. It ensures that we’re not overstating long-term benefits and are conservatively modeling future cash flows. o Source: U.S. DOT Federal Highway Administration 2. Calculate Annual Net Savings For each year: 1. Solar Production (kWh): Generationt=437,838 ×(1−0.005)t−1 2. Electricity Rate: Rt=R1×(1+0.05)t−1 3. Electricity Savings: Savingst=Generationt×Rt 4. Net Annual Savings: Net Savingst=Savingst−Maintenance Costst 3. Discount Future Cash Flows Apply the discount rate to the net annual savings for each year to determine the present value (PV): PVt=Net Savingst/(1+0.05)t For the inverter replacement in Year 15, subtract its cost as a negative cash flow: PV15=−51,249/(1+0.05)15 4. Determine the Payback Year Cumulatively sum the discounted cash flows (starting with the initial cost as negative) until the cumulative total becomes positive. The year this occurs is the payback year. 5. Tools for Calculation Baseline electricity rate (R1) in $/kWh is assumed rate (e.g., $0.10/kWh) The payback period for the solar array installation is approximately 14 years without incentives. By updating the system cost to $108,098, and redoing the same calculations, the payback period is approximately 3 years. This is the DCF with the 50% grant and 30% elective pay incentives. City Hall Since City Hall is a new building without historical energy data, we can estimate its electricity consumption and savings using standard energy benchmarks. Office buildings typically consume 15-20 kWh per square foot annually. City Hall is 40,303 sq. ft. o Low estimate: 40,303 × 15 kWh = 604,545 kWh o High estimate: 40,303 × 20 kWh = 806,060 kWh o Midpoint estimate: 705,303 kWh Next, we can estimate the electricity rate for commercial customers. The average electricity rate for commercial customers in Florida with Duke Energy is approximately $0.10 to $0.12 per kWh. To be conservative, we can use $0.11 per kWh. Next, we can calculate the annual savings. If the system generates 194,300 kWh annually (per Emerald), we can estimate the annual savings as: • Annual Savings = 194,300 kWh×0.11 USD/kWh = 21,373 USD/year Finally, we can apply the discounted cash flow method as above with the cost of the solar system as $333,056, a 5% discount rate, and an annual savings of $21,373. The DCF payback period for the solar system without the incentives is 30 years and approximately 6 years with the 50% grant and 30% Elective Pay. Countryside Rec Center Assumptions: Electricity escalation: 3.5% / year (per Bandes) Discount rate: 5% / year PV degradation: 0.5% / year (production declines by 0.5% annually) Annual O&M: $0.005 / W (e.g., 156 kW → $780 / yr; 246 kW → $1,230 / yr) Inverter replacement: $0.15 / W once in Year 15 (added as a negative cash flow that year) Analysis horizon: 30 years NOTE: For Countryside Rec and North Greenwood Rec, Bandes used a 3.5% electricity escalation System: 156 kW DC Annual generation: 243,789 kWh Year-1 savings: $23,094 Total 30-yr savings: $1,182,003 Costs: Full = $415,519.40, 50% DOE = $207,759.70, 80% incentives final = $83,103.88 Year Gross savings O&M + Inv Net savings Discounted CF Cumulative DCF 1 $23,094.00 $780.00 $22,314.00 $21,251.43 $21,251.43 2 $23,782.78 $780.00 $23,002.78 $20,864.20 $42,115.63 3 $24,492.10 $780.00 $23,712.10 $20,483.40 $62,599.03 4 $25,222.58 $780.00 $24,442.58 $20,108.97 $82,708.00 5 $25,974.84 $780.00 $25,194.84 $19,740.82 $102,448.82 15 $34,848.75 $24,180.00 $10,668.75 $5,131.85 $269,679.25 30 $54,155.01 $780.00 $53,375.01 $12,349.77 $481,836.07 Full cost = $415,519.40 → DCF payback: Year 25 (21 with 5% escalation) With 50% DOE ($207,759.70) → DCF payback: Year 11 (10 with 5% escalation) With 80% incentives ($83,103.88) → DCF payback: Year 5 (4 with 5% escalation) North Greenwood Rec Center Assumptions Electricity escalation: 3.5% / year (per Bandes) Discount rate: 5% / year PV degradation: 0.5% / year (production declines by 0.5% annually) Annual O&M: $0.005 / W (e.g., 156 kW → $780 / yr; 246 kW → $1,230 / yr) Inverter replacement: $0.15 / W once in Year 15 (added as a negative cash flow that year) Analysis horizon: 30 years NOTE: For Countryside Rec and North Greenwood Rec, Bandes used a 3.5% electricity escalation System: 246 kW DC Annual generation: 395,431 kWh Year-1 savings: $33,960 Total 30-yr savings (provided): $1,738,158 Costs: Full = $677,994.80, 50% DOE = $338,997.40, 80% incentives final = $135,598.96 Year Gross savings O&M + Inv Net savings Discounted CF Cumulative DCF 1 $33,960.00 $1,230.00 $32,730.00 $31,171.43 $31,171.43 2 $34,972.86 $1,230.00 $33,742.86 $30,605.77 $61,777.19 3 $36,015.92 $1,230.00 $34,785.92 $30,049.39 $91,826.58 4 $37,090.10 $1,230.00 $35,860.10 $29,502.19 $121,328.77 5 $38,196.31 $1,230.00 $36,966.31 $28,964.07 $150,292.84 15 $51,245.50 $38,130.00 $13,115.50 $6,308.78 $394,507.27 30 $79,635.58 $1,230.00 $78,405.58 $18,141.28 $706,071.97 Full cost = $677,994.80 → DCF payback: Year 29 (24 with 5% escalation) With 50% DOE ($338,997.40) → DCF payback: Year 13 (12 with 5% escalation) With 80% incentives ($135,598.96) → DCF payback: Year 5 (5 with 5% escalation) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1053 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: General Services Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Authorize a purchase order to Alan Jay Fleet Sales of Sebring, FL for the purchase of two 2026 Ford Interceptors and one Chevrolet Tahoe in the not-to-exceed amount of $148,066.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback; declare the vehicles being replaced as surplus and authorize for disposal at auction pursuant to Clearwater code section 2.623(7)(c), public auction; and authorize lease purchase under the City's Master Lease Purchase Agreement or internal financing via an interfund loan from the Capital Improvement Fund, whichever is deemed to be in the City's best interest, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Police Department is requesting consolidated expenditure authorization in a not-to-exceed amount of $148,066.00 for the acquisition of two 2026 Ford Interceptors which will replace G4542 and G4935 and one Chevrolet Tahoe replacing G4821. These vehicles were deemed a total loss by Risk Management. Piggyback Procurement Authorization Authorization is requested to piggyback off the following cooperative contracts, pursuant to Clearwater Code Section 2.563(1)(c). Alan Jay Fleet Sales is a servicing dealer for National Auto Fleet. ·Sourcewell (formerly NJPA) o Contract No. 091521-NAF - Cars, Trucks, Vans, SUVs, Cab Chassis, & Other Vehicles valid through 11/8/2026 Once the new vehicles are road ready, including installation of graphics, accessories, and any required upfitting, with Council authorization, the corresponding vehicles and equipment identified for replacement will be declared surplus and transferred for disposal. Surplus assets will be sent to Royal Auction Group under Piggyback Contract No. 190-537-R, valid through November 16, 2027. APPROPRIATION CODE AND AMOUNT: Budget is available, planned with lease/purchase financing, in capital project L1910, Motorized Vehicle Replacement - L/P, to fund these purchase orders. This project is budgeted as lease/purchase for short term financing; debt payments are included in fleet charge backs. Page 1 City of Clearwater Printed on 10/31/2025 Sourcewell Contract # 091521-NAF | Amendment #1 Page 1 of 1 AMENDMENT #1 TO CONTRACT # 091521-NAF THIS AMENDMENT is effective upon the date of the last signature below by and between Sourcewell and 72 Hour LLC dba: National Auto Fleet Group (Supplier). Sourcewell awarded a contract to Supplier to provide Automobiles, SUVs, Vans, and Light Trucks with Related Equipment and Accessories to Sourcewell and its Participating Entities, effective November 4, 2021, through November 8, 2025 (Contract). The parties wish to amend the Proposal to ensure compliance with Sourcewell’s Procurement Policy and standard government procurement practices. NOW, THEREFORE, the parties amend the Contract as follows: Line item 28 of “Table 6: Ability to Sell and Deliver Service” of the Proposal is modified to add the following: “For Tesla and Mullen vehicles, the Participating Entity will work directly with Supplier when ordering the vehicle. Once a purchase order is issued and received by Supplier, Supplier will work with the appropriate Tesla or Mullen representative to process the order and deliver the vehicle directly to the Participating Entity. All necessary paperwork will be handled directly between the Participating Entity and Supplier.” Except as amended by this Amendment, the Contract remains in full force and effect. Sourcewell 72 Hour LLC dba: National Auto Fleet Group By: By: Jeremy Schwartz, Chief Operating Officer Jesse Cooper, Fleet Manager Date: Date:                Rev. 7/2022 1 CONTRACT EXTENSION Contract Number: Sourcewell and 202 12th Street Northeast P.O. Box 219 Staples, MN 56479 (Sourcewell) (Vendor) have entered into Contract Number: 110719- for the procurement of: The Contract has an expiration date of Decemb r, but the parties may extend the Contract by mutual consent. Sourcewell and Vendor acknowledge that extending the Contract benefits the Vendor, Sourcewell and Sourcewell’s Members. Vendor and Sourcewell agree to extend the Contract listed above for an additional period, with a new Contract expiration date of Dece mber , . All other terms and conditions of the Contract remain in full force and effect. Sourcewell ________________________________ Authorized Signature ________________________________ Name ________________________________ Title ________________________________ Date ________________________________ Authorized Signature ________________________________ Name ________________________________ Title ________________________________ Date Docusign Envelope ID: 31571C89-0644-48C0-B9A8-8354F179F810 Jeremy Schwartz Automobiles, SUVs, Vans, and Light Trucks with Related Equipment and Accessories National Auto Fleet 2026-11-08 95076-3726 5/29/2025 | 12:25 PM CDT 091521-NAF 091521-NAF 2025-11-08 Chief Operating and Procurement Officer 490 Auto Center Dr Watsonville, California Fleet Manager Jesse Cooper 5/30/2025 | 10:38 AM CDT 2026 Model Year FLORIDA Price Schedule CONTRACT # 2026 091521-NAF & 032824-NAF 5330 US HWY 27 SOUTH, SEBRING FL 33870 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com scott.wilson@alanjay.com Class 1-3 vehicles 091521-NAF EXP: 11/8/2026 Class 4-8 vehicles 032824-NAF EXP: 7/8/2028 Thank you from the entire Alan Jay Fleet family for allowing us to serve your past, present, and future needs. With the open of 2026 order banks, the auto industry has emerged out of the global supply chain shortages. Though there are still some challenges, we are mostly back to business as usual. o STABALIZED PRICING o ELONGATED ORDER WINDOWS o IMPROVED LEAD TIME TO DELIVER o FULL VEHICLE LINE OFFERING The following is listing of 2026 production vehicles and associated equipment in conformance with our Sourcewell bid award. “EXCELLENCE IS NOT AN ACT, BUT A HABIT” - Aristotle 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 1MG26 2FL 2026 CHEVY BLAZER EV AWD SSV $62,095 $51,914 2 1MF26 2FL 2026 CHEVY BLAZER EV AWD 9C1 MARKED POLICE $56,495 $46,299 3 1MF26 2FL 2026 CHEVY BLAZER EV AWD 9C3 DETECTIVE POLICE $56,095 $45,899 4 CC10706 1FL 2026 CHEVY TAHOE 2WD 9C1 POLICE $56,795 $52,849 8 CK10706 1FL 2026 CHEVY TAHOE 4WD 9C1 POLICE $59,795 $55,762 11 CK10706 1FL 2026 CHEVY TAHOE 4WD 5W4 SSV $59,895 $55,859 14 CK10543 1WT 2026 CHEVY SILVERADO 1500 CREW CAB 4WD 9C1 POLICE 5.5' BED $55,800 $48,963 22 1TR58 1LS 2026 CHEVY TRAX FWD LS $22,995 $22,147 23 1TU58 1LT 2026 CHEVY TRAX FWD LT $24,495 $23,646 24 1TR56 1LS 2026 CHEVY TRAILBLAZER FWD LS $24,295 $22,648 25 1TU56 1LT 2026 CHEVY TRAILBLAZER FWD LT $25,495 $23,847 26 1TS56 1SA 2026 CHEVY TRAILBLAZER FWD ACTIV $28,895 $27,246 27 1TV56 1LS 2026 CHEVY TRAILBLAZER AWD LS $26,295 $24,647 28 1TW56 1LT 2026 CHEVY TRAILBLAZER AWD LT $27,495 $25,846 29 1TX56 1SA 2026 CHEVY TRAILBLAZER AWD ACTIV $30,495 $28,844 30 1PT26 1LT 2026 CHEVY EQUINOX FWD LT $29,995 $27,267 31 1PR26 XDB 2026 CHEVY EQUINOX FWD ACTIV $34,395 $31,617 32 1PS26 1RS 2026 CHEVY EQUINOX FWD RS $34,395 $31,617 33 1PT26 2LT 2026 CHEVY EQUINOX AWD LT $31,995 $29,244 34 1PR26 KDZ 2026 CHEVY EQUINOX AWD ACTIV $36,395 $33,594 35 1PS26 2RS 2026 CHEVY EQUINOX AWD RS $36,395 $33,594 36 1MB48 2LT 2026 CHEVY Equinox EV FWD LT $36,495 $26,752 37 1MM48 2RS 2026 CHEVY Equinox EV FWD RS $45,595 $36,047 38 1NK26 2LT 2026 CHEVY BLAZER FWD LT $36,095 $33,627 39 1NR26 2LT 2026 CHEVY BLAZER AWD LT $38,795 $36,295 40 1NK26 3LT 2026 CHEVY BLAZER FWD LT $41,495 $38,965 41 1NR26 3LT 2026 CHEVY BLAZER AWD LT $44,195 $41,635 42 1NL26 RS 2026 CHEVY BLAZER FWD RS $45,395 $42,821 43 1NS26 RS 2026 CHEVY BLAZER AWD RS $48,295 $45,688 44 1MC26 2LT 2026 CHEVY BLAZER EV FWD LT $46,095 $35,873 45 1MC26 4LT 2026 CHEVY BLAZER EV AWD LT $49,095 $38,880 46 1MD26 1RS 2026 CHEVY BLAZER EV FWD RS $51,912 $41,706 CHEVY 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 47 1MD26 2RS 2026 CHEVY BLAZER EV AWD RS $54,895 $44,695 48 1LB56 1LT 2026 CHEVY TRAVERSE FWD LT $42,695 $38,952 49 1LB56 2LT 2026 CHEVY TRAVERSE AWD LT $44,695 $40,929 50 1LD56 1LZ 2026 CHEVY TRAVERSE FWD HIGH COUNTRY $56,995 $53,090 51 1LD56 2LZ 2026 CHEVY TRAVERSE AWD HIGH COUNTRY $58,995 $55,068 52 CK10706 1FL 2026 CHEVY TAHOE 4WD COMMERCIAL $63,695 $60,079 53 CC10706 1LS 2026 CHEVY TAHOE 2WD LS $62,995 $59,959 54 CK10706 1LS 2026 CHEVY TAHOE 4WD LS $65,995 $62,900 55 CC10706 1LT 2026 CHEVY TAHOE 2WD LT $65,995 $62,900 56 CK10706 1LT 2026 CHEVY TAHOE 4WD LT $68,995 $65,840 57 CC10706 1LZ 2026 CHEVY TAHOE 2WD PREMIER $77,895 $74,563 58 CK10706 1LZ 2026 CHEVY TAHOE 4WD PREMIER $80,895 $77,504 59 CK10706 1SP 2026 CHEVY TAHOE 4WD RST $70,995 $67,801 60 CK10706 2Z7 2026 CHEVY TAHOE 4WD Z71 $72,995 $69,761 61 CC10906 1LS 2026 CHEVY SUBURBAN 1500 2WD LS $65,995 $62,394 62 CK10906 1LS 2026 CHEVY SUBURBAN 1500 4WD LS $68,995 $65,334 63 CC10906 1LT 2026 CHEVY SUBURBAN 1500 2WD LT $68,995 $65,334 64 CK10906 1LT 2026 CHEVY SUBURBAN 1500 4WD LT $71,995 $68,274 65 CC10906 1LZ 2026 CHEVY SUBURBAN 1500 2WD PREMIER $80,895 $76,998 66 CK10906 1LZ 2026 CHEVY SUBURBAN 1500 4WD PREMIER $83,895 $79,937 67 CC10906 1SP 2026 CHEVY SUBURBAN 1500 2WD RST $73,995 $70,234 68 CK10906 1SP 2026 CHEVY SUBURBAN 1500 4WD RST $76,995 $73,175 69 CK10906 2Z7 2026 CHEVY SUBURBAN 1500 4WD Z71 $75,995 $72,195 70 CG23405 1WT 2026 CHEVY EXPRESS CARGO 2500 RWD 135" WB (NO REAR GLASS)$44,595 $39,567 71 CJ32705 EJZ 2026 CHEVY BRIGHTDROP 400 eFWD NONE 153" WB ELECTRIC VAN $67,925 $54,827 72 CM32705 EJZ 2026 CHEVY BRIGHTDROP 400 eAWD NONE 153" WB ELECTRIC VAN $70,525 $57,526 73 CJ32905 EJZ 2026 CHEVY BRIGHTDROP 400 eFWD NONE 183.47" WB ELECTRIC VAN $69,425 $56,384 74 CM32905 EJZ 2026 CHEVY BRIGHTDROP 400 eAWD NONE 183.47" WB ELECTRIC VAN $72,025 $59,083 75 CG23705 1WT 2026 CHEVY EXPRESS CARGO 2500 RWD 155" WB (NO REAR GLASS)$46,495 $41,405 78 CG33405 1WT 2026 CHEVY EXPRESS CARGO 3500 RWD 135" WB (NO REAR GLASS)$48,545 $42,960 79 CG33705 1WT 2026 CHEVY EXPRESS CARGO 3500 RWD 155" WB (NO REAR GLASS)$49,345 $43,733 82 CG23406 1LS 2026 CHEVY EXPRESS PASSENGER 2500 RWD 135" WB (12-PASSENGER BASE)$50,345 $44,915 CHEVY 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 86 CG33406 1LS 2026 CHEVY EXPRESS PASSENGER 3500 RWD 135" WB (12-PASSENGER BASE)$51,545 $45,648 90 CG33706 1LS 2026 CHEVY EXPRESS PASSENGER 3500 RWD 155" WB (12-PASSENGER BASE)$52,345 $46,849 94 CG33503 1WT 2026 CHEVY EXPRESS 3500 COMMERCIAL CUTAWAY RWD SRW 139" WB 9,900 GVWR $40,045 $34,738 95 CG33803 1WT 2026 CHEVY EXPRESS 3500 COMMERCIAL CUTAWAY RWD SRW 159" WB 10,050 GVWR $41,595 $36,344 96 CG33903 1WT 2026 CHEVY EXPRESS 3500 COMMERCIAL CUTAWAY RWD DRW 177" WB 12,300 GVWR $41,745 $36,489 98 CG33803 2WT 2026 CHEVY EXPRESS 4500 COMMERCIAL CUTAWAY RWD DRW 159" WB 14,200 GVWR $43,895 $38,569 99 CG33903 2WT 2026 CHEVY EXPRESS 4500 COMMERCIAL CUTAWAY RWD DRW 177" WB 14,200 GVWR $44,545 $39,197 100 CT35843 4WT 2026 CHEVY SILVERADO EV CREW CAB PICKUP 4WD 4WT STD RANGE 5' BED $54,895 $44,719 101 CT35843 5WT 2026 CHEVY SILVERADO EV CREW CAB PICKUP 4WD 5WT EXT RANGE 5' BED $68,295 $58,153 102 CT35843 8WT 2026 CHEVY SILVERADO EV CREW CAB PICKUP 4WD 8WT MAX RANGE 5' BED $76,295 $66,174 103 CT35843 1LT 2026 CHEVY SILVERADO EV CREW CAB PICKUP 4WD 1LT EXT RANGE 5' BED $91,295 $81,213 104 14C43 2WT 2026 CHEVY COLORADO CREW CAB PICKUP 2WD 131" WB WT 5' BED 23" CA $34,495 $32,736 105 14C43 2LT 2026 CHEVY COLORADO CREW CAB PICKUP 2WD 131" WB LT 5' BED 23" CA $38,095 $36,295 106 14C43 4WT 2026 CHEVY COLORADO CREW CAB PICKUP 4WD 131" WB WT 5' BED 23" CA $37,795 $35,999 107 14C43 4LT 2026 CHEVY COLORADO CREW CAB PICKUP 4WD 131" WB LT 5' BED 23" CA $41,395 $39,557 108 CC10703 1WT 2026 CHEVY SILVERADO 1500 REGULAR CAB PICKUP 2WD WT 6.5' BED $39,495 $35,794 109 CK10703 1WT 2026 CHEVY SILVERADO 1500 REGULAR CAB PICKUP 4WD WT 6.5' BED $44,095 $39,734 110 CC10903 1WT 2026 CHEVY SILVERADO 1500 REGULAR CAB PICKUP 2WD WT 8' BED $39,695 $35,993 112 CK10903 1WT 2026 CHEVY SILVERADO 1500 REGULAR CAB PICKUP 4WD WT 8' BED $44,295 $39,933 114 CC10753 1WT 2026 CHEVY SILVERADO 1500 DOUBLE CAB PICKUP 2WD WT 6.5' BED $42,795 $37,155 116 CK10753 1WT 2026 CHEVY SILVERADO 1500 DOUBLE CAB PICKUP 4WD WT 6.5' BED $46,095 $39,801 118 CC10753 1CX 2026 CHEVY SILVERADO 1500 DOUBLE CAB PICKUP 2WD CUSTOM 6.5' BED $44,995 $38,893 119 CK10753 1CX 2026 CHEVY SILVERADO 1500 DOUBLE CAB PICKUP 4WD CUSTOM 6.5' BED $48,295 $41,503 120 CC10753 1LT 2026 CHEVY SILVERADO 1500 DOUBLE CAB PICKUP 2WD LT 6.5' BED $50,495 $43,801 123 CK10753 1LT 2026 CHEVY SILVERADO 1500 DOUBLE CAB PICKUP 4WD LT 6.5' BED $53,795 $46,375 126 CC10543 1WT 2026 CHEVY SILVERADO 1500 CREW CAB PICKUP 2WD WT 5.5' BED $45,195 $39,440 128 CC10543 1CX 2026 CHEVY SILVERADO 1500 CREW CAB PICKUP 2WD CUSTOM 5.5' BED $47,295 $41,053 129 CC10543 1LT 2026 CHEVY SILVERADO 1500 CREW CAB PICKUP 2WD LT 5.5' BED $52,895 $46,033 132 CC10543 1LZ 2026 CHEVY SILVERADO 1500 CREW CAB PICKUP 2WD LTZ 5.5' BED $60,595 $53,539 133 CK10543 1WT 2026 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD WT 5.5' BED $48,495 $42,085 135 CK10543 1CX 2026 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD CUSTOM 5.5' BED $50,695 $43,762 136 CK10543 1LT 2026 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD LT 5.5' BED $54,995 $47,438 CHEVY 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 139 CK10543 1LZ 2026 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD LTZ 5.5' BED $63,895 $56,114 140 CC10743 1WT 2026 CHEVY SILVERADO 1500 CREW CAB PICKUP 2WD WT 6.5' BED $45,495 $39,738 141 CK10743 1WT 2026 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD WT 6.5' BED $48,795 $42,384 143 CK10743 1CX 2026 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD CUSTOM 6.5' BED $50,995 $44,057 145 CC10743 1LT 2026 CHEVY SILVERADO 1500 CREW CAB PICKUP 2WD LT 6.5' BED $53,195 $45,684 148 CK10743 1LT 2026 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD LT 6.5' BED $56,495 $48,900 151 CC20903 1WT 2026 CHEVY SILVERADO 2500HD REGULAR CAB PICKUP 2WD WT 8' BED $48,195 $44,112 154 CK20903 1WT 2026 CHEVY SILVERADO 2500HD REGULAR CAB PICKUP 4WD WT 8' BED $50,995 $46,214 156 CK20903 1LT 2026 CHEVY SILVERADO 2500HD REGULAR CAB PICKUP 4WD LT 8' BED $54,795 $49,380 158 CC20753 1WT 2026 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 2WD WT 6.5' BED $49,895 $44,601 160 CC20753 1CX 2026 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 2WD CUSTOM 6.5' BED $51,395 $46,071 162 CK20753 1WT 2026 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 4WD WT 6.5' BED $52,695 $46,704 164 CK20753 1LT 2026 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 4WD LT 6.5' BED $56,795 $50,142 166 CC20953 1WT 2026 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 2WD WT 8' BED $50,095 $44,797 168 CC20953 1CX 2026 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 2WD CUSTOM 8' BED $51,595 $46,267 170 CK20953 1WT 2026 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 4WD WT 8' BED $52,895 $46,900 172 CK20953 1LT 2026 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 4WD LT 8' BED $56,995 $50,336 174 CC20743 1WT 2026 CHEVY SILVERADO 2500HD CREW CAB PICKUP 2WD WT 6.5' BED $51,695 $46,579 176 CC20743 1CX 2026 CHEVY SILVERADO 2500HD CREW CAB PICKUP 2WD CUSTOM 6.5' BED $53,195 $48,049 178 CK20743 1WT 2026 CHEVY SILVERADO 2500HD CREW CAB PICKUP 4WD WT 6.5' BED $54,495 $48,682 180 CK20743 1LT 2026 CHEVY SILVERADO 2500HD CREW CAB PICKUP 4WD LT 6.5' BED $58,595 $52,101 182 CC20943 1WT 2026 CHEVY SILVERADO 2500HD CREW CAB PICKUP 2WD WT 8' BED $51,895 $46,775 184 CC20943 1CX 2026 CHEVY SILVERADO 2500HD CREW CAB PICKUP 2WD CUSTOM 8' BED $53,395 $48,245 186 CK20943 1WT 2026 CHEVY SILVERADO 2500HD CREW CAB PICKUP 4WD WT 8' BED $54,695 $48,878 188 CK20943 1LT 2026 CHEVY SILVERADO 2500HD CREW CAB PICKUP 4WD LT 8' BED $58,795 $52,294 190 CC30903 1WT 2026 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 2WD SRW WT 8' BED $49,395 $45,288 193 CK30903 1WT 2026 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 4WD SRW WT 8' BED $52,195 $47,390 195 CK30903 1LT 2026 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 4WD SRW LT 8' BED $55,995 $50,543 197 CC30953 1WT 2026 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 2WD SRW WT 8' BED $51,295 $45,973 200 CK30953 1WT 2026 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 4WD SRW WT 8' BED $54,095 $48,076 202 CK30953 1LT 2026 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 4WD SRW LT 8' BED $58,195 $51,499 204 CC30743 1WT 2026 CHEVY SILVERADO 3500HD CREW CAB PICKUP 2WD SRW WT 6.5' BED $52,895 $47,756 CHEVY 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 207 CK30743 1WT 2026 CHEVY SILVERADO 3500HD CREW CAB PICKUP 4WD SRW WT 6.5' BED $55,695 $49,858 209 CK30743 1LT 2026 CHEVY SILVERADO 3500HD CREW CAB PICKUP 4WD SRW LT 6.5' BED $59,795 $53,264 211 CC30943 1WT 2026 CHEVY SILVERADO 3500HD CREW CAB PICKUP 2WD SRW WT 8' BED $53,095 $47,952 214 CK30943 1WT 2026 CHEVY SILVERADO 3500HD CREW CAB PICKUP 4WD SRW WT 8' BED $55,895 $50,054 216 CK30943 1LT 2026 CHEVY SILVERADO 3500HD CREW CAB PICKUP 4WD SRW LT 8' BED $59,995 $53,459 218 CC30903 1WT 2026 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 2WD DRW WT 8' BED $50,595 $46,464 221 CK30903 1WT 2026 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 4WD DRW WT 8' BED $53,395 $48,566 223 CK30903 1LT 2026 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 4WD DRW LT 8' BED $57,395 $51,900 225 CC30953 1WT 2026 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 2WD DRW WT 8' BED $52,495 $47,150 228 CK30953 1WT 2026 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 4WD DRW WT 8' BED $55,295 $49,252 230 CK30953 1LT 2026 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 4WD DRW LT 8' BED $59,595 $52,856 232 CC30943 1WT 2026 CHEVY SILVERADO 3500HD CREW CAB PICKUP 2WD DRW WT 8' BED $54,295 $49,128 235 CK30943 1WT 2026 CHEVY SILVERADO 3500HD CREW CAB PICKUP 4WD DRW WT 8' BED $57,095 $51,230 237 CK30943 1LT 2026 CHEVY SILVERADO 3500HD CREW CAB PICKUP 4WD DRW LT 8' BED $61,395 $54,816 239 CC31003 1WT 2026 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 2WD DRW WT 60" CA $48,595 $44,397 241 CC31003 1LT 2026 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 2WD DRW LT 60" CA $52,595 $47,782 243 CK31003 1WT 2026 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 4WD DRW WT 60" CA $51,395 $46,499 245 CK31003 1LT 2026 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 4WD DRW LT 60" CA $55,395 $49,855 247 CC31403 1WT 2026 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 2WD DRW WT 84" CA $48,795 $44,593 249 CC31403 1LT 2026 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 2WD DRW LT 84" CA $52,795 $47,976 251 CK31403 1WT 2026 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 4WD DRW WT 84" CA $51,595 $46,695 253 CK31403 1LT 2026 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 4WD DRW LT 84" CA $55,595 $50,048 255 CC31043 1WT 2026 CHEVY SILVERADO 3500HD CREW CAB PICKUP 2WD DRW WT 84" CA $52,295 $47,489 257 CC31043 1LT 2026 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 2WD DRW LT 60" CA $56,595 $51,125 259 CK31043 1WT 2026 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 4WD DRW WT 60" CA $55,095 $49,591 261 CK31043 1LT 2026 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 4WD DRW LT 60" CA $59,395 $53,197 271 CP11003 1WT 2026 CHEVY 3500 HG LCF GAS REGULAR CAB CHASSIS 2WD 109" WB WT 86" CA $65,335 $50,339 272 CP12003 1WT 2026 CHEVY 3500 HG LCF GAS REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $66,195 $51,046 273 CP13003 1WT 2026 CHEVY 3500 HG LCF GAS REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $67,410 $52,045 274 CP14003 1WT 2026 CHEVY 3500 HG LCF GAS REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $68,075 $52,593 275 CP13043 1WT 2026 CHEVY 3500 HG LCF GAS CREW CAB CHASSIS 2WD 150" WB WT 88" CA $73,710 $57,551 276 CP14043 1WT 2026 CHEVY 3500 HG LCF GAS CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $74,375 $57,777 CHEVY 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 277 CP31003 1WT 2026 CHEVY 4500 HG LCF GAS REGULAR CAB CHASSIS 2WD 109" WB WT 86" CA $68,160 $51,593 278 CP32003 1WT 2026 CHEVY 4500 HG LCF GAS REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $69,015 $52,296 279 CP33003 1WT 2026 CHEVY 4500 HG LCF GAS REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $70,220 $53,288 280 CP34003 1WT 2026 CHEVY 4500 HG LCF GAS REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $70,880 $53,832 281 CP33043 1WT 2026 CHEVY 4500 HG LCF GAS CREW CAB CHASSIS 2WD 150" WB WT 88" CA $76,525 $58,476 282 CP34043 1WT 2026 CHEVY 4500 HG LCF GAS CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $77,180 $59,015 283 CT31003 1WT 2026 CHEVY 4500 HD LCF DIESEL REGULAR CAB CHASSIS 2WD 109" WB WT 86" CA $73,565 $56,040 284 CT32003 1WT 2026 CHEVY 4500 HD LCF DIESEL REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $73,975 $56,377 285 CT33003 1WT 2026 CHEVY 4500 HD LCF DIESEL REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $74,475 $56,789 286 CT34003 1WT 2026 CHEVY 4500 HD LCF DIESEL REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $75,265 $57,439 287 CT33043 1WT 2026 CHEVY 4500 HD LCF DIESEL CREW CAB CHASSIS 2WD 150" WB WT 88" CA $79,260 $60,726 288 CT34043 1WT 2026 CHEVY 4500 HD LCF DIESEL CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $80,045 $61,372 289 CT41003 1WT 2026 CHEVY 4500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 109" WB WT 86" CA $75,315 $57,480 290 CT42003 1WT 2026 CHEVY 4500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $75,720 $57,814 291 CT43003 1WT 2026 CHEVY 4500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $76,235 $58,238 292 CT44003 1WT 2026 CHEVY 4500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $77,020 $58,883 293 CT43043 1WT 2026 CHEVY 4500 XD LCF DIESEL CREW CAB CHASSIS 2WD 150" WB WT 88" CA $81,020 $62,174 294 CT44043 1WT 2026 CHEVY 4500 XD LCF DIESEL CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $81,800 $62,816 295 CP52003 1WT 2026 CHEVY 5500 HG LCF GAS REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $73,575 $54,979 296 CP53003 1WT 2026 CHEVY 5500 HG LCF GAS REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $74,950 $56,110 297 CP54003 1WT 2026 CHEVY 5500 HG LCF GAS REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $75,695 $56,723 298 CP53043 1WT 2026 CHEVY 5500 HG LCF GAS CREW CAB CHASSIS 2WD 150" WB WT 88" CA $82,090 $61,985 299 CP54043 1WT 2026 CHEVY 5500 HG LCF GAS CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $82,835 $62,598 300 CP62003 1WT 2026 CHEVY 5500 XG LCF GAS REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $75,150 $56,275 301 CP63003 1WT 2026 CHEVY 5500 XG LCF GAS REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $81,615 $61,594 302 CP64003 1WT 2026 CHEVY 5500 XG LCF GAS REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $77,270 $58,019 303 CP63043 1WT 2026 CHEVY 5500 XG LCF GAS CREW CAB CHASSIS 2WD 150" WB WT 88" CA $83,665 $63,281 304 CP64043 1WT 2026 CHEVY 5500 XG LCF GAS CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $84,410 $63,894 305 CT61003 1WT 2026 CHEVY 5500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 109" WB WT 86" CA $80,690 $60,833 306 CT62003 1WT 2026 CHEVY 5500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $81,095 $61,166 307 CT63003 1WT 2026 CHEVY 5500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $81,615 $61,594 308 CT64003 1WT 2026 CHEVY 5500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $82,440 $62,273 CHEVY 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 309 CT63043 1WT 2026 CHEVY 5500 XD LCF DIESEL CREW CAB CHASSIS 2WD 150" WB WT 88" CA $86,375 $65,510 310 CT64043 1WT 2026 CHEVY 5500 XD LCF DIESEL CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $87,175 $66,169 311 CT73203 1WT 2026 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 152" WB WT 127" CA $108,440 $84,068 312 CT73903 1WT 2026 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 170" WB WT 145" CA $108,620 $84,216 313 CT74503 1WT 2026 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 188" WB WT 163" CA $108,795 $84,360 314 CT75003 1WT 2026 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 200" WB WT 175" CA $108,900 $84,446 315 CT76003 1WT 2026 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 212" WB WT 187" CA $109,020 $84,546 316 CT76503 1WT 2026 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 224" WB WT 199" CA $109,140 $84,644 317 CT77603 1WT 2026 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 236" WB WT 211" CA $109,255 $84,739 318 CT78803 1WT 2026 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 248" WB WT 223" CA $109,360 $84,826 319 CT83203 1WT 2026 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 152" WB WT 127" CA $117,255 $91,322 320 CT83903 1WT 2026 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 170" WB WT 145" CA $117,425 $91,462 321 CT84503 1WT 2026 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 188" WB WT 163" CA $117,600 $91,606 322 CT85003 1WT 2026 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 200" WB WT 175" CA $117,715 $91,700 323 CT86003 1WT 2026 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 212" WB WT 187" CA $117,835 $91,799 324 CT86503 1WT 2026 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 224" WB WT 199" CA $117,950 $91,893 325 CT87603 1WT 2026 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 236" WB WT 211" CA $118,065 $91,988 326 CT88803 1WT 2026 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 248" WB WT 223" CA $118,180 $92,082 CHEVY 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 5 RUCL53 27E 2026 CHRYSLER VOYAGER FWD TOURING L $41,990 $41,522 6 RUCH53 27L 2026 CHRYSLER PACIFICA FWD SELECT $44,460 $42,282 7 RUCT53 27P 2026 CHRYSLER PACIFICA FWD LIMITED $52,380 $49,977 8 RUFH53 27L 2026 CHRYSLER PACIFICA AWD SELECT $47,455 $45,279 9 RUFT53 27P 2026 CHRYSLER PACIFICA AWD LIMITED $55,375 $52,967 10 RUET53 2EP 2026 CHRYSLER PACIFICA FWD SELECT $53,065 $51,039 CHRYSLER 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 WDEE75 2BZ 2026 DODGE DURANGO AWD POLICE PURSUIT $47,034 $40,643 4 WDEE75 22Z 2026 DODGE DURANGO AWD POLICE PURSUIT $50,114 $43,482 9 WDDH75 2BD 2026 DODGE DURANGO RWD GT $40,490 $36,777 10 WDEH75 2BD 2026 DODGE DURANGO AWD GT $42,490 $38,782 11 WDEH75 2BH 2026 DODGE DURANGO AWD GT PLUS $46,490 $42,505 12 WDES75 22S 2026 DODGE DURANGO AWD R/T $51,990 $48,300 13 WDES75 22T 2026 DODGE DURANGO AWD R/T PLUS $54,990 $51,093 DODGE 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 K8A 500A 2026 FORD POLICE INTERCEPTOR UTILITY AWD (99B 44U)$50,245 $44,500 4 K8A 500A 2026 FORD POLICE INTERCEPTOR UTILITY AWD (99W 44U)$50,245 $44,500 7 K8A 500A 2026 FORD POLICE INTERCEPTOR UTILITY AWD (99C 44U)$53,095 $47,145 10 W1P 150A 2026 FORD F-150 POLICE RESPONDER SUPER CREW CAB PICKUP 4WD 145" WB XL 5.5' BED $54,945 $47,219 13 U1G 102A 2026 FORD EXPEDITION 4WD XL SSV $59,995 $54,642 14 K1G 102A 2026 FORD EXPEDITION MAX 4WD XL SSV $64,120 $58,671 21 P8T 100A 2026 FORD MUSTANG FASTBACK RWD 100A - AUTO BASE $34,390 $31,509 22 P8C 300A 2026 FORD MUSTANG GT FASTBACK RWD (WITH 44U - AUTO TRANS)$48,630 $44,916 23 U0G 200A 2026 FORD ESCAPE FWD ACTIVE $31,545 $27,739 24 U9G 200A 2026 FORD ESCAPE AWD ACTIVE $32,945 $29,106 25 U0M 300A 2026 FORD ESCAPE FWD ST LINE $32,390 $28,564 26 U9M 300A 2026 FORD ESCAPE AWD ST LINE $33,790 $29,931 27 U0E 700A 2026 FORD ESCAPE FWD PHEV $36,895 $32,962 35 K7D 100A 2026 FORD EXPLORER RWD ACTIVE $40,025 $36,402 36 K8D 100A 2026 FORD EXPLORER 4WD ACTIVE $42,025 $38,355 37 K7K 300A 2026 FORD EXPLORER RWD ST LINE $46,715 $42,935 38 K8K 300A 2026 FORD EXPLORER 4WD ST LINE $49,820 $45,943 39 U1H 200A 2026 FORD EXPEDITION 2WD ACTIVE $64,995 $59,525 40 U1J 200A 2026 FORD EXPEDITION 4WD ACTIVE $67,995 $62,453 41 U1M 600A 2026 FORD EXPEDITION 4WD PLATINUM $76,545 $70,801 42 K1H 200A 2026 FORD EXPEDITION MAX 2WD ACTIVE $67,995 $62,453 43 K1J 200A 2026 FORD EXPEDITION MAX 4WD ACTIVE $70,995 $65,383 44 K1M 600A 2026 FORD EXPEDITION MAX 4WD PLATINUM $79,545 $73,731 45 W1Y 101A 2026 FORD E-TRANSIT T-350 CARGO VAN LOW ROOF RWD 148" WB 9500 GVWR $55,355 $50,217 46 W9C 101A 2026 FORD E-TRANSIT T-350 CARGO VAN MEDIUM ROOF RWD 148" WB 9500 GVWR $56,570 $51,404 47 W3X 101A 2026 FORD E-TRANSIT T-350 CARGO VAN HIGH ROOF RWD 148" WB 9500 GVWR $58,770 $53,552 48 W5P 101A 2026 FORD E-TRANSIT T-350 COMMERCIAL CUTAWAY RWD 156" WB 9500 GVWR $49,545 $46,150 49 W5P 101A 2026 FORD E-TRANSIT T-350 COMMERCIAL CUTAWAY RWD 178" WB 9500 GVWR $50,245 $46,833 50 E1Y 101A 2026 FORD TRANSIT T-150 CARGO VAN LOW ROOF RWD 130" WB 8670 GVWR $50,495 $44,969 51 E1Y 101A 2026 FORD TRANSIT T-150 CARGO VAN LOW ROOF RWD 148" WB 8670 GVWR $51,895 $46,319 52 E2Y 101A 2026 FORD TRANSIT T-150 CARGO VAN LOW ROOF AWD 130" WB 8670 GVWR $54,395 $48,735 53 E2Y 101A 2026 FORD TRANSIT T-150 CARGO VAN LOW ROOF AWD 148" WB 8670 GVWR $55,795 $50,086 FORD 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 54 R1Y 101A 2026 FORD TRANSIT T-250 CARGO VAN LOW ROOF RWD 130" WB 9150 GVWR $51,495 $45,934 55 R1Y 101A 2026 FORD TRANSIT T-250 CARGO VAN LOW ROOF RWD 148" WB 9150 GVWR $52,895 $47,286 56 R2Y 101A 2026 FORD TRANSIT T-250 CARGO VAN LOW ROOF AWD 130" WB 9150 GVWR $55,395 $49,700 57 R2Y 101A 2026 FORD TRANSIT T-250 CARGO VAN LOW ROOF AWD 148" WB 9150 GVWR $56,795 $51,052 58 W1Y 101A 2026 FORD TRANSIT T-350 CARGO VAN LOW ROOF RWD 130" WB 9500 GVWR $52,695 $47,092 59 W1Y 101A 2026 FORD TRANSIT T-350 CARGO VAN LOW ROOF RWD 148" WB 9500 GVWR $54,095 $48,444 60 W2Y 101A 2026 FORD TRANSIT T-350 CARGO VAN LOW ROOF AWD 130" WB 9500 GVWR $56,595 $50,859 61 W2Y 101A 2026 FORD TRANSIT T-350 CARGO VAN LOW ROOF AWD 148" WB 9500 GVWR $57,995 $52,211 62 F1Y 101A 2026 FORD TRANSIT T-350 CARGO VAN LOW ROOF RWD 148" WB 9950 GVWR $54,095 $48,444 63 F2Y 101A 2026 FORD TRANSIT T-350 CARGO VAN LOW ROOF AWD 148" WB 9950 GVWR $57,995 $52,211 64 E1C 101A 2026 FORD TRANSIT T-150 CARGO VAN MEDIUM ROOF RWD 148" WB 8670 GVWR $52,895 $47,286 65 E2C 101A 2026 FORD TRANSIT T-150 CARGO VAN MEDIUM ROOF AWD 148" WB 8670 GVWR $56,795 $51,052 66 R1C 101A 2026 FORD TRANSIT T-250 CARGO VAN MEDIUM ROOF RWD 148" WB 9070 GVWR $53,895 $48,251 67 R2C 101A 2026 FORD TRANSIT T-250 CARGO VAN MEDIUM ROOF AWD 148" WB 9070 GVWR $57,795 $52,017 68 W9C 101A 2026 FORD TRANSIT T-350 CARGO VAN MEDIUM ROOF RWD 148" WB 9500 GVWR $55,095 $49,410 69 W2C 101A 2026 FORD TRANSIT T-350 CARGO VAN MEDIUM ROOF AWD 148" WB 9500 GVWR $58,995 $53,176 70 F7C 101A 2026 FORD TRANSIT T-350 CARGO VAN MEDIUM ROOF RWD 148" WB 9950 GVWR $55,095 $49,410 71 F8C 101A 2026 FORD TRANSIT T-350 CARGO VAN MEDIUM ROOF RWD 148" WB 9950 GVWR $58,995 $53,176 72 R1X 101A 2026 FORD TRANSIT T-250 CARGO VAN HIGH ROOF RWD 148" WB 9070 GVWR $54,895 $49,217 73 R2X 101A 2026 FORD TRANSIT T-250 CARGO VAN HIGH ROOF AWD 148" WB 9070 GVWR $58,795 $52,984 74 W1X 101A 2026 FORD TRANSIT T-350 CARGO VAN HIGH ROOF RWD 148" WB 9500 GVWR $59,995 $54,142 75 W2X 101A 2026 FORD TRANSIT T-350 CARGO VAN HIGH ROOF AWD 148" WB 9500 GVWR $59,995 $54,142 76 F5X 101A 2026 FORD TRANSIT T-350HD CARGO VAN HIGH ROOF RWD 148" WB 9950 GVWR $56,095 $50,376 77 F6X 101A 2026 FORD TRANSIT T-350HD CARGO VAN HIGH ROOF AWD 148" WB 9950 GVWR $59,995 $54,142 78 R3X 101A 2026 FORD TRANSIT T-250 EXTENDED LENGTH CARGO VAN HIGH ROOF RWD 148" WB 9070 GVWR $56,095 $50,376 79 R3U 101A 2026 FORD TRANSIT T-250 EXTENDED LENGTH CARGO VAN HIGH ROOF AWD 148" WB 9070 GVWR $59,995 $54,142 80 W3X 101A 2026 FORD TRANSIT T-350 EXTENDED LENGTH CARGO VAN HIGH ROOF RWD 148" WB 9500 GVWR $57,295 $51,535 81 W3U 101A 2026 FORD TRANSIT T-350 EXTENDED LENGTH CARGO VAN HIGH ROOF AWD 148" WB 9500 GVWR $61,195 $55,301 82 F7X 101A 2026 FORD TRANSIT T-350 EXTENDED LENGTH CARGO VAN HIGH ROOF RWD 148" WB 9950GVWR $57,295 $51,535 83 F8X 101A 2026 FORD TRANSIT T-350 EXTENDED LENGTH CARGO VAN HIGH ROOF AWD 148" WB 9950 GVWR $61,195 $55,301 84 F4X 101A 2026 FORD TRANSIT T-350HD EXTENDED LENGTH CARGO VAN HIGH ROOF DRW RWD 148" WB 9950 GVWR $57,895 $52,113 85 F4U 101A 2026 FORD TRANSIT T-350HD EXTENDED LENGTH CARGO VAN HIGH ROOF DRW AWD 148" WB 9950 GVWR $62,195 $56,266 FORD 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 86 U8X 101A 2026 FORD TRANSIT T-350 EXTENDED LENGTH CARGO VAN HIGH ROOF DRW RWD DRW 148" WB 11,000 GVWR $60,195 $54,335 87 U8U 101A 2026 FORD TRANSIT T-350 EXTENDED LENGTH CARGO VAN HIGH ROOF DRW AWD DRW 148" WB 11,000 GVWR $64,995 $58,970 88 X2Y 301A 2026 FORD TRANSIT T-350 WAGON LOW ROOF RWD 148" WB XL - (12-PASS BASE)$60,275 $55,482 89 X2Y 302A 2026 FORD TRANSIT T-350 WAGON LOW ROOF RWD 148" WB XLT - (12-PASS BASE)$63,260 $58,365 90 X9Y 301A 2026 FORD TRANSIT T-350 WAGON LOW ROOF AWD 148" WB XL - (12-PASS BASE)$64,475 $59,539 91 X9Y 302A 2026 FORD TRANSIT T-350 WAGON LOW ROOF AWD 148" WB XLT - (12-PASS BASE)$67,460 $62,420 92 X2C 301A 2026 FORD TRANSIT T-350 WAGON MEDIUM ROOF RWD 148" WB XL - (12-PASS BASE)$61,575 $56,737 93 X2C 302A 2026 FORD TRANSIT T-350 WAGON MEDIUM ROOF RWD 148" WB XLT - (12-PASS BASE)$61,575 $56,737 94 X9C 301A 2026 FORD TRANSIT T-350 WAGON MEDIUM ROOF AWD 148" WB XL - (12-PASS BASE)$63,575 $58,669 95 X9C 302A 2026 FORD TRANSIT T-350 WAGON MEDIUM ROOF AWD 148" WB XLT - (12-PASS BASE)$65,775 $60,793 96 U4X 301A 2026 FORD TRANSIT T-350HD EXTENDED LENGTH WAGON HIGH ROOF RWD DRW 148" WB XL - (15-PASS BASE)$63,575 $58,669 97 U4X 302A 2026 FORD TRANSIT T-350HD EXTENDED LENGTH WAGON HIGH ROOF RWD DRW 148" WB XLT - (15-PASS BASE)$66,560 $61,551 98 U5X 301A 2026 FORD TRANSIT T-350HD EXTENDED LENGTH WAGON HIGH ROOF AWD DRW 148" WB XL - (15-PASS BASE)$69,775 $64,657 99 U5X 301A 2026 FORD TRANSIT T-350HD EXTENDED LENGTH WAGON HIGH ROOF AWD DRW 148" WB XLT - (15-PASS BASE)$72,760 $67,539 100 R5P 501A 2026 FORD TRANSIT T-250 COMMERCIAL CUTAWAY RWD 138" WB 9070 GVWR $46,985 $43,185 101 R5P 501A 2026 FORD TRANSIT T-250 COMMERCIAL CUTAWAY RWD 156" WB 9070 GVWR $47,485 $43,667 102 W5P 501A 2026 FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD 138" WB 9950 GVWR $47,785 $43,957 103 W5P 501A 2026 FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD 156" WB 9950 GVWR $48,285 $44,440 104 W5P 501A 2026 FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD 178" WB 9500 GVWR $48,285 $44,440 105 F6P 501A 2026 FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD 138" WB 9950 GVWR $48,585 $44,729 106 F6P 501A 2026 FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD 156" WB 9950 GVWR $49,385 $45,502 107 F6P 501A 2026 FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD DRW 178" WB 9950 GVWR $50,185 $46,275 108 R7P 501A 2026 FORD TRANSIT T-250 COMMERCIAL CUTAWAY AWD SRW 156" WB 9070 GVWR $51,185 $47,240 109 R7P 501A 2026 FORD TRANSIT T-250 COMMERCIAL CUTAWAY AWD SRW 138" WB 9070 GVWR $51,685 $47,722 110 W7P 501A 2026 FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD SRW 138" WB 9500 GVWR $51,985 $48,012 111 W7P 501A 2026 FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD SRW 156" WB 9500 GVWR $52,485 $48,495 112 W7P 501A 2026 FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD 178" WB 9500 GVWR $53,185 $49,171 113 U6P 501A 2026 FORD TRANSIT T-350HD COMMERCIAL CUTAWAY RWD 138" WB 11000 GVWR $50,885 $46,950 114 U6P 501A 2026 FORD TRANSIT T-350HD COMMERCIAL CUTAWAY RWD DRW 156" WB 11000 GVWR $51,685 $47,722 115 U6P 501A 2026 FORD TRANSIT T-350HD COMMERCIAL CUTAWAY RWD DRW 178" WB 11000 GVWR $52,485 $48,495 116 F8P 501A 2026 FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD DRW 138" WB 9950 GVWR $52,785 $48,785 117 F8P 501A 2026 FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD DRW 156" WB 9950 GVWR $53,585 $49,557 FORD 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 118 F8P 501A 2026 FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD DRW 178" WB 9950 GVWR $54,385 $50,330 119 U8P 501A 2026 FORD TRANSIT T-350HD COMMERCIAL CUTAWAY AWD RWD 138" WB 11000 GVWR $55,085 $51,006 120 U8P 501A 2026 FORD TRANSIT T-350HD COMMERCIAL CUTAWAY AWD RWD 156" WB 11000 GVWR $55,885 $51,778 121 U8P 501A 2026 FORD TRANSIT T-350HD COMMERCIAL CUTAWAY AWD RWD 178" WB 11000 GVWR $56,685 $52,551 122 E3F 780A 2026 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY RWD SRW 138" WB 10,050 GVWR (20X)$42,785 $39,588 123 E3F 780A 2026 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY RWD DRW 138" WB 11,500 GVWR (20Y)$43,040 $39,835 124 E3F 780A 2026 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY RWD SRW 158" WB 10,050 GVWR (20X)$43,040 $39,835 125 E3F 780A 2026 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY RWD DRW 158" WB 11,500 GVWR (20Y)$43,290 $40,075 126 E3F 780A 2026 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY RWD DRW 158" WB 12,500 GVWR (20C)$43,640 $40,398 127 E3F 780A 2026 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY RWD DRW 176" WB 12,500 GVWR (20C)$43,785 $40,555 128 E4F 158 782A 2026 FORD ECONOLINE E-450 COMMERCIAL CUTAWAY RWD DRW 158" WB 14,500 GVWR (20F)$45,260 $41,978 129 E4F 176 782A 2026 FORD ECONOLINE E-450 COMMERCIAL CUTAWAY RWD DRW 176" WB 14,500 GVWR (20F)$45,990 $42,682 130 W8A 100A 2026 FORD MAVERICK SUPER CREW PICKUP FWD XL 4.5' BED $29,840 $29,365 131 W8A 100A 2026 FORD MAVERICK SUPER CREW PICKUP FWD XL 4.5' BED $28,840 $28,422 132 W8B 101A 2026 FORD MAVERICK SUPER CREW PICKUP AWD XL 4.5' BED $29,840 $28,830 133 W8B 102A 2026 FORD MAVERICK SUPER CREW PICKUP AWD XL 4.5' BED $32,060 $30,926 134 W8H 300A 2026 FORD MAVERICK SUPER CREW PICKUP FWD XLT 4.5' BED $32,340 $31,859 135 W8H 300A 2026 FORD MAVERICK SUPER CREW PICKUP FWD XLT 4.5' BED $31,340 $30,916 136 W8J 301A 2026 FORD MAVERICK SUPER CREW PICKUP AWD XLT 4.5' BED $34,560 $33,420 137 W8J 302A 2026 FORD MAVERICK SUPER CREW PICKUP AWD XLT 4.5' BED $32,340 $31,324 143 W1B 110A 2026 FORD F-150 LIGHTNING SUPER CREW CAB PICKUP 4WD 145" WB PRO 5.5' BED $56,975 $50,862 149 F1K 101A 2026 FORD F-150 REGULAR CAB PICKUP 2WD 122" WB XL 6.5' BED $41,925 $37,008 150 F1K 101A 2026 FORD F-150 REGULAR CAB PICKUP 2WD 141" WB XL 8' BED $39,885 $35,028 153 F1K 103A 2026 FORD F-150 REGULAR CAB PICKUP 2WD 122" WB XL 6.5' BED $43,120 $38,112 154 F1K 103A 2026 FORD F-150 REGULAR CAB PICKUP 2WD 141" WB XL 8' BED $41,080 $36,131 157 F1L 101A 2026 FORD F-150 REGULAR CAB PICKUP 4WD 122" WB XL 6.5' BED $46,940 $41,879 158 F1L 101A 2026 FORD F-150 REGULAR CAB PICKUP 4WD 141" WB XL 8' BED $44,900 $39,897 161 F1L 103A 2026 FORD F-150 REGULAR CAB PICKUP 4WD 122" WB XL 6.5' BED $48,135 $42,982 162 F1L 103A 2026 FORD F-150 REGULAR CAB PICKUP 4WD 141" WB XL 8' BED $46,095 $41,001 165 X1K 101A 2026 FORD F-150 SUPER CAB PICKUP 2WD 145" WB XL 6.5' BED $44,195 $38,678 168 X2K 200A 2026 FORD F-150 SUPER CAB PICKUP 2WD 145" WB STX 6.5' BED $45,155 $39,720 170 X3K 300A 2026 FORD F-150 SUPER CAB PICKUP 2WD 145" WB XLT 6.5' BED $47,985 $41,395 FORD 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 173 X1L 101A 2026 FORD F-150 SUPER CAB PICKUP 4WD 145" WB XL 6.5' BED $47,995 $42,367 176 X2L 200A 2026 FORD F-150 SUPER CAB PICKUP 4WD 145" WB STX 6.5' BED $48,955 $43,410 178 X3L 300A 2026 FORD F-150 SUPER CAB PICKUP 4WD 145" WB XLT 6.5' BED $51,785 $45,005 181 W1K 101A 2026 FORD F-150 SUPER CREW CAB PICKUP 2WD 145" WB XL 5.5' BED $46,530 $40,410 184 W2K 200A 2026 FORD F-150 SUPER CREW CAB PICKUP 2WD 145" WB STX 5.5' BED $47,490 $41,453 186 W3K 300A 2026 FORD F-150 SUPER CREW CAB PICKUP 2WD 145" WB XLT 5.5' BED $50,345 $43,101 189 W1L 101A 2026 FORD F-150 SUPER CREW CAB PICKUP 4WD 145" WB XL 5.5' BED $50,415 $44,183 192 W1L 101A 2026 FORD F-150 SUPER CREW CAB PICKUP 4WD 157" WB XL 6.5' BED $53,070 $46,761 194 W2L 200A 2026 FORD F-150 SUPER CREW CAB PICKUP 4WD 145" WB STX 5.5' BED $51,370 $45,221 196 W3L 300A 2026 FORD F-150 SUPER CREW CAB PICKUP 4WD 145" WB XLT 5.5' BED $54,205 $46,767 199 W3L 300A 2026 FORD F-150 SUPER CREW CAB PICKUP 4WD 157" WB XLT 6.5' BED $57,845 $50,198 201 W1F 104A 2026 FORD F-150 SUPER CREW CAB PICKUP 4WD 145" WB XL 5.5' BED $55,170 $48,575 202 W1F 104A 2026 FORD F-150 SUPER CREW CAB PICKUP 4WD 157" WB XL 6.5' BED $56,165 $49,620 203 F2A 600A 2026 FORD F-250 REGULAR CAB PICKUP 2WD 142" WB XL 8' BED $47,870 $42,160 204 F2A 603A 2026 FORD F-250 REGULAR CAB PICKUP 2WD 142" WB XLT 8' BED $51,070 $45,250 205 F2B 600A 2026 FORD F-250 REGULAR CAB PICKUP 4WD 142" WB XL 8' BED $50,660 $44,854 206 F2B 603A 2026 FORD F-250 REGULAR CAB PICKUP 4WD 142" WB XLT 8' BED $53,865 $47,949 207 X2A 600A 2026 FORD F-250 SUPER CAB PICKUP 2WD 148" WB XL 6.5' BED $51,725 $46,204 208 X2A 600A 2026 FORD F-250 SUPER CAB PICKUP 2WD 164" WB XL 8' BED $50,630 $45,147 209 X2A 603A 2026 FORD F-250 SUPER CAB PICKUP 2WD 164" WB XLT 8' BED $54,140 $48,537 210 X2B 600A 2026 FORD F-250 SUPER CAB PICKUP 4WD 148" WB XL 6.5' BED $54,525 $48,907 211 X2B 603A 2026 FORD F-250 SUPER CAB PICKUP 4WD 148" WB XLT 6.5' BED $58,035 $52,296 212 X2B 600A 2026 FORD F-250 SUPER CAB PICKUP 4WD 164" WB XL 8' BED $53,430 $47,851 213 X2B 603A 2026 FORD F-250 SUPER CAB PICKUP 4WD 164" WB XLT 8' BED $56,940 $51,240 214 W2A 600A 2026 FORD F-250 SUPER CREW CAB PICKUP 2WD 160" WB XL 6.5' BED $52,085 $46,872 215 W2A 600A 2026 FORD F-250 SUPER CREW CAB PICKUP 2WD 176" WB XL 8' BED $52,285 $47,066 216 W2A 603A 2026 FORD F-250 SUPER CREW CAB PICKUP 2WD 160" WB XLT 6.5' BED $55,895 $52,373 217 W2A 603A 2026 FORD F-250 SUPER CREW CAB PICKUP 2WD 176" WB XLT 8' BED $56,100 $52,576 218 W2B 600A 2026 FORD F-250 SUPER CREW CAB PICKUP 4WD 160" WB XL 6.5' BED $54,885 $49,577 219 W2B 600A 2026 FORD F-250 SUPER CREW CAB PICKUP 4WD 176" WB XL 8' BED $55,095 $49,779 220 W2B 603A 2026 FORD F-250 SUPER CREW CAB PICKUP 4WD 160" WB XLT 6.5' BED $59,095 $53,683 221 W2B 603A 2026 FORD F-250 SUPER CREW CAB PICKUP 4WD 176" WB XLT 8' BED $59,300 $53,882 FORD 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 222 F3A 610A 2026 FORD F-350 REGULAR CAB PICKUP 2WD SRW 142" WB XL 8' BED $49,165 $43,410 223 F3A 613A 2026 FORD F-350 REGULAR CAB PICKUP 2WD SRW 142" WB XLT 8' BED $52,370 $46,506 224 F3B 610A 2026 FORD F-350 REGULAR CAB PICKUP 4WD SRW 142" WB XL 8' BED $51,965 $46,114 225 F3B 613A 2026 FORD F-350 REGULAR CAB PICKUP 4WD SRW 142" WB XLT 8' BED $55,170 $49,209 226 F3C 620A 2026 FORD F-350 REGULAR CAB PICKUP 2WD DRW 142" WB XL 8' BED $50,655 $44,849 227 F3C 623A 2026 FORD F-350 REGULAR CAB PICKUP 2WD DRW 142" WB XLT 8' BED $53,860 $47,943 228 F3D 620A 2026 FORD F-350 REGULAR CAB PICKUP 4WD DRW 142" WB XL 8' BED $53,455 $47,554 229 F3D 623A 2026 FORD F-350 REGULAR CAB PICKUP 4WD DRW 142" WB XLT 8' BED $56,655 $50,644 230 X3A 610A 2026 FORD F-350 SUPER CAB PICKUP 2WD SRW 148" WB XL 6.5' BED $51,725 $46,204 231 X3B 610A 2026 FORD F-350 SUPER CAB PICKUP 4WD SRW 148" WB XL 6.5' BED $54,525 $48,907 232 X3B 613A 2026 FORD F-350 SUPER CAB PICKUP 4WD SRW 148" WB XLT 6.5' BED $58,035 $52,296 233 X3A 610A 2026 FORD F-350 SUPER CAB PICKUP 2WD SRW 164" WB XL 8' BED $51,930 $46,402 234 X3A 613A 2026 FORD F-350 SUPER CAB PICKUP 2WD SRW 164" WB XLT 8' BED $55,440 $49,792 235 X3B 610A 2026 FORD F-350 SUPER CAB PICKUP 4WD SRW 164" WB XL 8' BED $54,720 $49,096 236 X3B 613A 2026 FORD F-350 SUPER CAB PICKUP 4WD SRW 164" WB XLT 8' BED $58,245 $52,501 237 W3A 610A 2026 FORD F-350 SUPER CREW CAB PICKUP 2WD SRW 160" WB XL 6.5' BED $53,390 $48,132 238 W3A 610A 2026 FORD F-350 SUPER CREW CAB PICKUP 2WD SRW 176" WB XL 8' BED $53,590 $48,326 239 W3A 613A 2026 FORD F-350 SUPER CREW CAB PICKUP 2WD SRW 160" WB XLT 6.5' BED $57,200 $51,812 240 W3A 613A 2026 FORD F-350 SUPER CREW CAB PICKUP 2WD SRW 176" WB XLT 8' BED $57,395 $52,000 241 W3B 610A 2026 FORD F-350 SUPER CREW CAB PICKUP 4WD 160" WB XL 6.5' BED $56,195 $50,841 242 W3B 610A 2026 FORD F-350 SUPER CREW CAB PICKUP 4WD 176" WB XL 8' BED $57,200 $51,812 243 W3B 613A 2026 FORD F-350 SUPER CREW CAB PICKUP 4WD 160" WB XLT 6.5' BED $59,995 $54,511 244 W3B 613A 2026 FORD F-350 SUPER CREW CAB PICKUP 4WD 176" WB XLT 8' BED $60,195 $54,704 245 W3C 620A 2026 FORD F-350 SUPER CREW CAB PICKUP 2WD DRW 176" WB XL 8' BED $65,070 $59,415 246 W3C 623A 2026 FORD F-350 SUPER CREW CAB PICKUP 2WD DRW 176" WB XLT 8' BED $58,880 $53,436 247 W3D 620A 2026 FORD F-350 SUPER CREW CAB PICKUP 4WD DRW 176" WB XL 8' BED $57,875 $52,464 248 W3D 623A 2026 FORD F-350 SUPER CREW CAB PICKUP 4WD DRW 176" WB XLT 8' BED $61,695 $56,153 249 F4C 670A 2026 FORD F-450 REGULAR CAB PICKUP 2WD DRW 142" WB XL 8' BED $63,025 $56,798 250 F4C 673A 2026 FORD F-450 REGULAR CAB PICKUP 2WD DRW 142" WB XLT 8' BED $66,960 $60,597 251 F4D 670A 2026 FORD F-450 REGULAR CAB PICKUP 4WD DRW 176" WB XL 8' BED $65,835 $59,511 252 F4D 673A 2026 FORD F-450 REGULAR CAB PICKUP 4WD DRW 176" WB XLT 8' BED $69,765 $63,307 253 W4C 670A 2026 FORD F-450 SUPER CREW CAB PICKUP 2WD DRW 176" WB XL 8' BED $68,620 $62,842 FORD 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 254 W4C 673A 2026 FORD F-450 SUPER CREW CAB PICKUP 2WD DRW 176" WB XLT 8' BED $70,730 $64,880 255 W4D 670A 2026 FORD F-450 SUPER CREW CAB PICKUP 4WD DRW 176" WB XL 8' BED $71,420 $65,546 256 W4D 673A 2026 FORD F-450 SUPER CREW CAB PICKUP 4WD DRW 176" WB XLT 8' BED $73,530 $67,585 257 F3E 630A 2026 FORD F-350 REGULAR CAB CHASSIS 2WD SRW 145" WB XL 60" CA $52,735 $47,570 258 F3F 630A 2026 FORD F-350 REGULAR CAB CHASSIS 4WD SRW 145" WB XL 60" CA $56,235 $50,888 259 F3E 633A 2026 FORD F-350 REGULAR CAB CHASSIS 2WD SRW 145" WB XLT 60" CA $54,770 $49,500 260 F3F 633A 2026 FORD F-350 REGULAR CAB CHASSIS 4WD SRW 145" WB XLT 60" CA $58,275 $52,820 261 X3E 630A 2026 FORD F-350 SUPER CAB CHASSIS 2WD SRW 168" WB XL 60" CA $54,745 $49,791 262 X3F 630A 2026 FORD F-350 SUPER CAB CHASSIS 4WD SRW 168" WB XL 60" CA $58,245 $53,108 263 X3E 633A 2026 FORD F-350 SUPER CAB CHASSIS 2WD SRW 168" WB XLT 60" CA $58,245 $53,108 264 X3F 633A 2026 FORD F-350 SUPER CAB CHASSIS 4WD SRW 168" WB XLT 60" CA $60,530 $55,274 265 W3E 630A 2026 FORD F-350 SUPER CREW CAB CHASSIS 2WD SRW 179" WB XL 60" CA $56,010 $51,304 266 W3F 630A 2026 FORD F-350 SUPER CREW CAB CHASSIS 4WD SRW 179" WB XL 60" CA $59,510 $54,621 267 W3E 633A 2026 FORD F-350 SUPER CREW CAB CHASSIS 2WD SRW 179" WB XLT 60" CA $58,800 $53,948 268 W3F 633A 2026 FORD F-350 SUPER CREW CAB CHASSIS 4WD SRW 179" WB XLT 60" CA $62,305 $57,270 269 F3G 640A 2026 FORD F-350 REGULAR CAB CHASSIS 2WD DRW 145" WB XL 60" CA $54,225 $48,983 270 F3G 640A 2026 FORD F-350 REGULAR CAB CHASSIS 2WD DRW 169" WB XL 84" CA $54,115 $48,879 271 F3H 640A 2026 FORD F-350 REGULAR CAB CHASSIS 4WD DRW 145" WB XL 60" CA $57,725 $52,299 272 F3H 640A 2026 FORD F-350 REGULAR CAB CHASSIS 4WD DRW 169" WB XL 84" CA $57,595 $52,176 273 F3G 643A 2026 FORD F-350 REGULAR CAB CHASSIS 2WD DRW 145" WB XLT 60" CA $56,260 $50,910 274 F3G 643A 2026 FORD F-350 REGULAR CAB CHASSIS 2WD DRW 169" WB XLT 84" CA $56,040 $50,703 275 F3H 643A 2026 FORD F-350 REGULAR CAB CHASSIS 4WD DRW 145" WB XLT 60" CA $59,770 $54,238 276 F3H 643A 2026 FORD F-350 REGULAR CAB CHASSIS 4WD DRW 169" WB XLT 60" CA $59,510 $53,991 277 X3G 640A 2026 FORD F-350 SUPER CAB CHASSIS 2WD DRW 168" WB XL 60" CA $56,230 $51,198 278 X3H 640A 2026 FORD F-350 SUPER CAB CHASSIS 4WD DRW 168" WB XL 60" CA $59,735 $54,519 279 X3G 643A 2026 FORD F-350 SUPER CAB CHASSIS 2WD DRW 168" WB XL 60" CA $58,525 $53,372 280 X3H 643A 2026 FORD F-350 SUPER CAB CHASSIS 4WD DRW 168" WB XLT 60" CA $62,020 $56,684 281 W3G 640A 2026 FORD F-350 SUPER CREW CAB CHASSIS 2WD DRW 179" WB XL 60" CA $57,500 $52,716 282 W3H 640A 2026 FORD F-350 SUPER CREW CAB CHASSIS 4WD DRW 179" WB XL 60" CA $61,000 $56,034 283 W3G 643A 2026 FORD F-350 SUPER CREW CAB CHASSIS 2WD DRW 179" WB XLT 60" CA $60,290 $55,359 284 W3H 643A 2026 FORD F-350 SUPER CREW CAB CHASSIS 4WD DRW 179" WB XLT 60" CA $63,795 $58,681 285 F4G 650A 2026 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 145" WB XL 60" CA $58,565 $53,096 FORD 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 286 F4G 653A 2026 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 145" WB XLT 60" CA $60,495 $54,924 287 F4G 650A 2026 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 169" WB XL 84" CA $58,745 $53,266 288 F4G 653A 2026 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 169" WB XLT 84" CA $60,665 $55,085 289 F4G 650A 2026 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 193" WB XL 108" CA $58,915 $53,427 290 F4G 653A 2026 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 193" WB XLT 108" CA $60,850 $55,260 291 F4G 650A 2026 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 205" WB XL 120" CA $59,090 $53,593 292 F4G 653A 2026 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 205" WB XLT 120" CA $61,015 $55,417 293 F4H 650A 2026 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 145" WB XL 60" CA $61,465 $55,843 294 F4H 653A 2026 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 145" WB XLT 60" CA $63,395 $57,672 295 F4H 650A 2026 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 169" WB XL 84" CA $61,640 $56,010 296 F4H 653A 2026 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 169" WB XLT 84" CA $63,565 $57,833 297 F4H 650A 2026 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 193" WB XL 108" CA $61,810 $56,171 298 F4H 653A 2026 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 193" WB XLT 108" CA $63,745 $58,005 299 F4H 650A 2026 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 205" WB XL 120" CA $61,985 $56,337 300 F4H 653A 2026 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 205" WB XLT 120" CA $63,910 $58,161 301 X4G 650A 2026 FORD F-450 SUPER CAB CHASSIS 2WD DRW 168" WB XL 60" CA $57,291 $54,846 302 X4G 653A 2026 FORD F-450 SUPER CAB CHASSIS 2WD DRW 168" WB XLT 60" CA $62,250 $56,902 303 X4G 650A 2026 FORD F-450 SUPER CAB CHASSIS 2WD DRW 192" WB XL 84" CA $70,250 $64,497 304 X4G 653A 2026 FORD F-450 SUPER CAB CHASSIS 2WD DRW 192" WB XLT 84" CA $72,425 $66,559 305 X4H 650A 2026 FORD F-450 SUPER CAB CHASSIS 4WD DRW 168" WB XL 60" CA $63,580 $58,163 306 X4H 653A 2026 FORD F-450 SUPER CAB CHASSIS 4WD DRW 168" WB XLT 60" CA $65,760 $60,228 307 X4H 650A 2026 FORD F-450 SUPER CAB CHASSIS 4WD DRW 192" WB XL 84" CA $63,750 $58,324 308 X4H 653A 2026 FORD F-450 SUPER CAB CHASSIS 4WD DRW 192" WB XLT 84" CA $65,935 $60,394 309 W4G 650A 2026 FORD F-450 SUPER CREW CAB CHASSIS 2WD DRW 179" WB XL 60" CA $61,335 $56,351 310 W4G 653A 2026 FORD F-450 SUPER CREW CAB CHASSIS 2WD DRW 179" WB XLT 60" CA $64,025 $58,900 311 W4G 650A 2026 FORD F-450 SUPER CREW CAB CHASSIS 2WD DRW 203" WB XL 84" CA $61,515 $56,521 312 W4G 653A 2026 FORD F-450 SUPER CREW CAB CHASSIS 2WD DRW 203" WB XLT 84" CA $64,195 $59,061 313 W4H 650A 2026 FORD F-450 SUPER CREW CAB CHASSIS 4WD DRW 179" WB XL 60" CA $64,840 $59,671 314 W4H 653A 2026 FORD F-450 SUPER CREW CAB CHASSIS 4WD DRW 179" WB XLT 60" CA $67,510 $62,203 315 W4H 650A 2026 FORD F-450 SUPER CREW CAB CHASSIS 4WD DRW 203" WB XL 84" CA $65,010 $59,833 316 W4H 653A 2026 FORD F-450 SUPER CREW CAB CHASSIS 4WD DRW 203" WB XLT 84" CA $67,695 $62,377 317 F5G 660A 2026 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 145" WB XL 60" CA $58,915 $53,427 FORD 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 318 F5G 663A 2026 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 145" WB XLT 60" CA $60,840 $55,251 319 F5G 660A 2026 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 169" WB XL 84" CA $59,090 $53,593 320 F5G 663A 2026 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 169" WB XLT 84" CA $61,010 $55,413 321 F5G 660A 2026 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 193" WB XL 108" CA $59,265 $53,759 322 F5G 663A 2026 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 193" WB XLT 108" CA $61,190 $55,583 323 F5G 660A 2026 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 205" WB XL 120" CA $59,435 $53,920 324 F5G 663A 2026 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 205" WB XLT 120" CA $61,360 $55,744 325 F5H 660A 2026 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 145" WB XL 60" CA $61,820 $56,179 326 F5H 663A 2026 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 145" WB XLT 60" CA $63,745 $58,005 327 F5H 660A 2026 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 169" WB XL 84" CA $61,990 $56,341 328 F5H 663A 2026 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 169" WB XLT 84" CA $63,920 $58,170 329 F5H 660A 2026 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 193" WB XL 108" CA $62,160 $56,501 330 F5H 663A 2026 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 193" WB XLT 108" CA $64,100 $58,342 331 F5H 660A 2026 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 205" WB XL 120" CA $62,335 $56,668 332 F5H 663A 2026 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 205" WB XLT 120" CA $64,265 $58,496 333 X5G 660A 2026 FORD F-550 SUPER CAB CHASSIS 2WD DRW 168" WB XL 60" CA $60,430 $55,179 334 X5G 663A 2026 FORD F-550 SUPER CAB CHASSIS 2WD DRW 168" WB XLT 60" CA $62,605 $57,239 335 X5G 660A 2026 FORD F-550 SUPER CAB CHASSIS 2WD DRW 192" WB XL 84" CA $70,595 $64,824 336 X5G 663A 2026 FORD F-550 SUPER CAB CHASSIS 2WD DRW 192" WB XLT 84" CA $72,775 $66,889 337 X5H 660A 2026 FORD F-550 SUPER CAB CHASSIS 4WD DRW 168" WB XL 60" CA $63,925 $58,489 338 X5H 663A 2026 FORD F-550 SUPER CAB CHASSIS 4WD DRW 168" WB XLT 60" CA $66,100 $60,552 339 X5H 660A 2026 FORD F-550 SUPER CAB CHASSIS 4WD DRW 192" WB XL 84" CA $64,100 $58,657 340 X5H 663A 2026 FORD F-550 SUPER CAB CHASSIS 4WD DRW 192" WB XLT 84" CA $66,280 $60,721 341 W5G 660A 2026 FORD F-550 SUPER CREW CAB CHASSIS 2WD DRW 179" WB XL 60" CA $61,685 $56,682 342 W5G 663A 2026 FORD F-550 SUPER CREW CAB CHASSIS 2WD DRW 179" WB XLT 60" CA $64,360 $59,216 343 W5G 660A 2026 FORD F-550 SUPER CREW CAB CHASSIS 2WD DRW 203" WB XL 84" CA $61,860 $56,848 344 W5G 663A 2026 FORD F-550 SUPER CREW CAB CHASSIS 2WD DRW 203" WB XLT 84" CA $64,540 $61,357 345 W5H 660A 2026 FORD F-550 SUPER CREW CAB CHASSIS 4WD DRW 179" WB XL 60" CA $65,185 $60,000 346 W5H 663A 2026 FORD F-550 SUPER CREW CAB CHASSIS 4WD DRW 179" WB XLT 60" CA $67,865 $62,538 347 W5H 660A 2026 FORD F-550 SUPER CREW CAB CHASSIS 4WD DRW 203" WB XL 84" CA $65,365 $60,169 348 W5H 663A 2026 FORD F-550 SUPER CREW CAB CHASSIS 4WD DRW 203" WB XLT 84" CA $68,035 $62,699 349 F6K 680A 2026 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 145" WB XL 60" CA $60,575 $55,000 FORD 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 350 F6K 683A 2026 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 145" WB XLT 60" CA $63,505 $57,776 351 F6K 680A 2026 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 169" WB XL 84" CA $60,750 $55,167 352 F6K 683A 2026 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 169" WB XLT 84" CA $63,675 $57,937 353 F6K 680A 2026 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 193" WB XL 108" CA $60,925 $55,332 354 F6K 683A 2026 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 193" WB XLT 108" CA $63,855 $58,109 355 F6K 680A 2026 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 205" WB XL 120" CA $61,100 $55,498 356 F6K 683A 2026 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 205" WB XLT 120" CA $64,020 $58,265 357 F6L 680A 2026 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 145" WB XL 60" CA $63,480 $57,753 358 F6L 683A 2026 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 145" WB XLT 60" CA $66,405 $60,525 359 F6L 680A 2026 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 169" WB XL 84" CA $63,655 $57,919 360 F6L 683A 2026 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 169" WB XLT 84" CA $66,580 $60,690 361 F6L 680A 2026 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 193" WB XL 108" CA $63,825 $58,080 362 F6L 683A 2026 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 193" WB XLT 108" CA $66,760 $60,860 363 F6L 680A 2026 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 205" WB XL 120" CA $64,000 $58,246 364 F6L 683A 2026 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 205" WB XLT 120" CA $66,925 $61,017 365 F6A 600A 2026 FORD F-650 REGULAR CAB CHASSIS 2WD 158" WB STRAIT FRAME 84" CA $72,490 $63,323 366 X6A 600A 2026 FORD F-650 SUPER CAB CHASSIS 2WD 179" WB STRAIT FRAME 84" CA $74,455 $64,717 367 W6A 600A 2026 FORD F-650 CREW CAB CHASSIS 2WD 194" WB STRAIT FRAME 84" CA $77,235 $67,253 368 F6D 600A 2026 FORD F-650 REGULAR CAB CHASSIS 2WD 158" WB STRAIT FRAME 84" CA $81,795 $73,033 369 X6D 600A 2026 FORD F-650 SUPER CAB CHASSIS 2WD 179" WB STRAIT FRAME 84" CA $83,770 $74,834 370 W6D 600A 2026 FORD F-650 CREW CAB CHASSIS 2WD 194" WB STRAIT FRAME 84" CA $86,550 $77,371 371 F7A 600A 2026 FORD F-750 REGULAR CAB CHASSIS 2WD 158" WB STRAIT FRAME 84" CA $74,375 $64,644 372 X7A 600A 2026 FORD F-750 SUPER CAB CHASSIS 2WD 179" WB STRAIT FRAME 84" CA $76,350 $66,445 373 W7A 600A 2026 FORD F-750 CREW CAB CHASSIS 2WD 194" WB STRAIT FRAME 84" CA $79,125 $68,978 374 F7D 600A 2026 FORD F-750 REGULAR CAB CHASSIS 2WD 158" WB STRAIT FRAME 84" CA $83,690 $74,762 377 X7D 600A 2026 FORD F-750 SUPER CAB CHASSIS 2WD 179" WB STRAIT FRAME 84" CA $85,665 $76,563 380 W7D 600A 2026 FORD F-750 CREW CAB CHASSIS 2WD 194" WB STRAIT FRAME 84" CA $88,440 $79,095 FORD 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 TPB26 3SA 2026 GMC TERRAIN FWD ELEVATION $31,295 $28,009 2 TPB26 3SB 2026 GMC TERRAIN AWD ELEVATION $33,295 $29,985 3 TLD56 4SC 2026 GMC ACADIA FWD ELEVATION $45,595 $41,284 4 TLD56 4SD 2026 GMC ACADIA AWD ELEVATION $47,595 $43,262 5 TLE56 4SB 2026 GMC ACADIA AWD AT4 $54,195 $49,787 6 TLF56 5SA 2026 GMC ACADIA FWD DENALI $57,595 $53,148 7 TLF56 5SB 2026 GMC ACADIA AWD DENALI $59,595 $55,125 8 TC10706 4SA 2026 GMC YUKON 2WD ELEVATION $71,795 $67,907 9 TK10706 4SA 2026 GMC YUKON 4WD ELEVATION $74,795 $70,848 10 TK10706 4SB 2026 GMC YUKON 4WD AT4 $78,595 $74,571 11 TK10706 4SG 2026 GMC YUKON 4WD AT4 UTLIMATE $99,895 $95,448 12 TC10706 5SA 2026 GMC YUKON 2WD DENALI $82,595 $78,492 13 TK10706 5SA 2026 GMC YUKON 4WD DENALI $85,595 $81,433 14 TK10706 5SG 2026 GMC YUKON 4WD DENALI ULTIMATE $105,895 $101,329 15 TC10906 4SA 2026 GMC YUKON XL 2WD ELEVATION $74,795 $70,365 16 TK10906 4SA 2026 GMC YUKON XL 4WD ELEVATION $77,795 $73,306 17 TK10906 4SB 2026 GMC YUKON XL 4WD AT4 $81,595 $79,960 18 TK10906 4SG 2026 GMC YUKON XL 4WD AT4 ULTIMATE $102,895 $97,906 19 TC10906 5SA 2026 GMC YUKON XL 2WD DENALI $85,595 $80,950 20 TK10906 5SA 2026 GMC YUKON XL 4WD DENALI $88,595 $83,891 21 TK10906 5SB 2026 GMC YUKON XL 4WD DENALI ULTIMATE $108,895 $103,787 22 TT35843 3SB 2026 GMC SIERRA EV 4WD ELEVATION $64,495 $54,344 23 TT35843 3SD 2026 GMC SIERRA EV 4WD ELEVATION $72,695 $62,565 24 TT35743 2X 2026 GMC HUMMER EV PICKUP 4WD 2X $99,045 $88,974 25 TT35743 3X 2026 GMC HUMMER EV PICKUP 4WD 3X $107,145 $97,096 26 TT35526 2X 2026 GMC HUMMER EV SUV 4WD 2X $99,095 $89,025 27 TT35526 3X 2026 GMC HUMMER EV SUV 4WD 3X $107,195 $97,145 28 TG23405 1WT 2026 GMC SAVANA 2500 CARGO 135" WB (NO REAR GLASS)$44,595 $39,567 30 TG23705 1WT 2026 GMC SAVANA 2500 CARGO 155" WB (NO REAR GLASS)$46,495 $41,405 32 TG33405 1WT 2026 GMC SAVANA 3500 CARGO 135" WB (NO REAR GLASS)$48,545 $42,960 34 TG33705 1WT 2026 GMC SAVANA 3500 CARGO 155" WB (NO REAR GLASS)$49,345 $43,733 36 TG23406 1LS 2026 GMC SAVANA 2500 PASSENGER 135" WB (12-PASSENGER BASE)$50,345 $44,915 GMC 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 40 TG33406 1LS 2026 GMC SAVANA 3500 PASSENGER 135" WB (12-PASSENGER BASE)$51,545 $45,648 44 TG33706 1LS 2026 GMC SAVANA 3500 PASSENGER 155" WB (12-PASSENGER BASE)$52,345 $46,849 48 TG33503 1WT 2026 GMC SAVANA 3500 COMMERCIAL CUTAWAY RWD DRW 139" WB 9,900 GVWR 80" CA $40,045 $34,845 50 TG33803 1WT 2026 GMC SAVANA 3500 COMMERCIAL CUTAWAY RWD DRW 159" WB 10,050 GVWR 100" CA $41,595 $36,344 51 TG33903 1WT 2026 GMC SAVANA 3500 COMMERCIAL CUTAWAY RWD DRW 177" WB 12,300 GVWR 118" CA $41,745 $36,489 52 TG33803 2WT 2026 GMC SAVANA 4500 COMMERCIAL CUTAWAY RWD DRW 159" WB 14,200 GVWR 100" CA $43,895 $38,462 53 TG33903 2WT 2026 GMC SAVANA 4500 COMMERCIAL CUTAWAY RWD DRW 177" WB 14,200 GVWR 118" CA $44,545 $39,090 54 T4C43 2WT 2026 GMC CANYON CREW CAB PICKUP 2WD 131" WB ELEVATION 5' BED 23" CA $40,995 $38,448 55 T4C43 4WT 2026 GMC CANYON CREW CAB PICKUP 4WD 131" WB ELEVATION 5' BED 23" CA $44,295 $41,711 57 TC10703 1SA 2026 GMC SIERRA 1500 REGULAR CAB PICKUP 2WD 126" WB WORK TRUCK 6.5' BED $40,895 $36,653 58 TK10703 1SA 2026 GMC SIERRA 1500 DOUBLE CAB PICKUP 4WD 126" WB WORK TRUCK 6.5' BED $45,495 $40,594 59 TC10903 1SA 2026 GMC SIERRA 1500 REGULAR CAB PICKUP 2WD 140" WB WORK TRUCK 8' BED $41,095 $36,852 61 TK10903 1SA 2026 GMC SIERRA 1500 REGULAR CAB PICKUP 4WD 140" WB WORK TRUCK 8' BED $45,695 $40,793 63 TC10753 1SA 2026 GMC SIERRA 1500 DOUBLE CAB PICKUP 2WD 147" WB WORK TRUCK 6.5' BED $44,195 $38,015 65 TC10753 3SA 2026 GMC SIERRA 1500 DOUBLE CAB PICKUP 2WD 147" WB SLE 6.5' BED $48,700 $41,269 67 TK10753 1SA 2026 GMC SIERRA 1500 DOUBLE CAB PICKUP 4WD 147" WB WORK TRUCK 6.5' BED $47,495 $40,660 69 TK10753 3SA 2026 GMC SIERRA 1500 DOUBLE CAB PICKUP 4WD 147" WB SLE 6.5' BED $54,595 $46,620 71 TC10543 1SA 2026 GMC SIERRA 1500 CREW CAB PICKUP 2WD 147" WB WORK TRUCK 5.5' BED $46,595 $40,299 73 TC10543 3SA 2026 GMC SIERRA 1500 CREW CAB PICKUP 2WD 147" WB SLE 5.5' BED $53,695 $46,278 75 TK10543 1SA 2026 GMC SIERRA 1500 CREW CAB PICKUP 4WD 147" WB WORK TRUCK 5.5' BED $49,895 $42,944 77 TK10543 3SA 2026 GMC SIERRA 1500 CREW CAB PICKUP 4WD 147" WB SLE 5.5' BED $56,995 $48,852 80 TK10543 4SB 2026 GMC SIERRA 1500 CREW CAB PICKUP 4WD 147" WB AT4 5.5' BED $69,395 $60,940 81 TK10743 1SA 2026 GMC SIERRA 1500 CREW CAB PICKUP 4WD 157" WB WORK TRUCK 6.5' BED $50,195 $43,243 83 TK10743 3SA 2026 GMC SIERRA 1500 CREW CAB PICKUP 4WD 157" WB SLE 6.5' BED $57,295 $49,145 86 TK10743 4SB 2026 GMC SIERRA 1500 CREW CAB PICKUP 4WD 157" WB AT4 6.5' BED $69,895 $61,427 87 TC20903 1SA 2026 GMC SIERRA 2500HD REGULAR CAB PICKUP 2WD PRO 8' BED $49,295 $44,655 90 TK20903 1SA 2026 GMC SIERRA 2500HD REGULAR CAB PICKUP 4WD PRO 8' BED $52,095 $46,757 92 TK20903 3SA 2026 GMC SIERRA 2500HD REGULAR CAB PICKUP 4WD SLE 8' BED $56,095 $49,571 94 TC20753 1SA 2026 GMC SIERRA 2500HD DOUBLE CAB PICKUP 2WD PRO 6.5' BED $51,195 $44,698 97 TK20753 1SA 2026 GMC SIERRA 2500HD DOUBLE CAB PICKUP 4WD PRO 6.5' BED $53,995 $47,442 99 TK20753 3SA 2026 GMC SIERRA 2500HD DOUBLE CAB PICKUP 4WD SLE 6.5' BED $58,195 $50,964 101 TC20953 1SA 2026 GMC SIERRA 2500HD DOUBLE CAB PICKUP 2WD PRO 8' BED $51,395 $45,536 GMC 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 104 TK20953 1SA 2026 GMC SIERRA 2500HD DOUBLE CAB PICKUP 4WD PRO 8' BED $54,195 $47,638 106 TK20953 3SA 2026 GMC SIERRA 2500HD DOUBLE CAB PICKUP 4WD SLE 8' BED $58,395 $51,158 108 TC20743 1SA 2026 GMC SIERRA 2500HD CREW CAB PICKUP 2WD PRO 6.5' BED $52,995 $47,318 111 TK20743 1SA 2026 GMC SIERRA 2500HD CREW CAB PICKUP 4WD PRO 6.5' BED $55,795 $49,421 113 TK20743 3SA 2026 GMC SIERRA 2500HD CREW CAB PICKUP 4WD SLE 6.5' BED $59,995 $52,924 115 TK20743 4SA 2026 GMC SIERRA 2500HD CREW CAB PICKUP 4WD SLT 6.5' BED $67,295 $59,999 116 TK20743 4SB 2026 GMC SIERRA 2500HD CREW CAB PICKUP 4WD AT4 6.5' BED $74,195 $66,689 117 TC20943 1SA 2026 GMC SIERRA 2500HD CREW CAB PICKUP 2WD PRO 8' BED $53,195 $47,514 120 TK20943 1SA 2026 GMC SIERRA 2500HD CREW CAB PICKUP 4WD PRO 8' BED $55,995 $49,617 122 TK20943 3SA 2026 GMC SIERRA 2500HD CREW CAB PICKUP 4WD SLE 8' BED $60,195 $53,117 124 TC30903 1SA 2026 GMC SIERRA 3500HD REGULAR CAB PICKUP 2WD SRW PRO 8' BED $50,495 $45,403 127 TK30903 1SA 2026 GMC SIERRA 3500HD REGULAR CAB PICKUP 4WD SRW PRO 8' BED $53,292 $47,483 129 TK30903 3SA 2026 GMC SIERRA 3500HD REGULAR CAB PICKUP 4WD SRW SLE 8' BED $57,295 $50,790 131 TC30953 1SA 2026 GMC SIERRA 3500HD DOUBLE CAB PICKUP 2WD SRW PRO 8' BED $52,595 $46,276 134 TK30953 1SA 2026 GMC SIERRA 3500HD DOUBLE CAB PICKUP 4WD SRW PRO 8' BED $55,395 $48,359 136 TK30953 3SA 2026 GMC SIERRA 3500HD DOUBLE CAB PICKUP 4WD SRW SLE 8' BED $59,595 $51,832 138 TC30743 1SA 2026 GMC SIERRA 3500HD CREW CAB PICKUP 2WD SRW PRO 6.5' BED $54,195 $48,041 141 TK30743 1SA 2026 GMC SIERRA 3500HD CREW CAB PICKUP 4WD SRW PRO 6.5' BED $56,995 $50,124 143 TK30743 3SA 2026 GMC SIERRA 3500HD CREW CAB PICKUP 4WD SRW SLE 6.5' BED $61,195 $53,581 145 TK30743 4SA 2026 GMC SIERRA 3500HD CREW CAB PICKUP 4WD SRW SLT 6.5' BED $68,495 $60,592 146 TK30743 4SB 2026 GMC SIERRA 3500HD CREW CAB PICKUP 4WD SRW AT4 6.5' BED $75,395 $67,218 147 TC30943 1SA 2026 GMC SIERRA 3500HD CREW CAB PICKUP 2WD SRW PRO 8' BED $54,395 $48,235 150 TK30943 1SA 2026 GMC SIERRA 3500HD CREW CAB PICKUP 4WD SRW PRO 8' BED $57,195 $50,318 152 TK30943 3SA 2026 GMC SIERRA 3500HD CREW CAB PICKUP 4WD SRW SLE 8' BED $68,695 $60,784 154 TC30903 1SA 2026 GMC SIERRA 3500HD REGULAR CAB PICKUP 2WD DRW PRO 8' BED $51,895 $46,762 157 TK30903 1SA 2026 GMC SIERRA 3500HD REGULAR CAB PICKUP 4WD DRW PRO 8' BED $54,695 $48,845 159 TK30903 3SA 2026 GMC SIERRA 3500HD REGULAR CAB PICKUP 4WD DRW SLE 8' BED $58,795 $52,230 161 TC30953 1SA 2026 GMC SIERRA 3500HD DOUBLE CAB PICKUP 2WD DRW PRO 8' BED $53,995 $47,635 164 TK30953 1SA 2026 GMC SIERRA 3500HD DOUBLE CAB PICKUP 4WD DRW PRO 8' BED $56,795 $49,718 166 TK30953 3SA 2026 GMC SIERRA 3500HD DOUBLE CAB PICKUP 4WD DRW SLE 8' BED $60,995 $53,177 168 TC30943 1SA 2026 GMC SIERRA 3500HD CREW CAB PICKUP 2WD DRW PRO 8' BED $55,795 $49,595 170 TC30943 3SA 2026 GMC SIERRA 3500HD CREW CAB PICKUP 2WD DRW SLE 8' BED $62,695 $55,657 GMC 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 172 TK30943 1SA 2026 GMC SIERRA 3500HD CREW CAB PICKUP 4WD DRW PRO 8' BED $58,595 $51,678 174 TK30943 3SA 2026 GMC SIERRA 3500HD CREW CAB PICKUP 4WD DRW SLE 8' BED $62,695 $55,021 176 TC31003 1SA 2026 GMC SIERRA 3500HD REGULAR CAB CHASSIS 2WD DRW PRO 60" CA $50,195 $45,006 178 TC31003 3SA 2026 GMC SIERRA 3500HD REGULAR CAB CHASSIS 2WD DRW SLE 60" CA $54,195 $47,706 180 TK31003 1SA 2026 GMC SIERRA 3500HD REGULAR CAB CHASSIS 4WD DRW PRO 60" CA $52,995 $47,088 182 TK31003 3SA 2026 GMC SIERRA 3500HD REGULAR CAB CHASSIS 4WD DRW SLE 60" CA $56,995 $50,395 184 TC31403 1SA 2026 GMC SIERRA 3500HD REGULAR CAB CHASSIS 2WD DRW PRO 84" CA $50,395 $45,200 186 TC31403 3SA 2026 GMC SIERRA 3500HD REGULAR CAB CHASSIS 2WD DRW SLE 84" CA $54,395 $48,534 188 TK31403 1SA 2026 GMC SIERRA 3500HD REGULAR CAB CHASSIS 4WD DRW PRO 84" CA $53,195 $47,282 190 TK31403 3SA 2026 GMC SIERRA 3500HD REGULAR CAB CHASSIS 4WD DRW SLE 84" CA $57,195 $50,587 192 TC31043 1SA 2026 GMC SIERRA 3500HD CREW CAB CHASSIS 2WD DRW PRO 60" CA $54,095 $48,262 194 TC31043 3SA 2026 GMC SIERRA 3500HD CREW CAB CHASSIS 2WD DRW SLE 60" CA $58,195 $51,653 196 TK31043 1SA 2026 GMC SIERRA 3500HD CREW CAB CHASSIS 4WD DRW PRO 60" CA $56,895 $50,345 198 TK31043 3SA 2026 GMC SIERRA 3500HD CREW CAB CHASSIS 4WD DRW SLE 60" CA $60,995 $53,707 GMC 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 4 MPJM74 29J 2026 JEEP COMPASS 4WD LATTITUDE $37,310 $36,779 JEEP 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 4 13316 2026 NISSAN ALTIMA FWD SV $29,260 $22,431 6 13216 2026 NISSAN ALTIMA AWD SV $30,790 $23,895 8 13516 2026 NISSAN ALTIMA FWD SR $30,690 $23,797 10 13416 2026 NISSAN ALTIMA AWD SR $32,230 $25,263 12 13716 2026 NISSAN ALTIMA FWD SL $35,300 $28,190 14 13616 2026 NISSAN ALTIMA AWD SL $35,300 $28,190 16 17016 2026 NISSAN LEAF FWD S 40 kWh $30,840 $30,777 34 21316 2026 NISSAN KICKS FWD SV $25,930 $24,471 36 21216 2026 NISSAN KICKS AWD SV $27,610 $26,120 38 21516 2026 NISSAN KICKS FWD SR $28,240 $26,738 40 21416 2026 NISSAN KICKS AWD SR $29,760 $28,237 42 22116 2026 NISSAN ROGUE FWD S $30,480 $24,634 44 22016 2026 NISSAN ROGUE AWD S $31,880 $26,001 46 22316 2026 NISSAN ROGUE FWD SV $31,480 $25,433 48 22216 2026 NISSAN ROGUE AWD SV $32,880 $26,796 56 22716 2026 NISSAN ROGUE AWD PLATINUM $40,980 $34,703 58 23116 2026 NISSAN MURANO FWD SV $42,890 $35,758 60 23016 2026 NISSAN MURANO AWD SV $43,910 $36,733 64 23216 2026 NISSAN MURANO AWD SL $49,160 $41,769 68 23416 2026 NISSAN MURANO AWD PLATINUM $52,240 $44,731 70 25116 2026 NISSAN PATHFINDER FWD S $39,080 $29,594 72 25016 2026 NISSAN PATHFINDER 4WD S $41,120 $36,295 74 25316 2026 NISSAN PATHFINDER FWD SV $41,880 $33,223 76 25216 2026 NISSAN PATHFINDER 4WD SV $43,930 $34,200 78 25516 2026 NISSAN PATHFINDER FWD SL $45,110 $35,327 80 25616 2026 NISSAN PATHFINDER 4WD SL $47,160 $37,270 82 25716 2026 NISSAN PATHFINDER FWD PLATINUM $52,400 $42,253 84 25816 2026 NISSAN PATHFINDER 4WD PLATINUM $54,450 $44,197 86 26116 2026 NISSAN ARMADA 2WD SV $61,790 $53,537 88 26216 2026 NISSAN ARMADA 4WD SV $64,860 $56,439 90 26316 2026 NISSAN ARMADA 2WD SL $66,600 $58,073 92 26416 2026 NISSAN ARMADA 4WD SL $69,670 $60,975 NISSAN 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 94 26516 2026 NISSAN ARMADA 2WD PLATINUM $73,730 $64,806 96 26616 2026 NISSAN ARMADA 4WD PLATINUM $76,800 $67,709 98 31116 2026 NISSAN FRONTIER KING CAB PICKUP 2WD S 6' BED $34,360 $29,782 100 31016 2026 NISSAN FRONTIER KING CAB PICKUP 4WD S 6' BED $37,440 $32,809 106 32116 2026 NISSAN FRONTIER CREW CAB PICKUP 2WD S 5' BED $35,630 $31,029 108 32016 2026 NISSAN FRONTIER CREW CAB PICKUP 4WD S 5' BED $38,690 $34,043 110 32316 2026 NISSAN FRONTIER CREW CAB PICKUP 2WD SV 5' BED $38,020 $33,380 112 32216 2026 NISSAN FRONTIER CREW CAB PICKUP 4WD SV 5' BED $41,380 $36,693 114 33316 2026 NISSAN FRONTIER CREW CAB PICKUP LWB 2WD SV 6' BED $38,530 $33,882 116 33216 2026 NISSAN FRONTIER CREW CAB PICKUP LWB 4WD SV 6' BED $41,890 $37,195 118 32516 2026 NISSAN FRONTIER CREW CAB PICKUP 2WD PRO-X 5' BED $40,750 $35,861 120 32416 2026 NISSAN FRONTIER CREW CAB PICKUP 4WD PRO-4X 5' BED $44,120 $39,156 122 32716 2026 NISSAN FRONTIER CREW CAB PICKUP 2WD SL 5' BED $44,160 $39,424 124 32616 2026 NISSAN FRONTIER CREW CAB PICKUP 4WD SL 5' BED $47,520 $42,737 130 33416 2026 NISSAN FRONTIER CREW CAB PICKUP LWB 4WD PRO-4X 6' BED $44,630 $39,656 NISSAN 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 DT1L41 23A 2026 RAM 1500 QUAD CAB PICKUP 2WD TRADESMAN 6.5' BED $42,370 $39,640 2 DT1H41 23Z 2026 RAM 1500 QUAD CAB PICKUP 2WD BIG HORN 6.5' BED $47,825 $40,001 3 DT6L41 23A 2026 RAM 1500 QUAD CAB PICKUP 4WD TRADESMAN 6.5' BED $46,220 $39,062 4 DT6H41 23Z 2026 RAM 1500 QUAD CAB PICKUP 4WD BIG HORN 6.5' BED $51,675 $43,740 5 DT1L98 23A 2026 RAM 1500 CREW CAB PICKUP 2WD TRADESMAN 5.5' BED $45,120 $37,536 6 DT1H98 23Z 2026 RAM 1500 CREW CAB PICKUP 2WD BIG HORN 5.5' BED $52,270 $43,803 7 DT6L98 23A 2026 RAM 1500 CREW CAB PICKUP 4WD TRADESMAN 5.5' BED $48,970 $41,336 8 DT6H98 23Z 2026 RAM 1500 CREW CAB PICKUP 4WD BIG HORN 5.5' BED $56,120 $47,598 9 DT1L91 21A 2026 RAM 1500 CREW CAB PICKUP 2WD TRADESMAN 6.5' BED $48,260 $40,635 10 DT1H91 21Z 2026 RAM 1500 CREW CAB PICKUP 2WD BIG HORN 6.5' BED $55,410 $46,852 11 DT6L91 21A 2026 RAM 1500 CREW CAB PICKUP 4WD TRADESMAN 6.5' BED $52,110 $44,433 12 DT6H91 21Z 2026 RAM 1500 CREW CAB PICKUP 4WD BIG HORN 6.5' BED $59,260 $50,654 13 DJ2L62 2UA 2026 RAM 2500 REGULAR CAB PICKUP 2WD TRADESMAN 8' BED $47,745 $39,269 14 DJ2H62 2UZ 2026 RAM 2500 REGULAR CAB PICKUP 2WD BIG HORN 8' BED $51,495 $42,900 15 DJ7L62 2UA 2026 RAM 2500 REGULAR CAB PICKUP 4WD TRADESMAN 8' BED $50,550 $41,988 16 DJ7H62 2UZ 2026 RAM 2500 REGULAR CAB PICKUP 4WD BIG HORN 8' BED $54,425 $45,735 17 DJ2L91 2UA 2026 RAM 2500 CREW CAB PICKUP 2WD TRADESMAN 6.5' BED $55,400 $46,676 18 DJ2H91 2UZ 2026 RAM 2500 CREW CAB PICKUP 2WD BIG HORN 6.5' BED $58,330 $49,509 19 DJ7L91 2UA 2026 RAM 2500 CREW CAB PICKUP 4WD TRADESMAN 6.5' BED $54,170 $45,492 20 DJ7H91 2UZ 2026 RAM 2500 CREW CAB PICKUP 4WD BIG HORN 6.5' BED $58,330 $49,509 21 DJ2L92 2UA 2026 RAM 2500 CREW CAB PICKUP 2WD TRADESMAN 8' BED $51,440 $42,848 22 DJ2H92 2UZ 2026 RAM 2500 CREW CAB PICKUP 2WD BIG HORN 8' BED $55,600 $46,869 23 DJ7L92 2UA 2026 RAM 2500 CREW CAB PICKUP 4WD TRADESMAN 8' BED $54,370 $45,685 24 DJ7H92 2UZ 2026 RAM 2500 CREW CAB PICKUP 4WD BIG HORN 8' BED $58,530 $49,703 25 DJ7P81 24H 2026 RAM 2500 MEGA CAB PICKUP 4WD LARAMIE 8' BED $80,415 $70,893 26 D23L62 2UA 2026 RAM 3500 REGULAR CAB PICKUP 2WD SRW TRADESMAN 8' BED $48,820 $40,312 27 D23H62 2UZ 2026 RAM 3500 REGULAR CAB PICKUP 2WD SRW BIG HORN 8' BED $52,695 $44,062 28 D28L62 2UA 2026 RAM 3500 REGULAR CAB PICKUP 4WD SRW TRADESMAN 8' BED $51,750 $43,150 29 D28H62 2UZ 2026 RAM 3500 REGULAR CAB PICKUP 4WD SRW BIG HORN 8' BED $55,625 $46,897 30 D23L91 2UA 2026 RAM 3500 CREW CAB PICKUP 2WD SRW TRADESMAN 6.5' BED $52,440 $43,816 31 D23H91 2UZ 2026 RAM 3500 CREW CAB PICKUP 2WD SRW BIG HORN 6.5' BED $56,600 $47,837 32 D28L91 2UA 2026 RAM 3500 CREW CAB PICKUP 4WD SRW TRADESMAN 6.5' BED $55,370 $46,652 RAM 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 33 D28H91 2UZ 2026 RAM 3500 CREW CAB PICKUP 4WD SRW BIG HORN 6.5' BED $59,530 $50,671 34 D23L92 2UA 2026 RAM 3500 CREW CAB PICKUP 2WD SRW TRADESMAN 8' BED $52,640 $44,010 35 D23H92 2UZ 2026 RAM 3500 CREW CAB PICKUP 2WD SRW BIG HORN 8' BED $56,800 $48,030 36 D28L92 2UA 2026 RAM 3500 CREW CAB PICKUP 4WD SRW TRADESMAN 8' BED $55,570 $46,846 37 D28H92 2UZ 2026 RAM 3500 CREW CAB PICKUP 4WD SRW BIG HORN 8' BED $59,730 $50,865 38 D28P81 24H 2026 RAM 3500 MEGA CAB PICKUP 4WD SRW LARAMIE 8' BED $81,615 $72,055 39 DD3L63 2UA 2026 RAM 3500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 60" CA $49,385 $42,530 40 DD3L64 2UA 2026 RAM 3500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 84" CA $50,340 $43,421 41 DD8L63 2UA 2026 RAM 3500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 60" CA $52,920 $45,832 42 DD8L64 2UA 2026 RAM 3500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 84" CA $53,875 $46,725 43 DD3L93 2UA 2026 RAM 3500 CREW CAB CHASSIS 2WD DRW TRADESMAN 60" CA $52,570 $45,507 44 DD8L93 2UA 2026 RAM 3500 CREW CAB CHASSIS 4WD DRW TRADESMAN 60" CA $56,105 $48,808 45 DP9L63 2XA 2026 RAM 4500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 60" CA $59,295 $51,265 46 DP4L63 2YA 2026 RAM 4500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 60" CA $55,760 $47,962 47 DP4L64 2XA 2026 RAM 4500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 84" CA $55,965 $48,154 48 DP9L64 2XA 2026 RAM 4500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 84" CA $59,500 $51,456 49 DP4L65 2XA 2026 RAM 4500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 108" CA $56,170 $48,346 50 DP9L65 2XA 2026 RAM 4500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 108" CA $59,705 $51,648 51 DP4L93 2XA 2026 RAM 4500 CREW CAB CHASSIS 2WD DRW TRADESMAN 60" CA $59,405 $51,368 52 DP9L93 2XA 2026 RAM 4500 CREW CAB CHASSIS 4WD DRW TRADESMAN 60" CA $62,940 $54,671 53 DP4L94 2XA 2026 RAM 4500 CREW CAB CHASSIS 2WD DRW TRADESMAN 84" CA $59,605 $51,554 54 DP9L94 2XA 2026 RAM 4500 CREW CAB CHASSIS 4WD DRW TRADESMAN 84" CA $63,140 $54,858 55 DP5L63 2XA 2026 RAM 5500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 60" CA $56,870 $49,000 56 DP0L63 2XA 2026 RAM 5500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 60" CA $60,405 $52,302 57 DP5L64 2XA 2026 RAM 5500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 84" CA $57,075 $49,191 58 DP0L64 2XA 2026 RAM 5500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 84" CA $60,610 $52,493 59 DP5L65 2XA 2026 RAM 5500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 108" CA $57,280 $49,383 60 DP0L65 2XA 2026 RAM 5500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 108" CA $60,815 $52,685 61 DP5L66 2XA 2026 RAM 5500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 120" CA $57,485 $49,575 62 DP0L66 2XA 2026 RAM 5500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 120" CA $61,020 $52,876 63 DP5L93 2XA 2026 RAM 5500 CREW CAB CHASSIS 2WD DRW TRADESMAN 60" CA $60,515 $52,405 64 DP0L93 2XA 2026 RAM 5500 CREW CAB CHASSIS 4WD DRW TRADESMAN 60" CA $64,050 $55,709 RAM 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 65 DP5L94 2XA 2026 RAM 5500 CREW CAB CHASSIS 2WD DRW TRADESMAN 84" CA $60,715 $52,591 66 DP0L94 2XA 2026 RAM 5500 CREW CAB CHASSIS 4WD DRW TRADESMAN 84" CA $64,250 $55,896 67 VF1L11 22B 2026 RAM PROMASTER 1500 LOW ROOF W/PASSENGER SEAT RWD 118" WB (NO REAR GLASS)$47,355 $38,924 68 VF1L12 22B 2026 RAM PROMASTER 1500 LOW ROOF W/PASSENGER SEAT RWD 136" WB (NO REAR GLASS)$50,050 $41,567 70 VF1L13 22B 2026 RAM PROMASTER 1500 HIGH ROOF W/PASSENGER SEAT RWD 136" WB (NO REAR GLASS)$50,900 $42,400 72 VF2L12 22B 2026 RAM PROMASTER 2500 LOW ROOF W/PASSENGER SEAT RWD 136" WB (NO REAR GLASS)$51,640 $43,125 74 VF2L13 22B 2026 RAM PROMASTER 2500 HIGH ROOF W/PASSENGER SEAT RWD 136" WB (NO REAR GLASS)$52,590 $44,057 76 VF2L16 22B 2026 RAM PROMASTER 2500 HIGH ROOF W/PASSENGER SEAT RWD 159" WB (NO REAR GLASS)$53,255 $44,710 78 VF3L12 22B 2026 RAM PROMASTER 3500 LOW ROOF W/PASSENGER SEAT RWD 136" WB (NO REAR GLASS)$52,680 $44,145 80 VF3L13 22B 2026 RAM PROMASTER 3500 HIGH ROOF W/PASSENGER SEAT RWD 136" WB (NO REAR GLASS)$53,630 $45,077 82 VF3L16 22B 2026 RAM PROMASTER 3500 HIGH ROOF W/PASSENGER SEAT RWD 159" WB (NO REAR GLASS)$54,280 $45,715 84 VF3L17 22B 2026 RAM PROMASTER 3500 HIGH ROOF EXTENDED LENGTH RWD 159" WB (NO REAR GLASS)$57,140 $48,518 88 VF2L26 22B 2026 RAM PROMASTER 2500 HIGH ROOF WINDOW VAN RWD 159" WB FULL BODY GLASS $52,585 $44,052 90 VF3L27 22B 2026 RAM PROMASTER 3500 HIGH ROOF EXTENDED LENGTH WINDOW VAN RWD 159" WB FULL BODY GLASS $56,520 $47,909 92 VF3L19 22B 2026 RAM PROMASTER 3500 SUPER HIGH ROOF EXTENDED LENGTH RWD 159" WB (NO REAR GLASS)$57,985 $49,348 RAM 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 5 1852 2026 TOYOTA COROLLA FWD LE $23,885 $22,878 6 1864 2026 TOYOTA COROLLA FWD SE $28,490 $25,165 7 1866 2026 TOYOTA COROLLA FWD XSE $29,600 $28,234 8 1882 2026 TOYOTA COROLLA FWD LE $25,735 $24,612 9 1883 2026 TOYOTA COROLLA AWD LE $27,135 $25,925 10 1886 2026 TOYOTA COROLLA FWD SE $28,175 $26,898 11 1887 2026 TOYOTA COROLLA AWD SE $29,575 $28,211 12 1892 2026 TOYOTA COROLLA FWD XLE $30,100 $28,704 16 6301 2026 TOYOTA COROLLA CROSS FWD L $25,795 $25,401 17 6302 2026 TOYOTA COROLLA CROSS AWD L $27,095 $26,647 18 6303 2026 TOYOTA COROLLA CROSS FWD LE $28,125 $27,344 19 6304 2026 TOYOTA COROLLA CROSS AWD LE $29,425 $28,576 20 6312 2026 TOYOTA COROLLA CROSS 4WD S $30,370 $29,578 21 6314 2026 TOYOTA COROLLA CROSS 4WD SE $31,690 $30,517 22 2559 2026 TOYOTA CAMRY FWD LE $30,160 $28,576 23 2560 2026 TOYOTA CAMRY FWD XLE $35,160 $33,230 24 2561 2026 TOYOTA CAMRY FWD SE $32,460 $30,717 25 2552 2026 TOYOTA CAMRY AWD LE $31,685 $29,996 26 2553 2026 TOYOTA CAMRY AWD SE $33,985 $32,137 27 2555 2026 TOYOTA CAMRY AWD XLE $36,685 $34,650 28 2810 2026 TOYOTA VENZA FWD LE $36,570 $33,056 29 2820 2026 TOYOTA VENZA FWD XLE $39,780 $36,840 30 4015 2026 TOYOTA CROWN AWD XLE $42,600 $39,713 31 4020 2026 TOYOTA CROWN AWD LIMITED $47,110 $43,863 32 4030 2026 TOYOTA CROWN AWD Platinum $56,150 $52,181 35 1223 2026 TOYOTA PRIUS FWD LE $29,710 $28,233 36 1235 2026 TOYOTA PRIUS PRIME PLUG IN FWD LE $34,935 $33,718 37 1263 2026 TOYOTA PRIUS AWD LE $31,110 $29,567 38 1225 2026 TOYOTA PRIUS FWD XLE $33,155 $31,202 39 1265 2026 TOYOTA PRIUS AWD XLE $34,555 $32,522 58 6953 2026 TOYOTA HIGHLANDER AWD XLE $46,770 $43,746 59 6956 2026 TOYOTA HIGHLANDER AWD LIMITED $51,225 $47,861 TOYOTA 863-385-9610 Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 60 6965 2026 TOYOTA HIGHLANDER HYBRID AWD XLE $48,520 $45,553 61 6966 2026 TOYOTA HIGHLANDER HYBRID AWD LIMITED $52,975 $49,686 62 6700 2026 TOYOTA GRAND HIGHLANDER FWD LE $42,860 $40,137 63 6706 2026 TOYOTA GRAND HIGHLANDER AWD LE $44,460 $41,612 64 6716 2026 TOYOTA GRAND HIGHLANDER FWD XLE $47,380 $44,496 65 6720 2026 TOYOTA GRAND HIGHLANDER AWD LE $46,210 $43,411 66 6722 2026 TOYOTA GRAND HIGHLANDER AWD XLE $48,980 $45,980 67 6724 2026 TOYOTA GRAND HIGHLANDER AWD LIMITED $52,210 $50,367 92 8242 2026 TOYOTA TUNDRA DOUBLE CAB PICKUP 2WD SR 6.5' BED $43,355 $41,212 93 8342 2026 TOYOTA TUNDRA DOUBLE CAB PICKUP 4WD SR 6.5' BED $46,355 $40,810 94 8241 2026 TOYOTA TUNDRA DOUBLE CAB PICKUP 2WD SR5 6.5' BED $55,976 $52,329 95 8341 2026 TOYOTA TUNDRA DOUBLE CAB PICKUP 4WD SR5 6.5' BED $51,605 $48,934 96 8245 2026 TOYOTA TUNDRA DOUBLE CAB PICKUP 2WD SR 8' BED $43,685 $38,311 97 8346 2026 TOYOTA TUNDRA DOUBLE CAB PICKUP 4WD SR5 8' BED $52,470 $49,743 98 8248 2026 TOYOTA TUNDRA CREW MAX PICKUP 2WD SR 5.5' BED $45,355 $39,874 99 8348 2026 TOYOTA TUNDRA CREW MAX PICKUP 4WD SR 5.5' BED $48,355 $45,892 100 8261 2026 TOYOTA TUNDRA CREW MAX PICKUP 2WD SR5 5.5' BED $50,605 $44,787 101 8361 2026 TOYOTA TUNDRA CREW MAX PICKUP 4WD SR5 5.5' BED $53,605 $47,596 102 8281 2026 TOYOTA TUNDRA CREW MAX PICKUP 2WD SR5 6.5' BED $51,470 $45,598 103 8381 2026 TOYOTA TUNDRA CREW MAX PICKUP 4WD SR5 6.5' BED $54,470 $51,616 104 8282 2026 TOYOTA TUNDRA CREW MAX PICKUP 2WD LIMITED 6.5' BED $55,190 $53,851 105 8272 2026 TOYOTA TUNDRA CREW MAX PICKUP 2WD LIMITED 5.5' BED $56,955 $53,944 106 8372 2026 TOYOTA TUNDRA CREW MAX PICKUP 4WD LIMITED 5.5' BED $59,955 $53,542 107 8382 2026 TOYOTA TUNDRA CREW MAX PICKUP 4WD LIMITED 6.5' BED $60,285 $53,851 108 8401 2026 TOYOTA TUNDRA CREW MAX PICKUP 2WD LIMITED 5.5' BED $60,655 $57,407 109 8421 2026 TOYOTA TUNDRA CREW MAX PICKUP 4WD LIMITED 5.5' BED $63,745 $60,216 110 8411 2026 TOYOTA TUNDRA CREW MAX PICKUP 2WD LIMITED 6.5' BED $60,985 $57,716 111 8431 2026 TOYOTA TUNDRA CREW MAX PICKUP 4WD LIMITED 6.5' BED $63,985 $60,525 TOYOTA Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION REGULAR AND SPECIAL FACTORY PRODUCTION OPTIONS RPO All Regular And Factory Production Options to be offered at discount from MSRP, Copy of Window Sticker Standard equimpment list and MSRP option prices to be provided to customer with each contract conforming quote.$0.00 SEO All Special Equipment Factory Production Options to be offered at discount from MSRP, Copy of Window Sticker Standard equimpment list and MSRP option prices to be provided to customer with each contract conforming quote.$0.00 VSO All Factory Production Vehicle Specific Options to be offered at discount from MSRP, Copy of Window Sticker Standard equimpment list and MSRP $0.00 ASSUME ANY ITEMS NOT SPECIFICALLY LISTED ON THIS QUOTE ARE TO BE ASSUMED UNAVAILABLE OR NOT INCLUDED.$0.00 NON-IDENTIFIED CONTRACT OPTIONS NICO Any Option not listed in this price schedule may be added in accordance with contract guidelines (not to exceed 10% over dealer costs).$0.00 FORCE MAJEURE Surcharge for equipment / bodies - add ''X'' percentge - due to unforeseeable circumstances / acts of God.$0.00 CD FEE COURTESY DELIVERY -DROP SHIP- TO LOCAL VENDOR FOR PDI AND DELIVERY.$0.00 EXTENDED WARRANTY EWA Price to be quoted at Florida Mandatory Sales Price. Warranties available through: Ford ESP, GMPP, NISSAN, JM&A, MOPAR. PRICES TO BE QUOTED FOR SPECIFIC VEHICLE AND POWER TRAIN COMBINATION.$0.00 P-CARD AND CREDIT CARD TRANSACTIONS MSF A 5% convienence fee of the total sale price will be assessed for all merchant service transations above $2,500.00.$0.00 ADDITIONAL KEYS 3K Plain cut 3rd key (NO REMOTE).$90.00 4K Plain cut 3rd & 4th keys (NO REMOTES).$185.00 3KR Additional key and remote, cut and programmed.$310.00 4KR (2) Additional keys and remotes, cut and programmed.$520.00 3K SMART 3rd key and remote for vehicles with proximity access.$375.00 4K SMART 3rd & 4th keys and remotes for vehicles with proximity access.$625.00 PAINT AND GRAPHICS B&W-DO Dealer provided Black & White paint job on factory ordered Black vehicle, DOORS ONLY painted white, mirrors and handles to remain black.$1,890.00 B&W-D&R Dealer provided Black & White paint job on factory ordered Black vehicle, DOORS and ROOF painted white, mirrors and handles to remain black.$2,250.00 CGP CUSTOM GRAPHICS PACKAGE Furnished and Installed per customers specification.$865.00 CGP-CHEV CUSTOM GRAPHICS PACKAGE Furnished and Installed per customers specifications including rear tailgate chevrons.$1,360.00 GENERAL OPTIONS Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ASSET MANAGEMENT CDMB Asset management consulting services provided by CEM certified industry professional with 40+ years of experience. Price listed at hourly rate, discounts may apply based upon the scope of services required.$0.00 SAFETY ITEMS 3BLS 3rd brake light safety sulse (Pulses 3rd brake light (4) times upon application of brake pedal to increase driver awareness behind you when stopping)$220.00 SAFE-T Amerex 5lb Fire extinguisher, First Aide Only first aid kit, and King James & Co road triangles $65.00 FIRE 2.5LB 2.5# ABC FIRE EXTINGUISHER, PART# B417T, INSTALLED WITH BRACKET, MOUNTED INSIDE REAR CARGO AREA.$65.00 FIRE-X-5LB Amerex B500 Fire Extinguisher with 5DC HD Vehicle Bracket (Furnished and Installed inside rear cab area, driver’s Side)$85.00 FSS Full Size Spare Tire and Wheel ships loose in cargo area or trunk, may not cosmetically matchfactory wheels and tires. Does not include TPMS.$505.00 RE-PDI RE PDI OF DEALER TRADE VEHICLE TO ENSURE PROPER FLUIDS & FUNCTION.$0.00 DRIVERS EDUCATION ABG BRAKE-PASS-TOYO Furnish and install OS Brake passenger side brake pedal on Toyota vehicles.$3,440.00 ABG BRAKE-PASS-UNIV Furnish and install Universal OS Brake passenger side brake pedal $3,160.00 TAG & REGISTRATION NO-TEMP Tag work not requested, customer will handle their own tag work.$0.00 TITLE ONLY NO-TAG PROCESS A TITLE ONLY FOR TRIBE.$87.85 TEMP-TAG Temporary tag only. Tag work not requested, customer will handle their own tag work.$45.00 TRANS-TAG Transfer existing registration Includes temp tag & two way overnight shipping for signature. (must provide tag number)$195.00 NEW-TAG New tag Includes temp tag & two way overnight shipping for signature.(specify state, county, city, sheriff, etc.)$245.00 NEW-TAG-CITY New CITY tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-STATE New STATE tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-COUNTY New COUNTY tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-SHERIFF New SHERIFF tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-COLLEGE New COLLEGE tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-X New tag Includes temp tag & two way overnight shipping for signature (X-SERIES).$245.00 GA STATE DELIVERY GA DELIVERY-A DELIVERY CHARGE FOR ALL ZONES WITH EXCEPTION OF ZONE 3 $0.00 GA DELIVERY-B DELIVERY CHARGE FOR ZONE 3 $0.00 GENERAL OPTIONS Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SUV CONVERSIONS AE 2025 EPA approvals pending for all 2025 models.$0.00 VAN CONVERSIONS AE 2025 EPA approvals pending for all 2025 models.$0.00 TRUCK CONVERSIONS AE 2025 EPA approvals pending for all 2025 models.$0.00 AE F15012.8BF SB Ford F150 12.7 GGE 5.0L Bi-Fuel (Crew Cab short bed 5.5' Box)$13,115.00 AE F15021BF Ford F150 21.2 GGE 5.0L Bi-Fuel (6.5' and 8' bed configurations)$14,170.00 AE F230-350 BF21GGE PU Ford F250-F350 21 GGE 6.2L bi-fuel for installation in pickup configuration.$14,870.00 AE F230-350 BF21GGE UTIL Ford F250-F350 21 GGE 6.2L bi-fuel for installation in utility body configuration.$14,870.00 CNG CONVERSIONS Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION VENT VISORS RS 2 Stick on rain shields (2-doors).$105.00 RS 4 Stick on rain shields (4-doors).$135.00 FLOOR PROTECTION SEDANS WTF SDN 1 Weather Tech floor liner system (1st row only).$210.00 WTF SDN 2 Weather Tech floor liner system (1st & 2nd rows).$330.00 SUVs WTF SUV 1 Weather Tech floor liner system (1st row only).$210.00 WTF SUV 2 Weather Tech floor liner system (1st & 2nd rows).$330.00 WTF SUV 3 Weather Tech floor liner system (1st & 2nd rows plus cargo area).$505.00 VANS WTF VAN 1 Weather Tech floor liner system (1st row only).$185.00 WTF VAN 2 Weather Tech floor liner system (1st & 2nd rows).$330.00 WTF VAN 3 Weather Tech floor liner system (1st, 2nd, & 3rd rows).$450.00 TRUCKS WTF REG Weather Tech floor liner system for regular cab pick-up trucks.$210.00 WTF EXT Weather Tech floor liner system for extended cab pick-up trucks.$315.00 WTF CRW Weather Tech floor liner system for crew cab pick-up trucks.$315.00 WINDOW FILM SEDANS WSTP Windshield strip $60.00 DT2 SDN Deep tint film installed on front two door glass only.$165.00 DTF SDN Deep tint film installed on all side and rear glass.$410.00 LIMO Upgrade tint to LIMO on all tinted surfaces $155.00 SUVs WSTP Windshield strip $60.00 DT2 SUV Deep tint film installed on front two door glass only.$165.00 DTF SUV Deep tint film on SUV with full side and rear glass coverage.$410.00 LIMO Upgrade tint to LIMO on all tinted surfaces $155.00 VANS WSTP Windshield strip $60.00 DT2 VAN Deep tint film installed on front two door glass only.$165.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DTF G VAN Deep tint film on cargo van with side and rear door glass.$470.00 DTF P VAN Deep tint film on passenger van with full body glass.$470.00 LIMO Upgrade tint to LIMO on all tinted surfaces $155.00 TRUCKS WSTP Windshield strip $60.00 DT2 TRK Deep tint film installed on front two door glass only.$195.00 DTF 2 TRK Deep tint film installed on front two door glass and rear window.$245.00 DTF 4 TRK Deep tint film installed on four doors and back glass for extended/crew cab pickups.$245.00 LIMO Upgrade tint to LIMO on all tinted surfaces $155.00 INVERTERS & CHARGING SEDANS 851-0451-SDN XANTREX Xpower 450W inverter mounted under passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $455.00 CORD EXTENSION CORD TO BE RUN FROM INVERTER MOUNTED UNDER REAR SEAT (DRIVER SIDE) TO COMPUTER STAND AREA FOR EASE OF USE.$75.00 REN-700-SDN RENOGY 700W pure sine inverter mounted under passenger seat with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $460.00 REN-1000-SDN RENOGY 1000W pure sine inverter mounted in trunk space with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $495.00 SUVs CORD EXTENSION CORD TO BE RUN FROM INVERTER MOUNTED UNDER REAR SEAT (DRIVER SIDE) TO COMPUTER STAND AREA FOR EASE OF USE.$75.00 851-0451-SUV XANTREX Xpower 450W inverter mounted under passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $455.00 851-0451-CONSOLE XANTREX Xpower 450W inverter mounted to the back of emergency console. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $455.00 REN-1000-SUV RENOGY 1000W pure sine inverter mounted under REAR seat with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $495.00 REN-2000-SUV RENOGY 2000W pure sine inverter mounted in rear cargo area with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $890.00 REN-3000-SUV RENOGY 3000W pure sine inverter mounted in rear cargo area with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $1,705.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION VANS 851-0451-VAN XANTREX Xpower 450W inverter mounted in between driver/passenger seat or front of partition behind passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $445.00 CORD EXTENSION CORD TO BE RUN FROM INVERTER MOUNTED UNDER REAR SEAT (DRIVER SIDE) TO COMPUTER STAND AREA FOR EASE OF USE.$75.00 OUTLET REAR VAN Weather-resistant outlet at rear of van, mounted curbside to either side or back of shelf (interior).$195.00 REN-700-VAN RENOGY 700W pure sine inverter mounted in between driver/passenger seat or front of partition behind passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $460.00 REN-1000-VAN RENOGY 1000W pure sine inverter mounted to rear partition, in cargo area, accessible at side load door with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $495.00 REN-2000-VAN RENOGY 2000W pure sine inverter mounted to rear partition, in cargo area, accessible at side load door with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $890.00 REN-3000-VAN RENOGY 3000W pure sine inverter mounted to rear partition, in cargo area, accessible at side load door with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $1,705.00 TRUCKS AJ RJK WARN 26769 QUICK DISCONNECT JUMP KIT, INSTALLED IN GRILLE AREA.$510.00 CORD EXTENSION CORD TO BE RUN FROM INVERTER MOUNTED UNDER REAR SEAT (DRIVER SIDE) TO COMPUTER STAND AREA FOR EASE OF USE.$75.00 OUTLET FRONT Weather-resistant outlet at front of truck, in grille if possible on curbside.$195.00 OUTLET REAR Weather-resistant outlet at rear of truck on curbside.$195.00 REN-700-PU RENOGY 700W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $460.00 REN-1000-PU RENOGY 1000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $495.00 REN-2000-PU RENOGY 2000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $890.00 REN-2000-UB RENOGY 2000W pure sine inverter mounted inside curbside front compartment of utility body with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $890.00 REN-3000-PU RENOGY 3000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $1,705.00 REN-3000-UB RENOGY 3000W pure sine inverter mounted inside curbside front compartment of utility body with ignition sourced relay. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $1,705.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION COMBO E1 CHGR-INV-COMBO VANNER 2000W/100a INVERTER-CHARGER WITH BUILT IN TRANSFER SWITCH, IGNITION CONTROL, KUSSMAUL SUPER AUTO EJECT, AND YELLOW COVER WITH BUILT IN STATUS DISPLAY. (INSTALL LOCATION LOCATION TO BE SPECIFIED BY CUSTOMER) $4,085.00 GRILLE GUARDS AND WINCHES TACOMA AJ TACO-WMT-9K ROUGH COUNTRY HIDDEN WINCH MOUNT WITH PRO9500 WINCH INCLUDING SYNTHETIC ROPE AND INSTALLATION (2024 TACOMA FITMENT CONFIRMED).$2,590.00 CHEVY LD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$715.00 AJ WGG-CHEVY15 Westin HDX wrap around grille guard, installed on Chevy 1500 series pickup.$1,570.00 AJ WMT-CHEVY15-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Chevy 1500 series pickup.$1,910.00 AJ WMT-CHEVY15-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Chevy 1500 series pickup.$1,990.00 AJ GG-CHEVY15-VR8 Westin HDX grille guard (No Wrap) with winch mount tray and Warn VR EVO8 8,000lb recovery winch, installed on Chevy 1500 series pickup.$2,720.00 AJ GG-CHEVY15-VR10 Westin HDX grille guard (No Wrap) with winch mount tray and Warn VR EVO10 10,000lb recovery winch, installed on Chevy 1500 series pickup.$2,805.00 AJ WGG-CHEVY15-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on Chevy 1500 series pickup.$2,720.00 AJ WGG-CHEVY15-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on Chevy 1500 series pickup.$2,805.00 CHEVY HD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$715.00 AJ WGG-CHEVYHD Westin HDX wrap around grille guard, installed on Chevy HD series pickup.$1,570.00 AJ WMT-CHEVYHD-VR8 Westin winch mount tray only (No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Chevy HD series pickup.$1,850.00 AJ WMT-CHEVYHD-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Chevy HD series pickup.$1,990.00 AJ WMT-CHEVYHD-M8 WARN winch mount tray only (No Push Bumper or Wrap) with Warn M8 8,000lb recovery winch, installed on Chevy HD series pickup.$3,450.00 AJ WMT-CHEVYHD-Z8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on Chevy HD series pickup.$3,795.00 AJ WMT-CHEVYHD-Z10 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on Chevy HD series pickup.$3,865.00 AJ GG-CHEVYHD-VR8 Westin HDX grille guard(No Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Chevy HD series pickup.$2,720.00 AJ GG-CHEVYHD-VR10 Westin HDX grille guard only(No Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Chevy HD series pickup.$2,805.00 AJ GG-CHEVYHD-M8 WARN grille guard(No Wrap) with Warn M8 8,000lb recovery winch, installed on Chevy HD series pickup.$4,085.00 AJ GG-CHEVYHD-Z8 WARN grille guard(No Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on Chevy HD series pickup.$4,435.00 AJ GG-CHEVYHD-Z10 WARN grille guard(No Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on Chevy HD series pickup.$4,505.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AJ WGG-CHEVYHD-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on Chevy HD series pickup.$3,170.00 AJ WGG-CHEVYHD-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on Chevy HD series pickup.$3,250.00 AJ WGG-CHEVYHD-M8 WARN wrap around grille guard with Warn M8 8,000lb recovery winch, installed on Chevy HD series pickup.$4,415.00 AJ WGG-CHEVYHD-Z8 WARN wrap around grille guard with Warn ZEON 8S 8,000lb recovery winch synthetic rope, installed on Chevy HD series pickup.$4,760.00 AJ WGG-CHEVYHD-Z10 WARN wrap around grille guard with Warn ZEON 10S 10,000lb recovery winch synthetic rope, installed on Chevy HD series pickup.$4,830.00 AJ WGG-CHEVYHD-Z12 WARN wrap around grille guard with Warn ZEON 12S 12,000lb recovery winch synthetic rope, installed on Chevy HD series pickup.$4,990.00 AJ WGG-CHEVYHD-16.5ti WARN wrap around grille guard with Warn 16.5ti 16,500lb recovery winch, installed on Chevy HD series pickup.$7,435.00 GMC LD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$715.00 AJ WGG-GMC15 RANCH HAND Legend Grille Guard; Legend Series Grille Guard; Retains Factory Tow Hook; installed on GMC 1500 series pickup.$1,340.00 GMC HD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$715.00 AJ WGG-GMCHD RANCH HAND wrap around grille guard, installed on GMC HD series pickup.$1,340.00 AJ WMT-GMCHD-M8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn M8 8,000lb recovery winch, installed on GMC HD series pickup.$3,485.00 AJ WMT-GMCHD-Z8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on GMC HD series pickup.$3,835.00 AJ WMT-GMCHD-Z10 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on GMC HD series pickup.$3,905.00 AJ GG-GMCHD-M8 WARN grille guard(No Wrap) with Warn M8 8,000lb recovery winch, installed on GMC HD series pickup.$4,125.00 AJ GG-GMCHD-Z8 WARN grille guard(No Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on GMC HD series pickup.$4,475.00 AJ GG-GMCHD-Z10 WARN grille guard(No Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on GMC HD series pickup.$4,545.00 AJ GG-GMCHD-Z12 WARN grille guard(No Wrap) with Warn ZEON 12,000lb recovery winch with synthetic rope, installed on GMC HD series pickup.$4,700.00 AJ GG-GMCHD-16.5ti WARN grille guard(No Wrap) with Warn 16.5ti 16,500lb recovery winch, installed on GMC HD series pickup.$6,510.00 CHEVY MEDIUM DUTY AJ WGG-GMMD Go Industries wrap around grille guard with tilt forward feature for Chevy 4500, 5500, 6500 medium duty chassis. Allows the hood to be tilted forward for service (Fits ONLY Chevy Medium duty).$2,875.00 AJ WGG-WMT-GMMD Go Industries wrap around grille guard with winch mount tray & tilt forward feature for Chevy 4500, 5500, 6500 medium duty chassis. Allows the hood to be tilted forward for service (Fits ONLY Chevy Medium duty).$3,385.00 FORD LD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$715.00 AJ WGG-F150 Westin HDX wrap around grille guard, installed on Ford F-150 series pickup.$1,570.00 AJ WMT-F150-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Ford F-150 series pickup.$1,910.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AJ WMT-F150-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Ford F-150 series pickup.$1,990.00 AJ GG-F150-VR8 Westin HDX grille guard, no wrap, with Warn VR EVO8 8,000lb recovery winch, installed on Ford F-150 series pickup.$2,720.00 AJ GG-F150-VR10 Westin HDX grille guard only(No Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Ford F-150 series pickup.$2,800.00 AJ WGG-F150-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on Ford F-150 series pickup.$2,720.00 AJ WGG-F150-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on Ford F-150 series pickup.$2,800.00 AJ WGG-F150-M8 WARN wrap around grille guard with Warn M8 8,000 recovery winch, installed on Ford F-150 series pickup $3,975.00 FORD SD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$715.00 AJ WGG-FSD Westin HDX wrap around grille guard, installed on Ford Super Duty series pickup.$1,385.00 AJ WMT-FSD-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$2,075.00 AJ WMT-FSD-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Ford Super Duty series pickup.$2,155.00 AJ WMT-FSD-M8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn M8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$3,280.00 AJ WMT-FSD-Z8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on Ford Super Duty series pickup.$3,625.00 AJ WMT-FSD-Z10 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on Ford Super Duty series pickup.$3,695.00 AJ GG-FSD-VR8 Westin HDX grille guard(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$2,890.00 AJ GG-FSD-VR10 Westin HDX grille guard only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Ford Super Duty series pickup.$2,970.00 AJ GG-FSD-M8 WARN grille guard(No Wrap) with Warn M8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$3,920.00 AJ GG-FSD-Z8 WARN grille guard(No Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on Ford Super Duty series pickup.$4,265.00 AJ GG-FSD-Z10 WARN grille guard(No Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on Ford Super Duty series pickup.$4,335.00 AJ WGG-FSD-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$2,470.00 AJ WGG-FSD-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on Ford Super Duty series pickup.$2,970.00 AJ WGG-FSD-M8 WARN wrap around grille guard with Warn M8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$4,320.00 AJ WGG-FSD-Z8 WARN wrap around grille guard with Warn ZEON 8S 8,000lb recovery winch synthetic rope, installed on Ford Super Duty series pickup.$4,670.00 AJ WGG-FSD-Z10 WARN wrap around grille guard with Warn ZEON 10S 10,000lb recovery winch synthetic rope, installed on Ford Super Duty series pickup.$4,740.00 AJ WGG-FSD-16.5ti WARN wrap around grille guard with Warn 16.5ti 16,500lb recovery winch, installed on Ford Super Duty series pickup.$6,540.00 AJ WGG-FSD-VR12 Westin HDX wrap around grille guard with Warn VR EVO12 12,000lb recovery winch, installed on Ford Super Duty series pickup.$3,120.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AJ WGG-FSD-Z12 WARN wrap around grille guard with Warn ZEON 12S 12,000lb recovery winch synthetic rope, installed on Ford Super Duty series pickup.$4,900.00 RAM LD AJ WGG-RAM15 Westin HDX wrap around grille guard, installed on RAM 1500 series pickup.$1,570.00 AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$715.00 AJ WMT-RAM15-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on RAM 1500 series pickup.$2,015.00 AJ WMT-RAM15-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on RAM 1500 series pickup.$2,075.00 AJ WMT-RAM15-M8 WARN Ascent Front Bumper for RAM 1500 - includes a winch mount , with Warn M8 8,000lb recovery winch, installed on RAM 1500 series pickup.$5,370.00 AJ WMT-RAM15-Z8S WARN Ascent Front Bumper for RAM 1500 - includes a winch mount , with Warn ZEON 8,000lb recovery winch w/ Synthetic Rope, installed on RAM 1500 series pickup.$5,700.00 AJ WMT-RAM15-Z10S WARN Ascent Front Bumper for RAM 1500 - includes a winch mount , with Warn ZEON 10,000lb recovery winch w/ Synthetic Rope, installed on RAM 1500 series pickup.$5,760.00 AJ WGG-RAM15-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on RAM 1500 series pickup.$3,080.00 AJ WGG-RAM15-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on RAM 1500 series pickup.$3,140.00 RAM HD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$715.00 AJ WGG-RAMHD Westin HDX wrap around grille guard, installed on RAM HD series pickup.$1,570.00 AJ WMT-RAMHD-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on RAM HD series pickup.$1,810.00 AJ WMT-RAMHD-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on RAM HD series pickup.$1,865.00 AJ WMT-RAMHD-M8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn M8 8,000lb recovery winch, installed on RAM HD series pickup.$3,210.00 AJ WMT-RAMHD-Z8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on RAM HD series pickup.$3,545.00 AJ WMT-RAMHD-Z10 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on RAM HD series pickup.$3,600.00 AJ GG-RAMHD-VR8 Westin HDX grille guard(No Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on RAM HD series pickup.$2,620.00 AJ GG-RAMHD-VR10 Westin HDX grille guard only(No Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on RAM HD series pickup.$2,680.00 AJ GG-RAMHD-M8 WARN grille guard(No Wrap) with Warn M8 8,000lb recovery winch, installed on RAM HD series pickup.$3,850.00 AJ GG-RAMHD-Z8 WARN grille guard, no wrap, with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on RAM HD series pickup.$4,180.00 AJ GG-RAMHD-Z10 WARN grille guard(No Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on RAM HD series pickup.$4,240.00 AJ WGG-RAMHD-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on RAM HD series pickup.$2,620.00 AJ WGG-RAMHD-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on RAM HD series pickup.$2,680.00 AJ WGG-RAMHD-M8 WARN wrap around grille guard with Warn M8 8,000lb recovery winch, installed on RAM HD series pickup.$4,255.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AJ WGG-RAMHD-Z8 WARN wrap around grille guard with Warn ZEON 8S 8,000lb recovery winch synthetic rope, installed on RAM HD series pickup.$4,585.00 AJ WGG-RAMHD-Z10 WARN wrap around grille guard with Warn ZEON 10S 10,000lb recovery winch synthetic rope, installed on RAM HD series pickup.$4,645.00 AJ WGG-RAMHD-16.5ti WARN wrap around grille guard with Warn 16.5ti 16,500lb recovery winch, installed on RAM HD series pickup.$6,540.00 STERLING SM WMT Fully welded low profile winch mount Sterling grille guard. Center section only. No headlight protection. Low profile winch cradle. Accommodates low profile winches such as Warn EVO VR8, EVO VR12.$1,830.00 SM WGG-NO WINCH Fully welded Sterling brush guard. 2" OD headlight protection hoops with 1-1/4" OD mid bar. (NO WINCH MOUNT)$2,315.00 SM WMT-HD Fully welded heavy duty winch mount Sterling grille guard. Center section only. No headlight protection. Heavy duty profile winch cradle. Accommodates large commercial winches such as M12, M15, 16.5ti.$1,975.00 SM WGG-WMT Fully welded Sterling brush guard. 2" OD headlight protection hoops with 1-1/4" OD mid bar. Low profile winch cradle. Accommodates low profile winches such as Warn EVO VR8, EVO VR12.$2,570.00 SM WGG-WMT-HD Fully welded Sterling brush guard. 2" OD headlight protection hoops with 1-1/4" OD mid bar. Heavy duty winch cradle. Accommodates large commercial winches such as M12, M15, 16.5ti.$2,715.00 RANCH HAND REPLACMENT BUMPERS FBF171BLC Ranch Hand replacement bumper, powder coated black. Requires FORD 3500 diesel WITH forward camera.$2,520.00 FBF171BLR Ranch Hand replacement bumper, powder coated black. Requires FORD 3500 diesel without forward camera.$2,520.00 FDB101BLRS Ranch Hand replacement bumper, powder coated black. Requires RAM 3500 diesel.$2,520.00 WINCHES WITHOUT MOUNTS VR EVO 8 Warn VR EVO self recovery 8,000lb rated winch with remote, open fairlead, and wire rope.$990.00 ZEON 8-S Warn ZEON self recovery 8,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,095.00 M8000 Warn M8000 self recovery 8,000lb rated winch with remote, roller fairlead, and wire rope.$1,695.00 VR EVO 10 Warn VR EVO self recovery 10,000lb rated winch with remote, open fairlead, and wire rope.$1,070.00 ZEON 10-S Warn ZEON self recovery 10,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,160.00 VR EVO 12 Warn VR EVO self recovery 12,000lb rated winch with remote, open fairlead, and wire rope.$1,215.00 ZEON 12-S Warn ZEON self recovery 12,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,315.00 M12000 Warn M12000 self recovery 12,000lb rated winch with remote, roller fairlead, and wire rope.$3,250.00 M15000 Warn M15000 self recovery 15,000lb rated winch with remote, roller fairlead, and wire rope.$3,585.00 16.5TI Warn HEAVY WEIGHT series 16.5ti self recovery 16,500lb rated winch with remote, open fairlead, and wire rope.$3,745.00 LEATHER SEATING SURFACES DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,840.00 DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,985.00 DLTH 3 Dealer installed leather seating surfaces (1st, 2nd, and 3rd rows).$2,420.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BACKING SAFETY BUS-UB BACK UP SENSORS Rear Bumper Parking Assistance System for UniBody Vehicles Introducing BackZone (250-1903-BZTRK), Rostra’s latest innovation in vehicle parking assistance systems. Designed around the reliable components that customers have come to expect $550.00 BUS-TRK BACK UP SENSORS Rear Bumper Parking Assistance System for Trucks Introducing BackZone Truck (250-1903-BZTRK), Rostra’s latest innovation in vehicle parking assistance systems.$550.00 BUC DASH Back up camera with dash mounted monitor, COMPLETE SYSTEM.$1,175.00 CAMERA RR Remove and re-install factory camera from tailgate.$325.00 CAMERA-F Dealer installed factory ordered camera (REQUIRES 872).$225.00 CAMERA-GM Dealer installed factory ordered camera (REQUIRES 5N5).$225.00 CAMERA-R Dealer installed factory ordered camera (REQUIRES XAC).$225.00 DASH-CAM Rexing V1P 3rd Generation Dual 1080p Full HD Front and Rear 170 Degree Wide Angle Wi-Fi Car Dash Cam with Supercapacitor, 2.4" LCD Screen, G-Sensor, Loop Recording, & Mobile App. With 64GB micro SDXC flash memory card, Mini-USB hardwire kit, and intallation. $560.00 BUA Federal Signal 90 dB back-up alarm.$190.00 TRAILERING HITCHES & WIRING AJ 4-WIRE 4 wire trailer plug $95.00 AJ 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$115.00 AJ 6-ROUND 6 wire round utility plug.$80.00 AJ CLIII Class III receiver hitch, installed at AJ Fleet.$740.00 AJ CLIV Class IV receiver hitch, installed at AJ Fleet.$945.00 AJ CLV Class V receiver hitch, installed at AJ Fleet.$1,150.00 AJ EBC Curt Spectrum Electric Brake Controller $425.00 SS7RP SARASOTA 7 WIRE ROUND BERG TRAILER PLUG WITH ROUND PINS.$165.00 AJ C-WIRE Customer specific wire plug, please provide detail.$85.00 HITCH MOD Modification to factory trailer hitch to accomidate equipment install.$525.00 DRAW BARS & PINTLES AJ DB2 Draw bar with 2'' Ball, pin, and clip.$55.00 AJ DB2516 Draw bar with 2-5/16'' Ball, pin, and clip.$110.00 AJ DB3 Tri-ball draw bar with 1-7/8'', 2'', and 2-5/16'' balls.$160.00 AJ PTL2 Pintle combination draw bar with 2'' ball.$170.00 AJ PTL2516 Pintle combination draw bar with 2-5/16'' ball.$175.00 BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$105.00 AJ SLEEVE 2.5" to 2.0" Reducer Sleeve for accomodating 2" Shank Draw Bars.$35.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TRUCK ACCESSORIES TONNEAU COVERS BAKFLIP-G2 BAKFLIP G2 FOLDING BED COVER, INSTALLED $1,380.00 AJ UCFLEX Undercover brand- Flex 3-piece black folding tonneau cover, installed.$1,480.00 AJ UCELITE Undercover brand- Elite hard black plastic 1-piece tonneau cover, installed.$1,480.00 R-N-L SHORT Roll N Lock cover, short box (Toyota / Nissan / Ford only).$2,305.00 R-N-L LONG Roll N Lock cover, long box (all GM & RAM both short & long).$2,420.00 TK FTC LEER700-SB LEER 700 model fiberglass tonneau cover, short bed, painted to match cab of vehicle.$3,400.00 TK FTC LEER700-LB LEER 700 model fiberglass tonneau cover, long bed, painted to match cab of vehicle.$3,530.00 DB 180L FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,165.00 DB 180LX FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,570.00 DB 180S FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,165.00 DB 180SX FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,570.00 DB 270L FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,495.00 DB 270LX FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,915.00 DB 270S FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,495.00 DB 270SX FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,915.00 DB HD-L FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH LONG BED. $3,330.00 DB HD-LX FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,735.00 DB HD-S FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED. $3,330.00 DB HD-SX FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,735.00 DB SE-L FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,810.00 DB SE-LX FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,225.00 DB SE-S FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$2,810.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DB SE-SX FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,225.00 FIBERGLASS TOPPERS TK DEFENDER-SB Topper King Defender Fiberglass Cab High topper with sliding glass sides for short bed pickups. $3,400.00 TK DEFENDER-LB Topper King Defender Fiberglass Cab High topper with sliding glass sides for long bed pickups. $3,530.00 TK DEFENDER-WD-SB Topper King Defender Fiberglass Cab High topper with side access windoors for short bed pickups.$4,180.00 TK DEFENDER-WD-LB Topper King Defender Fiberglass Cab High topper with side access windoors for long bed pickups. $4,440.00 TK LEER-100R-SB Leer 100R topper with framed windoors and framed rear door for short bed pickups. $4,830.00 TK LEER-100R-LB Leer 100R topper with framed windoors and framed rear door for long bed pickups. $5,090.00 TK LEER-100XR-SB Leer 100XR topper with side windoors and framless rear door for short bed pickups. $5,220.00 TK LEER-100XR-LB Leer 100XR topper with side windoors and framless rear door for long bed pickups. $5,480.00 TK LEER-100S-SB Leer 100S topper with smooth solid sides (no glass no doors) framed rear door for short bed pickups.$4,050.00 TK LEER-100S-LB Leer 100S topper with smooth solid sides (no glass no doors) framed rear door for long bed pickups.$4,180.00 TK 7-WAY Leer 7 way harness available to connect topper to factory OE harness for the LED brake light and dome light, 12v power and ground.$325.00 TK FTC LEER700RKE Remote keyless entry for LEER 700 model only.$540.00 TK FCH-LR CapRac complete roof rack system with two cross bars & 4 adjustable load stops.$1,450.00 LEER COMMERCIAL TOPPERS TK LEER 100RCC-SB Leer commercial fiberglass topper includes front picture window, black headliner, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, 20'' interior light bar mounted to ceiling inside rear lift door, and LED brake light. $6,650.00 TK LEER 100RCC-LB Leer commercial fiberglass topper includes front picture window, black headliner, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, 20'' interior light bar mounted to ceiling inside rear lift door, and LED brake light. $6,780.00 TK LEER DCC-SB Leer Deluxe Aluminum Commercial Topper (White), 23'' High, with codable locks, front picture window, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, ladder rack, 20'' 12v LED interior light bar, LED brake light $5,805.00 TK LEER DCC-LB Leer Deluxe Aluminum Commercial Topper (White), 23'' High, with codable locks, front picture window, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, ladder rack, 20'' 12v LED interior light bar, LED brake light $5,935.00 TK AR1205-S Prime Design AluRack overhead material rack to be installed on LEER commercial topper*SPECIAL ORDER (96'' long rack).$1,950.00 TK AR1907 Prime Design AluRack overhead material rack to be installed on LEER commercial topper for long bed (116'' long rack).$2,035.00 TK AR1906 Prime Design AluRack overhead material rack to be installed on LEER commercial topper for short bed (88'' long rack).$1,645.00 AF LEER-MAV LEER 100CC FORD MAVERICK 4' 5" RECREATIONAL CAP (FIBERGLASS)$5,060.00 AF LEER-MAV-AL LEER DELUXE COMMERCIAL UNIT FORD MAVERICK 4' 5" COMMERCIAL CAP (ALUMINUM)$5,875.00 AF LEER-RNGR-SB-ALUM LEER DELUXE COMMERCIAL UNIT FORD RANGER EXTRA SHORT - ALUMINUM TOPPER 23" HIGH, SOLID FRONT WALL, FULL LENGTH SIDE DOORS WITH BOLT LOCKS. 1/2 REAR DOOR 12V ADJUSTABLE LED TUBE LIGHT (REAR) $4,395.00 AF LEER-RNGR-SB LEER 100CC FORD RANGER EXTRA SHORT - FIBERGLASS TOPPER 23" HIGH, SOLID FRONT WALL, FULL LENGTH SIDE DOORS WITH BOLT LOCKS. 1/2 REAR DOOR 12V ADJUSTABLE LED TUBE LIGHT (REAR)$4,880.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF LEER-F150-SB-ALUM LEER DELUXE COMMERCIAL UNIT FORD F-150 SHORT - ALUMINUM TOPPER 23" HIGH, SOLID FRONT WALL, FULL LENGTH SIDE DOORS WITH BOLT LOCKS. 1/2 REAR DOOR 12V ADJUSTABLE LED TUBE LIGHT (REAR)$4,230.00 AF LEER-F150-SB LEER 100CC FORD F-150 SHORT- FIBERGLASS TOPPER 23" HIGH, SOLID FRONT WALL, FULL LENGTH SIDE DOORS WITH BOLT LOCKS. 1/2 REAR DOOR 12V ADJUSTABLE LED TUBE LIGHT (REAR)$4,720.00 AF LEER-F150-LB-ALUM LEER DELUXE COMMERCIAL UNIT FORD F150 LONG - ALUMINUM TOPPER 23" HIGH, SOLID FRONT WALL, FULL LENGTH SIDE DOORS WITH BOLT LOCKS. 1/2 REAR DOOR 12V ADJUSTABLE LED TUBE LIGHT (REAR)$4,325.00 AF LEER-F150-LB LEER 100CC FORD F-150 LONG- FIBERGLASS TOPPER 23" HIGH, SOLID FRONT WALL, FULL LENGTH SIDE DOORS WITH BOLT LOCKS. 1/2 REAR DOOR 12V ADJUSTABLE LED TUBE LIGHT (REAR)$4,885.00 AF LEER-SD-ALUM LEER DELUXE COMMERCIAL UNIT FORD F250-350 - ALUMINUM TOPPER 23" HIGH, SOLID FRONT WALL, FULL LENGTH SIDE DOORS WITH BOLT LOCKS. 1/2 REAR DOOR 12V ADJUSTABLE LED TUBE LIGHT (REAR)$4,335.00 AF LEER-SD LEER 100CC FORD F-250-350 FIBERGLASS TOPPER 23" HIGH, SOLID FRONT WALL, FULL LENGTH SIDE DOORS WITH BOLT LOCKS. 1/2 REAR DOOR 12V ADJUSTABLE LED TUBE LIGHT (REAR)$4,915.00 BED SLIDES CARGO-GLIDE 1500 Cargo Glide 1500lb bed slide with 4'' sides and rubber coated floor.$2,310.00 CARGO-GLIDE 2200HD Cargo Glide 2200HD bed slide with 4'' sides and rubber coated floor.$2,560.00 CARGO-GLIDE 2200XL Cargo Glide 2200XL bed slide with 4'' sides, rubber coated floor, and full extension.$3,840.00 DECKED DECKED® 2-Drawer Pickup Truck Bed Storage System two Drawer Storage System for Full Size Pick Up Truck; DECKED Truck Bed Storage System; Made Of High Density Polyethylene; Stainless Steel Hardware; Features Cast Aluminum Handles / Galvanized Steel Subframe. $2,000.00 AJ PACK-RAT Weatherguard Pack-Rat 308-3 drawer unit 48'' x 39.75'' x 9.5'', installed.$2,760.00 ADRIAN COMMERCIAL TOPPERS AWV TC-F150-SB Adrian Commercial Grade Aluminum Truck Cap for Ford F150 / 6.5 ft Bed. Furnished and installed by Adrian.$5,190.00 AWV TC-F150-LB Adrian Commercial Grade Aluminum Truck Cap for F150 8 ft Bed. Furnished and installed by Adrian.$5,535.00 AWV TC-SILV15-SB Adrian Commercial Grade Aluminum Truck Cap for GM 1500 / 6.5 ft Bed. Furnished and installed by Adrian.$5,190.00 AWV TC-SILV15-LB Adrian Commercial Grade Aluminum Truck Cap for GM 1500 8 ft Bed. Furnished and installed by Adrian.$5,535.00 AWV TC-RAM15-SB Adrian Commercial Grade Aluminum Truck Cap for RAM 1500 / 2500 / 3500 6.3 ft Bed. Furnished and installed by Adrian.$4,970.00 AWV TC-RAM15-LB Adrian Commercial Grade Aluminum Truck Cap for RAM 1500 8 ft Bed. Furnished and installed by Adrian.$5,535.00 AWV TC-SD-SB Adrian Commercial Grade Aluminum Truck Cap for Ford F250/350 6.7 ft Bed. Furnished and installed by Adrian.$5,450.00 AWV TC-SD-LB Adrian Commercial Grade Aluminum Truck Cap for Ford F250/350 8 ft Bed. Furnished and installed by Adrian.$5,765.00 AWV TC-SILVHD-SB Adrian Commercial Grade Aluminum Truck Cap for GM 2500 / 3500 6.7 ft Bed. Furnished and installed by Adrian.$5,450.00 AWV TC-SILVHD-LB Adrian Commercial Grade Aluminum Truck Cap for GM 2500 / 3500 8 ft Bed. Furnished and installed by Adrian.$5,750.00 AWV TC-RAM25-LB Adrian Commercial Grade Aluminum Truck Cap for Ram 2500 / 3500 8 ft Bed. Furnished and installed by Adrian.$5,765.00 AWV TC-SILV_F150-ADD-1TB Adrian Aluminum Truck Cap Tool Box w/ one horizontal divider and 3 vertical dividers (Configuration 7) for Ford 150 & GM 1500 6.5 ft (curbside side only, street side to remain open). Furnished and installed by Adrian.$675.00 AWV TC-RAM-ADD-1TB Adrian Aluminum Truck Cap Tool Box w/ one horizontal divider and 3 vertical dividers (Configuration 7) for RAM 1500 6.3 ft (curbside side only, street side to remain open). Furnished and installed by Adrian.$690.00 AWV ATC-COLORADO Adrian Commercial Grade Aluminum Truck Cap for Chevrolet Colorado. Cab height Cap, Hatch door, mechanical locks, white. Furnished and installed by Adrian.$4,820.00 AWV ATC-COLO-TB7 Adrian Configuration 7 Toolbox for Topper, 17″ Deep, 4.5′ Bed, 23″ Top. Furnished and installed by Adrian.$805.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AWV ATC-MAV-CAB Adrian Commercial Grade Aluminum Truck Cap for Ford Maverick. Cab height Cap, Hatch door, mechanical locks, white. Furnished and installed by Adrian.$4,775.00 AWV ATC-MAV-TB7 Adrian Configuration 7 Toolbox for Maverick Topper, 17" Deep, 4.5' Bed, 18" Top. Furnished and installed by Adrian.$725.00 AWV ATC-MAV-HIGH Adrian Commercial Grade Aluminum Truck Cap for Ford Maverick. Exceeds cab height. Hatch door, mechanical locks, white. Furnished and installed by Adrian.$4,780.00 AWV ATC-MAV-HIGH-TB7 Adrian Configuration 7 Toolbox for Maverick Topper, 17″ Deep, 4.5′ Bed, 23″ Top. Furnished and installed by Adrian.$780.00 AWV TC-F150-ELE-SB Adrian Commercial Grade Aluminum Truck Cap with eLock using OEM fob for Ford F150 / 6.5 ft Bed. Furnished and installed by Adrian.$5,990.00 AWV TC-F150-ELE-LB Adrian Commercial Grade Aluminum Truck Cap with eLock using OEM fob for F150 8 ft Bed. Furnished and installed by Adrian.$6,480.00 AWV TC-SILV15-ELE-SB Adrian Commercial Grade Aluminum Truck Cap with eLock using OEM fob for GM 1500 / 6.5 ft Bed. Furnished and installed by Adrian.$6,050.00 AWV TC-SILV15-ELE-LB Adrian Commercial Grade Aluminum Truck Cap with eLock using OEM fob for GM 1500 8 ft Bed. Furnished and installed by Adrian.$6,400.00 AWV TC-RAM15-ELE-SB Adrian Commercial Grade Aluminum Truck Cap with eLock using OEM fob for RAM 1500 / 2500 / 3500 6.3 ft Bed. Furnished and installed by Adrian.$5,730.00 AWV TC-RAM15-ELE-LB Adrian Commercial Grade Aluminum Truck Cap with eLock using OEM fob for RAM 1500 8 ft Bed. Furnished and installed by Adrian.$6,455.00 AWV TC-SD-ELE-SB Adrian Commercial Grade Aluminum Truck Cap with eLock using OEM fob for Ford F250/350 6.7 ft Bed. Furnished and installed by Adrian.$6,270.00 AWV TC-SD-ELE-LB Adrian Commercial Grade Aluminum Truck Cap with eLock using OEM fob for Ford F250/350 8 ft Bed. Furnished and installed by Adrian.$6,690.00 AWV TC-SILVHD-ELE-SB Adrian Commercial Grade Aluminum Truck Cap with eLock using OEM fob for GM 2500/3500 6.7 ft Bed. Furnished and installed by Adrian.$6,250.00 AWV TC-SILVHD-ELE-LB Adrian Commercial Grade Aluminum Truck Cap with eLock using OEM fob for GM 2500 / 3500 8 ft Bed. Furnished and installed by Adrian.$6,615.00 AWV TC-RAM25-ELE-LB Adrian Commercial Grade Aluminum Truck Cap with eLock using OEM fob for Ram 2500 / 3500 8 ft Bed. Furnished and installed by Adrian.$6,720.00 AWV ATC-MAV-CAB-ELE Adrian Commercial Grade Aluminum Truck Cap for Ford Maverick. Cab height Cap, Hatch door, eLock using OEM fob, white. Furnished and installed by Adrian.$5,470.00 AWV ATC-MAV-HIGH-ELE Adrian Commercial Grade Aluminum Truck Cap for Ford Maverick. Exceeds cab height. Hatch door, eLock using OEM fob, white. Furnished and installed by Adrian.$5,575.00 ADRIAN RACKS/SLIDES/SHELVING AWV TC-2BAR Adrian Aluminum 2- Bar Utility Rack with one ladder stop mounted curbside for Adrian Steel Commercial Grade Aluminum Truck Cap. Furnished and installed by Adrian.$890.00 AWV TC-SLDLR-SB Adrian Grip Lock Single Lock Down Ladder Rack for Adrian Steel Pickup 6'2"-6'10" Topper. Furnished and installed by Adrian.$1,010.00 AWV TC-SLDLR-LB Adrian Grip Lock Single Lock Down Ladder Rack for Adrian Steel Pickup 8'+ Topper. Furnished and installed by Adrian.$950.00 AWV TC-SSDLR-SB Adrian Prolift Standard Drop, Passenger Side, 6' 2" - 6' 10" Bed, White (Low Topper). Furnished and installed by Adrian.$1,900.00 AWV TC-EB-GM-SB Adrian Extendobed for GM Pickups with 6.5 ft bed.Furnished and installed by Adrian.$4,085.00 AWV TC-EB-FORD-SB Adrian Extendobed for Ford Pickups with 6.5 ft bed. Furnished and installed by Adrian.$3,935.00 AWV TC-EB-RAM-SB Adrian Extendobed for Ram Pickup with 6.3ft bed. Furnished and installed by Adrian.$3,935.00 AWV TC-EB-GM-LB Adrian Extendobed for GM Pickups with 8 ft bed. Furnished and installed by Adrian.$4,325.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AWV TC-EB-FORD-RAM-LB Adrian Extendobed for Ford & Ram Pickups with 8 ft bed. Furnished and installed by Adrian.$4,180.00 AWV TC-EB-ADD-ELEC-SB Adrian Electrical Package added to Extendobed for Full Size Pickps with 6 ft Bed. Furnished and installed by Adrian.$4,220.00 AWV TC-EB-ADD-HVAC-SB Adrian HVAC Package added to Extendobed for Full Size Pickps with 6 ft Bed. Furnished and installed by Adrian.$4,815.00 AWV TC-STATIC-BASE-SB Adrian Base Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 6 ft Bed. Furnished and installed by Adrian.$2,540.00 AWV TC-STATIC-BASE-LB Adrian Base Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 8 ft Bed. Furnished and installed by Adrian.$2,560.00 AWV TC-STATIC-ELEC-SB Adrian Electrical Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 6 ft Bed. Furnished and installed by Adrian.$4,950.00 AWV TC-STATIC-ELEC-LB Adrian Electrical Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 8 ft Bed. Furnished and installed by Adrian.$5,035.00 AWV TC-STATIC-HVAC-SB Adrian HVAC Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 6 ft Bed. Furnished and installed by Adrian.$5,335.00 AWV TC-STATIC-HVAC-LB Adrian HVAC Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 8 ft Bed. Furnished and installed by Adrian.$6,270.00 AWV TC-STATIC-PLUM-SB Adrian Plumbing Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 6 ft Bed. Furnished and installed by Adrian.$4,645.00 AWV TC-STATIC-PLUM-LB Adrian Plumbing Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 8 ft Bed. Furnished and installed by Adrian.$5,760.00 AWV TC-F150-SUNSHINE-SB Adrian Ford F150 6.5 ft bed Integrated Truck Solution Lighting - Preferred Kit. Includes 4 strip lights, 2 dome lamps, Plug and Play wiring harnesses, Timer Lighting Module. Furnished and installed by Adrian $1,250.00 AWV TC-GM-SUNSHINE-SB Adrian GM Silverado/Sierra 1500 6.5.ft bed Integrated Truck Solution Lighting - Preferred Kit. Includes 4 strip lights, 2 dome lamps, Plug and Play wiring harnesses, Timer Lighting Module. Furnished and installed by Adrian.$1,250.00 AWV TC-RAM-SUNSHINE-SB Adrian RAM P1500/2500/3500 6.3 ft bed Integrated Truck Solution Lighting - Preferred Kit. Includes 4 strip lights, 2 dome lamps, Plug and Play wiring harnesses, Timer Lighting Module. Furnished and installed by Adrian.$1,230.00 CAB SHIELDS BR 15###Back Rack cab guard for pickup trucks without a cross body tool box.$645.00 BR 15### LB Back Rack cab guard for pickup trucks without a cross body tool box, includes light bar mounting feet.$715.00 BR 15###TB Back Rack cab guard for pickup trucks with cross body tool box.$645.00 BR 15###TB LB Back Rack cab guard for pickup trucks with cross body tool box, includes light bar mounting feet.$715.00 BR 81001-81003 Back Rack beacon mounts for driver and passenger side (beacons not included).$100.00 BR 91001 Back Rack 10.5'' octagon pedestal installed on driver side of cab shield (Works with Go-Light & provides enough clearance for light bar).$55.00 BR 91004 BACK RACK ARROW STICK MOUNTING BRACKET $40.00 SM HAR Sterling vehicle specific headache rack with mesh screen, powder coated black.$1,035.00 SM HAR-RBL Sterling vehicle specific headache rack with centered single beacon mount, powder coated black.$1,125.00 SM HAR-2RBL Sterling vehicle specific headache rack with dual beacon mounts, powder coated black.$1,215.00 SM HAR-LBM Sterling vehicle specific headache rack with centered light bar mount(s), powder coated black.$1,125.00 WG1450 WeatherGuard single side mounted ladder rack for pickups.$1,135.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION RACKS AS 8AMR-SS SINGLE SIDE BUMPER TO BASE OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,985.00 AS 8AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 8' Pick Up or Utility Bed, Aluminum Material Rack 8' Pick Up or Utility Bed, -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $4,310.00 AS 8AMR BACK BUMPER TO TOP OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack For P/U beds & 8' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $4,895.00 AS 8AMR-BB BUMPER TO BUMPER Aluminum Material Rack For P/U beds & 8' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $5,725.00 AS 9AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,985.00 AS 9AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$4,570.00 AS 9AMR BACK BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack For 9' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $4,895.00 AS 9AMR-BB BUMPER TO BUMPER Aluminum Material Rack, For 9' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $5,935.00 AS 11AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$4,010.00 AS 11AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$4,310.00 AS 11AMR BACK BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack For 11' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $4,780.00 AS 11AMR-BB BUMPER TO BUMPER Aluminum Material Rack For 11' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $5,625.00 K BUY ATR Aluminum overhead truck rack without side rails, full size trucks only (INSTALLED).$1,885.00 K BUY ATR-S Aluminum overhead truck rack WITH side rails, full size trucks only (INSTALLED).$2,740.00 AJ CONE Simple wire framed cone holder, mounted to center of front bumper (unless otherwise specified).$95.00 K ATR 1215-LONG ATR Accessory Cross Members Long Beds $210.00 AJ OHMR-1000 Kargo Master Pro II HD overhead truck rack, powder coated modular, 1000lb.$1,665.00 AJ OHMR-1700 Kargo Master Pro II HD overhead truck rack, powder coated modular, 1700lb.$2,290.00 WG1425-3 WeatherGuard single side muoted ladder rack for utility bodies.$1,610.00 AS UNIV-BIN SERVICE BODY OPTION: HD Aluminum Fitting Bin 84" long with welded in dividers eveney spaced. Can be mounted on-top. Will not work with flip top boxes. Custom dimensions availble upon request $1,185.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TOOL BOXES ATB-14 HD Aluminum tool box with standard height single lid and 14'' depth.$535.00 ATB-18 HD Aluminum tool box with standard height single lid and 18'' depth.$575.00 ATB-18-LP HD Aluminum tool box with low-profile single lid and 18'' depth.$625.00 ATB-18-LP-BLACK -BLACK - Dealer Provided HD Aluminum Diamond Plate Low Pro Tool Box 18'' Depth.$640.00 SMB-48 (2) side mounted 48'' tool boxes with standard height lids.$925.00 SMB-68 (2) side mounted 68'' tool boxes with standard height lids.$970.00 SMB-72 (2) side mounted 72'' tool boxes with standard height lids.$1,080.00 3BOX SWB Includes standard height 18'' depth saddle box with single lid and (2) 48'' bed rail mounted standard height side tool boxes.$1,555.00 3BOX LWB Includes standard height 18'' depth saddle box with single lid and (2) 72'' bed rail mounted standard height side tool boxes.$1,715.00 WG ATB-GULL WEATHERGUARD model 114-0-01 gull wing extra wide aluminum diamond plate tool box, installed.$1,615.00 48TB 48'' Chest Tool Box mounted against bulkhead in utility body.$540.00 BOX REMOVAL D-BOX REMOVE FACTORY PICKUP BOX & HAVEST CAMERA FOR RE-INSTALLATION IN AFTERMARKET EQUIPMENT.$325.00 CAB STEPS STEP3-REG 3'' black tubular cab step for regular cab pickup.$545.00 STEP3-EXT 3'' black tubular cab step for extended cab pickup.$470.00 STEP3-CREW 3'' black tubular cab step for crew cab pickup.$475.00 FUEL TANKS ATI FNT42 Aluminum Tank Industries 42 gallon fuel and tool combo (48.5" wide, 19" tall, 21" deep)includes GPI 12v 15gpm fuel transfer pump, GPI filter kit, GPI Digital fuel meter, and standard hose with automatic nozzle. Includes freight and installation.$2,570.00 ATI FNT50 Aluminum Tank Industries 47 gallon fuel and tool combo (36.5" wide, 30" tall, 18" deep)includes GPI 12v 15gpm fuel transfer pump, GPI filter kit, GPI Digital fuel meter, and standard hose with automatic nozzle. Includes freight and installation.$2,495.00 ATI FNT95 Aluminum Tank Industries 95 gallon fuel and tool combo (48.5" wide, 30" tall, 18" deep)includes GPI 12v 15gpm fuel transfer pump, GPI filter kit, GPI Digital fuel meter, and standard hose with automatic nozzle. Includes freight and installation.$2,765.00 ATI SPLIT110 Aluminum Tank Industries split 55/55 dual liquid fuel tank (48.5" wide, 24" tall, 24" deep)includes GPI 12v 15gpm fuel transfer pump, GPI filter kit, GPI Digital fuel meter, and standard hose with automatic nozzle. Includes freight and installation.$3,675.00 ATI TTL100 Aluminum Tank Industries 100 gallon L-shaped fuel tank ONLY (60" wide, 26" tall, 33" deep)includes GPI 12v 15gpm fuel transfer pump, GPI filter kit, GPI Digital fuel meter, and standard hose with automatic nozzle. Includes freight and installation.$2,030.00 ATI TTL50 Aluminum Tank Industries 47 gallon L-shaped fuel tank ONLY (36.25" wide, 18" tall, 28" deep)includes GPI 12v 15gpm fuel transfer pump, GPI filter kit, GPI Digital fuel meter, and standard hose with automatic nozzle. Includes freight and installation.$2,030.00 ATI TTL80 Aluminum Tank Industries 80 gallon L-shaped fuel tank ONLY (48.5" wide, 26" tall, 28" deep)includes GPI 12v 15gpm fuel transfer pump, GPI filter kit, GPI Digital fuel meter, and standard hose with automatic nozzle. Includes freight and installation.$2,030.00 ATI TTL95 Aluminum Tank Industries 95 gallon L-shaped fuel tank ONLY (48.5" wide, 26" tall,33" deep)includes GPI 12v 15gpm fuel transfer pump, GPI filter kit, GPI Digital fuel meter, and standard hose with automatic nozzle. Includes freight and installation.$2,030.00 ATI TTR110 Aluminum Tank Industries 110 gallon rectangle fuel tank ONLY (48.5" wide, 24" tall, 24" deep)includes GPI 12v 15gpm fuel transfer pump, GPI filter kit, GPI Digital fuel meter, and standard hose with automatic nozzle. Includes freight and installation.$2,250.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ATI TTR38 Aluminum Tank Industries 38 gallon rectangle fuel tank ONLY (48.5" wide, 19" tall, 11" deep)includes GPI 12v 15gpm fuel transfer pump, GPI filter kit, GPI Digital fuel meter, and standard hose with automatic nozzle. Includes freight and installation.$2,020.00 ATI TTR42 Aluminum Tank Industries 42 gallon rectangle fuel tank ONLY (48.5" wide, 12" tall, 19" deep)includes GPI 12v 15gpm fuel transfer pump, GPI filter kit, GPI Digital fuel meter, and standard hose with automatic nozzle. Includes freight and installation.$2,040.00 ATI TTR50 Aluminum Tank Industries 50 gallon rectangle fuel tank ONLY (36" wide, 18" tall, 19" deep)includes GPI 12v 15gpm fuel transfer pump, GPI filter kit, GPI Digital fuel meter, and standard hose with automatic nozzle. Includes freight and installation.$2,010.00 TF 70BLM TRANSFER FLOW BRAND 70 Gallon Refueling Tank and Tool Box Combo -BLACK- (73'' L x 24.5'' W x 27.25'' H). Comes with 12-volt GPI fuel pump, 12 ft. hose, nozzle, fuel cap, wiring harness with cab-mounted power switch, and mounting hardware. ***Does not fit on 2013-24 Ram short bed pickups. (Includes Freight and Installation) $4,780.00 GENERAL 5GCR WATER COOLER RACK & 5 GAL WATER CASK, INSTALLED.$220.00 BOLT2 (2) BOLT lock pad locks, keyed to vehicle ignition key.$125.00 AJ D-BOX REMOVE FACTORY PICKUP BOX FOR AFTERMARKET BODY INSTALLATION.$195.00 9L7-INST GM UPFITTER SWITCH INSTALL.$195.00 AJ BEDLIGHT Alan Jay to furnish and install bed ligting, with an illuminated switch in the end of bed.$315.00 AJ BSWH CONE FURNISH AND INSTALL BUYERS PRODUCTS TCH14V - SWING AWAY HORIZONTAL BUMPER MOUNT TRAFFIC CONE HOLDER, SECURLY HOLDS UP TO 12 CONES $770.00 LINERS AND COATINGS VANS UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00 HD SOB-VAN HD Scorpion spray on bed liner applied to floor surface of cargo area including approximately 6'' up the side walls and partition of cargo van.$970.00 TRUCKS PBL Plastic bed liner.$340.00 UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00 HD SOB SH HD Scorpion spray on bed liner (short bed) under rail.$760.00 HD SOB LG HD Scorpion spray on bed liner (long bed) under rail.$855.00 HD USOB HD Scorpion spray on bed liner applied inside cargo area of 8' & 9' utility body.$855.00 HD USOB-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 8' & 9' utility body.$1,180.00 HD USOB-11 HD Scorpion spray on bed liner applied inside cargo area of 11' utility body.$1,000.00 HD USOB-11-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 11' utility body.$1,290.00 HD SOB-BUMP HD Scorpion spray on bed liner applied to bumper only.$345.00 HD SOB-COMP HD Scorpion spray on bed liner applied to inside of horizontal compartments and inside surface of lid on utility body, both sides.$525.00 CHASSIS UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00 HD SOB-FLAT HD Scorpion spray on bed liner applied to surface of 8' & 9' flat bed.$995.00 HD SOB-11-FLAT HD Scorpion spray on bed liner applied to surface of 11' & 12' flat bed.$1,035.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION HD SOB-16-FLAT HD Scorpion spray on bed liner applied to surface of 14' & 16' flat bed.$1,395.00 HD SOB-18-FLAT HD Scorpion spray on bed liner applied to surface of 18' & 20' flat bed.$1,540.00 FLEET ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LOW ROOF CARGO VAN GM PARTITION AWV GM-PART Adrian Partition Perforated top Center & Passenger Panels for GM Full Size Vans ( no door ). Furnished and installed by Adrian.$975.00 AWV GM-PART-DOOR Adrian Partition Perforated Top Center & Passenger Panels for GM Full Size Vans ( w/door ). Furnished and installed by Adrian.$1,130.00 40640 + 406GM + 40620 GM Express Roof Partition with perforated center/passenger side panels & door latch kit.$1,150.00 AWV PARGM-NW Adrian Composite Partition for GM Full Size Vans (No Window). Furnished and installed by Adrian.$1,765.00 AWV PARGM Adrian Composite Partition for GM Full Size Vans (With Window). Furnished and installed by Adrian.$1,795.00 AWV 5384G Adrian Poly Liner with Partition & Door for GM Full Size Van Std WB. Furnished and installed by Adrian.$4,190.00 TRANSIT PARTITION AWV PARFTL Adrian Composite Partition PARFTL for Ford Full Size Cargo Van Low Roof Includes Wing Kit With Window furnished and installed by Adrian. $1,795.00 AWV PARFTL-NW Adrian Composite Partition PARFTL-NW for Ford Full Size Cargo Van Composite Partition Low Roof Includes Wing Kit No Window furnished and installed by Adrian.$1,765.00 40640 + 40649TL + 40620 Ford Transit Low Roof Partition with perforated center/passenger side panels & door latch kit.$1,190.00 AWV S1M2C2FSV Adrian Partition S1M2C2FSV Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Low Roof ( no doo+B5r ) furnished and installed by Adrian.$1,135.00 AWV S1M2HC2FSV Adrian Partition S1M2HC2FSV Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Low Roof ( w/door ) furnished and installed by Adrian.$1,285.00 PROMASTER PARTITION AWV S1M2C2PM Adrian Ram ProMaster Partition and Wing Kit (no door) Perforated Top Center & Passenger Panels furnished and installed by Adrian.$1,405.00 AWV S1M2HC2PM Adrian Ram ProMaster Partition and Wing Kit (w/door) Perforated Top Center & Passenger Panels furnished and installed by Adrian.$1,535.00 40651 + 4064P + 40620 ProMaster Low/High Roof Partition with perforated center/passenger side panels & door latch kit.$1,315.00 WINDOW SCREENS AWV SCREEN-FTL2 Adrian 60-134/60-135 window security screens, both rear doors, Ford Transit Low Roof furnished and installed by Adrian $315.00 GM SHELVING PACKAGES 4001C HOLMAN (fka KARGO MASTER) BASE 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3 $3,880.00 4013C HOLMAN (fka KARGO MASTER) BASE 46'' H SHELVES - GM 155'' WB 40640 Partition - Perforated, 406GM Partition Wing Kit - GM x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3 $4,345.00 4003C HOLMAN (fka KARGO MASTER) COMMERCIAL BIN 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48180 Shelf Unit - Shelf Lip 20'' L x 1 $6,940.00 4004C HOLMAN (fka KARGO MASTER) GENERAL SERVICE 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $5,255.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 4005C HOLMAN (fka KARGO MASTER) ELECTRICAL CONTRACTOR 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $7,375.00 4006C HOLMAN (fka KARGO MASTER) HVAC 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated, 406GM Partition Wing Kit - GM x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 2, 40080 Drawer Cabinet - 3 Drawers x 1, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1 $7,675.00 AWV BASE-GM-135 Adrian Base Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space for Full Size CHEVY EXPRESS / GMC SAVANA 135'' Wheel Base furnished and installed by Adrian. $4,165.00 AWV BASE-GM-155 Adrian Base Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space for Full Size CHEVY EXPRESS / GMC SAVANA 155'' Wheel Base furnished and installed by Adrian. $4,515.00 AWV BASE-GM-135-B Adrian General Service Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space for Full Size CHEVY EXPRESS / GMC SAVANA 135'' Wheel Base furnished and installed by Adrian. $5,120.00 AWV BASE-GM-155-B Adrian General Service Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space for Full Size CHEVY EXPRESS / GMC SAVANA 155'' Wheel Base furnished and installed by Adrian. $5,715.00 AWV ELEC-GM-135 Adrian Electrical Shelving Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space for Full Size CHEVY EXPRESS / GMC SAVANA 135'' Wheel Base furnished and installed by Adrian. $6,650.00 AWV ELEC-GM-155 Adrian Electrical Shelving Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space for Full Size CHEVY EXPRESS / GMC SAVANA 155'' Wheel Base furnished and installed by Adrian. $7,700.00 AWV HVAC-GM-135-B Adrian HVAC Shelving Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space for Full Size CHEVY EXPRESS / GMC SAVANA 135'' Wheel Base furnished and installed by Adrian. $6,510.00 AWV HVAC-GM-155-B Adrian HVAC Shelving Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space for Full Size CHEVY EXPRESS / GMC SAVANA 155'' Wheel Base furnished and installed by Adrian. $7,255.00 FORD SHELVING PACKAGES 40TLL HOLMAN (fka KARGO MASTER) BASE 46'' H SHELVES - TRANSIT 148'' WB LOW ROOF 40640 Partition - Perforated, 406TL Partition Wing Kit - Transit Low Roof x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3 $4,390.00 40TRL HOLMAN (fka KARGO MASTER) BASE 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3 $3,920.00 41TLL HOLMAN (fka KARGO MASTER) GENERAL SERVICE 46'' H SHELVES - TRANSIT 148'' WB LOW ROOF 40640 Partition - Perforated, 406TL Partition Wing Kit - Transit Low Roof x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $5,830.00 41TLM HOLMAN (fka KARGO MASTER) GENERAL SERVICE 60'' H SHELVES - TRANSIT 148'' WB MID ROOF 40651 Partition - Perforated, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40310 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $8,980.00 42TLL HOLMAN (fka KARGO MASTER) ELECTRICAL CONTRACTOR 46'' H SHELVES - TRANSIT 148'' WB LOW ROOF 40640 Partition - Perforated, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 2 $8,080.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 43TRL HOLMAN (fka KARGO MASTER) COMMERCIAL BIN 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48180 Shelf Unit - Shelf Lip 20'' L x 1 $4,420.00 44TRL HOLMAN (fka KARGO MASTER) GENERAL SERVICE 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40010 Shelf Door Kit 42'' W x 2, 40060 Hook 3 Prong ''J'' x 2, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $5,295.00 45TLL HOLMAN (fka KARGO MASTER) HVAC 46'' H SHELVES - TRANSIT 148'' WB LOW ROOF 40640 Partition - Perforated, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 2, 40080 Drawer Cabinet - 3 Drawers x 1, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 2 $8,415.00 45TRL HOLMAN (fka KARGO MASTER) ELECTRICAL CONTRACTOR 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $6,935.00 46TRL HOLMAN (fka KARGO MASTER) HVAC 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 2, 40080 Drawer Cabinet - 3 Drawers x 1, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $8,465.00 AWV BASE-FT-LR130 Adrian Base Commercial Shelving Package for Full Size Transit Cargo Low Roof 130'' Wheel Base furnished and installed by Adrian.$4,065.00 AWV BASE-FT-LR148 Adrian Base Commercial Shelving Package for Full Size Transit Cargo Low Roof 148'' Wheel Base furnished and installed by Adrian.$4,285.00 AWV GEN-FT-LR130-B Adrian General Service Shelving Package for Full Size Transit Cargo Low Roof 130'' Wheel Base furnished and installed by Adrian.$5,290.00 AWV GEN-FT-LR148-B Adrian General Service Shelving Package for Full Size Transit Cargo Low Roof 148'' Wheel Base furnished and installed by Adrian.$6,190.00 AWV ELEC-FT-LR130 Adrian Electrical/Gas Shelving Package for Full Size Transit Cargo Low Roof 130'' Wheel Base furnished and installed by Adrian.$6,510.00 AWV ELEC-FT-LR148 Adrian Electrical/Gas Shelving Package for Full Size Transit Cargo Low Roof 148'' Wheel Base furnished and installed by Adrian.$7,470.00 AWV HVAC-FT-LR130-B Adrian HVAC Shelving Package for Full Size Transit Cargo Low Roof 130'' Wheel Base furnished and installed by Adrian.$6,870.00 AWV HVAC-FT-LR148-B Adrian HVAC Shelving Package for Full Size Transit Cargo Low Roof 148'' Wheel Base furnished and installed by Adrian.$7,135.00 RAM SHELVING PACKAGES 40PMS HOLMAN (fka KARGO MASTER) BASE 60'' H SHELVES - PROMASTER 118'' & 136'' WB LOW/HIGH ROOF 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3 $5,185.00 41PMS HOLMAN (fka KARGO MASTER) GENERAL SERVICE 60'' H SHELVES - PROMASTER 118'' & 136'' WB LOW ROOF 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40311 Small Parts Shelf Bin - 10'' W Plastic x 4, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $6,470.00 42PMS HOLMAN (fka KARGO MASTER) ELECTRICAL CONTRACTOR 60'' H SHELVES - PROMASTER 136'' WB LOW/HIGH ROOF 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40311 Small Parts Shelf Bin - 10'' W Plastic x 8, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $7,595.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 45PMS HOLMAN (fka KARGO MASTER) HVAC 60'' H SHELVES - PROMASTER 136'' WB LOW/HIGH ROOF 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40102 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40270 Hanging File Holder x 1, 40311 Small Parts Shelf Bin - 10'' W Plastic x 4, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $7,215.00 AWV GEN-PM-LR136-B Adrian General Service Shelving Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space for Ram Promaster Low Roof 136' Wheel Base furnished and installed by Adrian. $6,125.00 AWV HVAC-PM-LR136 Adrian HVAC Shelving Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space for Ram Promaster Low Roof 136'' Wheel Base furnished and installed by Adrian.$7,650.00 AWV ELE-PM-LR136 Adrian Electrical Shelving Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space for Ram Promaster Low roof 136'' Wheel Base furnished and installed by Adrian.$7,295.00 GM LADDER RACKS AWV RRBGMW Adrian Rear Roll Down Ladder Rack for GM Full Size Van. Furnished and installed by Adrian.$395.00 AWV GM 2B6W Adrian Aluminum 2- Bar Utility Rack for GM Full Size Van. Furnished and installed by Adrian.$910.00 AWV GM 3B6W Adrian Aluminum 3- Bar Utility Rack for GM Full Size Van. Furnished and installed by Adrian.$1,370.00 AWV GL61GM Adrian Grip Lock Single Lock Down Ladder Rack for GM Full Size Van. Furnished and installed by Adrian.$985.00 AWV GL63GM Adrian Grip Lock Double Lock Down Ladder Rack for GM Full Size Van. Furnished and installed by Adrian.$1,430.00 AWV PLS61GM Adrian Single Slide Down Ladder Rack for GM Full Size Van. Furnished and installed by Adrian.$1,850.00 AWV PLS63GM Adrian Double slide Down Ladder Rack for GM Full Size Van. Furnished and installed by Adrian.$3,195.00 4082L + 408CC GM Express/Savana - Single Clamp & Lock Ladder Rack (Curb Side Only)$1,260.00 4082L + 408CC + 4081L GM Express/Savana - Dual Clamp & Lock Mechanism $1,775.00 4092L + 409CD GM Express/Savana - Single Drop Down Ladder Rack (Curb Side Only)$2,270.00 4092L + 409CD + 40963 GM Express/Savana - Dual Drop Down Mechanism $3,730.00 FORD LADDER RACKS AWV 3BARRFT-W Adrian 3- Bar Ladder rack Utility Rack Ford Full Size Transit Cargo Low Roof Rack furnished and installed by Adrian.$1,730.00 AWV 2BARRFT-W Adrian 2- Bar Ladder rack Utility Rack with Rear Roller Bar Ford Full Size Transit Cargo Low Roof Rack furnished and installed by Adrian.$1,310.00 AWV GL61TL Adrian Single Lock Down GripLock Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Adrian.$1,355.00 AWV GL63TL Adrian Double Lock Down GripLock Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Adrian.$1,795.00 AWV PLS61TL Adrian Single Slide Down Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Adrian. $2,215.00 AWV PLS63TL Adrian Double Slide Down Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Adrian.$3,560.00 4092L + 409TD Ford Transit Low Roof - Single Drop Down Ladder Rack (Curb Side Only)$2,440.00 4082L + 408TC + 4081L Ford Transit Low Roof - Dual Clamp & Lock Mechanism $1,935.00 4092L + 409TD + 40963 Ford Transit Low Roof - Dual Drop Down Mechanism $3,900.00 RAM LADDER RACKS AWV PM 3B6W RRB Adrian 3- Bar Rack Ladder Racks Full Size Van Aluminum Utility Rack Ram ProMaster ( Standard Roof ) furnished and installed by Adrian.$1,820.00 AWV PLM61PL Adrian Single Drop Down Ladder Racks Full Size Ram ProMaster ( 118'' WB ) furnished and installed by Adrian.$2,985.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AWV PLM63PL Adrian Double Drop Down Ladder Racks Full Size Ram ProMaster ( 118'' WB ) furnished and installed by Adrian.$4,735.00 4097M + 4081P ProMaster Low Roof - Single Drop Down Ladder Rack (Curb Side Only)$2,705.00 4097M + 4081P + 40983 ProMaster Low Roof - Dual Low Roof - Drop Down Mechanism $4,255.00 MEDIUM ROOF CARGO VAN TRANSIT PARTITIONS AWV S1M2HC2TRM Adrian Partition S1M2HC2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Medium Roof (w/door ) furnished and installed by Adrian.$1,530.00 40660 + 40669TM + 40620 Ford Transit Mid/ Roof Partition with perforated center/passenger side panels & door latch kit.$1,360.00 AWV S1M2C2TRM Adrian Partition S1M2HC2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Medium Roof (no door ) furnished and installed by Adrian.$1,395.00 TRANSIT SHELVING PACKAGES 40TLM HOLMAN (fka KARGO MASTER) BASE 60'' H SHELVES - TRANSIT 148'' WB MID ROOF 52″Adjustable Tall Shelf Unit [52″ Width x 60″ Height x 14″ Depth] (48524) x 3 Van Interior Partition x 1 Ford Transit Mid/High Roof Partition Kit: (40651+406TH) $5,590.00 40TRM HOLMAN (fka KARGO MASTER) BASE 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3 $5,100.00 41TRM HOLMAN (fka KARGO MASTER) GENERAL SERVICE 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40311 Small Parts Shelf Bin - 10'' W Plastic x 4, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $6,255.00 42TLM HOLMAN (fka KARGO MASTER) ELECTRICAL CONTRACTOR 60'' H SHELVES - TRANSIT 148'' WB MID ROOF 40651 Partition - Perforated, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40311 Small Parts Shelf Bin - 10'' W Plastic x 10, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $8,085.00 42TRM HOLMAN (fka KARGO MASTER) ELECTRICAL CONTRACTOR 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40311 Small Parts Shelf Bin - 10'' W Plastic x 8, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $7,315.00 54TLM HOLMAN (fka KARGO MASTER) HVAC 60'' H SHELVES - TRANSIT 146'' WB MID ROOF 40651 Partition - Perforated, 40669TM Partition Wing Kit - Transit Mid Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40102 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40270 Hanging File Holder x 1, 40311 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $8,430.00 45TRM HOLMAN (fka KARGO MASTER) HVAC 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated, 40669TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40102 Re frigerant Tank Rack - 3 Tier x 1, 40270 Hanging File Holder x 1, 40060 Hook 3 Prong ''J'' x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 40311 Small Parts Shelf Bin - 10'' W Plastic x 1 $6,735.00 AWV BASE-FT-MR130 Adrian Base Commercial Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Adrian.$4,770.00 AWV BASE-FT-MR148 Adrian Base Commercial Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Adrian.$5,290.00 AWV GEN-FT-MR130-B Adrian General Service Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Adrian.$6,015.00 AWV GEN-FT-MR148-B Adrian General Service Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Adrian.$7,195.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AWV HVAC-FT-MR130-B Adrian HVAC Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Adrian.$7,565.00 AWV HVAC-FT-MR148-B Adrian HVAC Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Adrian.$7,880.00 AWV ELEC-FT-MR130 Adrian Electrical Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Adrian.$7,215.00 AWV ELEC-FT-MR148 Adrian Electrical Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Adrian.$8,475.00 TRANSIT LADDER RACKS AWV PLM61TM Adrian Single Slide Max Down Ladder rack Ford Full Size Transit Cargo Med Roof furnished and installed by Adrian. $2,665.00 AWV PLM63TM Adrian Double Slide Down Max Ladder rack Ford Full Size Transit Cargo Med Roof furnished and installed by Adrian.$4,460.00 4097M + 4081T Ford Transit Mid Roof - Single EZ Drop Down Ladder Rack (Passenger Side)$3,270.00 4097M + 4081T + 40983 Ford Transit Mid Roof - Dual EZ Drop Down Mechanism $5,370.00 WINDOW SCREENS AWV SCREEN-FTMH2 Adrian 60-132/60-133 window security screens, both rear doors, Ford Transit mid/high roof furnished and installed by Adrian.$380.00 HIGH ROOF CARGO VAN TRANSIT PARTITIONS AWV S1M2C2TR Adrian Partition S1M2C2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van High Roof ( no door ) furnished and installed by Adrian.$1,415.00 AWV S1M2HC2TRH Adrian Partition S1M2HC2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van High Roof ( w/door ) furnished and installed by Adrian.$1,550.00 40660 + 40669TH + 40620 Ford Transit High Roof Partition with perforated center/passenger side panels & door latch kit.$1,405.00 TRANSIT SHELVING PACKAGES AWV BASE-FT-HR148 Adrian Base Commercial Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Adrian.$5,580.00 AWV BASE-FT-HR148X Adrian Base Commercial Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Adrian.$6,970.00 AWV GEN-FT-HR148 Adrian General Service Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Adrian.$6,745.00 AWV Gen-FT-HR148X Adrian General Service Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Adrian.$8,375.00 AWV HVAC-FT-HR148 Adrian HVAC Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Adrian.$8,345.00 AWV HVAC-FT-HR148X Adrian HVAC Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Adrian.$9,500.00 AWV ELEC-FT-HR148 Adrian Electrical/Gas Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Adrian.$8,840.00 AWV ELEC-FT-HR148X Adrian Electrical/Gas Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Adrian.$10,395.00 PROMASTER SHELVING PACKAGES 40PML HOLMAN (fka KARGO MASTER) BASE 60'' H SHELVES - PROMASTER 159'' WB HIGH ROOF 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3 $5,615.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 41PML HOLMAN (fka KARGO MASTER) GENERAL SERVICE 60'' H SHELVES - PROMASTER 159'' WB HIGH ROOF 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40311 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $6,960.00 42PML HOLMAN (fka KARGO MASTER) ELECTRICAL CONTRACTOR 60'' H SHELVES - PROMASTER HIGH ROOF 159'' WB 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40311 Small Parts Shelf Bin - 10'' W Plastic x 10, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $8,185.00 45PML HOLMAN (fka KARGO MASTER) HVAC 60'' H SHELVES - PROMASTER HIGH ROOF 159'' WB 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40102 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40270 Hanging File Holder x 1, 40311 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $7,735.00 AWV GEN-PM-HR159-B Adrian General Service Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space for Ram Promaster High Roof 159'' Wheel Base furnished and installed by Adrian.$7,560.00 AWV ELE-PM-HR159 Adrian Electrical Shelving Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space for Ram Promaster High Roof 159'' Wheel Base furnished and installed by Adrian.$9,455.00 AWV HVAC-PM-HR159 Adrian HVAC Shelving Package with Next Generation Shelving made with High Strength Steel for greater weight capacity and engineered to eliminated dead space forRam Promaster High Roof 159'' Wheel Base furnished and installed by Adrian.$9,665.00 TRANSIT LADDER RACKS 4099H + 409TD Ford Transit High Roof - Single EZ Drop Down Ladder Rack (Passenger Side)$3,270.00 4099H + 409TD + 40913 Ford Transit High Roof - Dual EZ Drop Down Mechanism $5,370.00 PROMASTER LADDER RACKS AWV PLM61PL136 Adrian Single Drop Down Ladder Racks Full Size Ram ProMaster ( 136'''' WB ) furnished and installed by Adrian.$3,020.00 AWV PLM63PL136 Adrian Double Drop Down Ladder Racks Full Size Ram ProMaster ( 136'' WB ) furnished and installed by Adrian.$4,770.00 4099H + 4081P ProMaster High Roof - Single EZ Drop Down Ladder Rack (Passenger Side)$3,355.00 4099H + 4081P + 40913 ProMaster High Roof - Dual EZ Drop Down Mechanism $5,455.00 WINDOW SCREENS AWV SCREEN-FTMH2 Adrian 60-132/60-133 window security screens, both rear doors, Ford Transit mid/high roof furnished and installed by Adrian.$380.00 E-TRANSIT ADD ON AWV MFKFT130 KK-Plus Phenolic Resin Textured black coated Birch Floor with mounting floor plate for E-Transit 130" Wheelbase furnished and installed by Adrian.$1,910.00 AWV MFKFT148 KK-Plus Phenolic Resin Textured black coated Birch Floor with mounting floor plate for E-Transit 148" Wheelbase furnished and installed by Adrian.$2,115.00 AWV MFKFT148X KK-Plus Phenolic Resin Textured black coated Birch Floor with mounting floor plate for E-Transit 148X" Wheelbase furnished and installed by Adrian.$2,455.00 ADVANCED WORK VANS ACC AWV 4LED-A Four Corner LED Kit, with (2) LED's installed in front grille/bumper & (2) LED's installed on rear bumper or body depending on vehicle (AMBER) furnished and installed by Adrian.$1,530.00 AWV 4LED-AW Four Corner LED Kit, with (2) LED's installed in front grille/bumper & (2) LED's installed on rear bumper or body depending on vehicle (AMBER/WHITE) furnished and installed by Adrian.$1,530.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AWV 4LED-W Four Corner LED Kit, with (2) LED's installed in front grille/bumper & (2) LED's installed on rear bumper or body depending on vehicle (WHITE) furnished and installed by Adrian.$1,530.00 AWV SOB-VAN Van floor spray on bedliner, provides coverage of the entire cargo floor and lower section of walls and partition.$1,950.00 AWV TS-1500 VANNER 1500 Watt Pure Sine Power Inverter w/ Wiring harness and Circuit Breaker mounted to back of partition, passenger side furnished and installed by Adrian.$2,435.00 AWV 2DRAWER-18 Adrian 2-Drawer High Capacity, 18"w x 11-3/8"h x 14"d, Blue, Gray installed by Adrian $410.00 AWV 3DRAWER-18 Adrian 3-Drawer High Capacity, 18"w x 11-3/8"h x 14"d, Blue, Gray installed by Adrian $500.00 AWV 4DRAWER-18 Adrian 4-Drawer High Capacity, 18"w x 11-3/8"h x 14"d, Blue, Gray installed by Adrian $585.00 AWV 2DRAWER-24 Adrian 2-Drawer High Capacity, 24"w x 11-3/8"h x 14"d, Blue, Gray installed by Adrian $445.00 AWV 3DRAWER-24 Adrian 3-DrawerHigh Capacity, 24"w x 11-3/8"h x 14"d, Blue, Gray installed by Adrian $550.00 AWV 4DRAWER-24 Adrian, 4-Drawer High Capacity, 24"w x 11-3/8"h x 14"d, Blue, Gray installed by Adrian $625.00 DRY FREIGHT BOXES 12' ALUMINUM BOX K CUT 12 AL KNAPHEIDE 12' Aluminum 96''X84'' Cutaway, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,560.00 K DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00 AF CUT 12 AL J & B Aluminum 12' L x 96" W x 84" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $13,670.00 AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$375.00 FB CUT 12 AL FB Aluminum 12' L x 96" W x 84" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,245.00 FB DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$340.00 14' ALUMINUM BOX K CUT 14 AL KNAPHEIDE 14' Aluminum 96''X84'' Cutaway, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,045.00 K DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00 AF CUT 14 AL J & B Aluminum 14' L x 96" W x 96" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $15,230.00 AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$375.00 FB CUT 14 AL FB Aluminum 14' L x 96" W x 96" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,510.00 FB DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$340.00 16' ALUMINUM BOX K CUT 16 AL KNAPHEIDE 16' Aluminum 96''X84'' Cutaway, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,355.00 K DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF CUT 16 AL J & B Aluminum 16' L x 96" W x 96" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $21,340.00 AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$375.00 FB CUT 16 AL FB Aluminum 16' L x 96" W x 96" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $19,965.00 FB DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$340.00 18' ALUMINUM BOX AF CUT 18 AL J & B Aluminum 18' L x 96" W x 96" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $22,055.00 AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$375.00 FB CUT 18 AL FB Aluminum 18' L x 96" W x 96" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $19,980.00 FB DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$340.00 PRISONER TRANPORT SYSTEMS SINGLE COMPARTMENT AA 1-REG COMP PTS American Aluminum SINGLE compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van). $19,195.00 AA 1-EXT COMP PTS American Aluminum SINGLE compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van). $20,205.00 AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,545.00 AA CUSH-1 American Aluminum seat cushions for 1 or 2 compartment prisoner transport systems.$3,355.00 AA INTERCOM-1 American Aluminum intercom system for SINGLE compartment transport system.$800.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$4,085.00 AA CONSOLE American Aluminum console box $875.00 AA REAR American Aluminum rear step.$1,225.00 TWO COMPARTMENT AA 2-REG COMP PTS American Aluminum TWO compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van). $19,195.00 AA 2-EXT COMP PTS American Aluminum TWO compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van). $20,205.00 AA SDD American Aluminum solid drop doors to block all visibility between compartments.$340.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,545.00 AA CUSH-1 American Aluminum seat cushions for 1 or 2 compartment prisoner transport systems.$3,355.00 AA CAMERA-2 American Aluminum TWO compartment camera system includes: (2) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$2,790.00 AA INTERCOM-2 American Aluminum intercom system for TWO compartment transport system.$1,180.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$4,085.00 AA CONSOLE American Aluminum console box $875.00 AA REAR American Aluminum rear step.$1,225.00 THREE COMPARTMENT MW ADA PRISONER MOBILITY WORKS WHEEL CHAIR LIFT, Shoulder Track -Pair-Full Length Shoulder tracks on driver and passenger side, Q-Straint Slide and Click 4-button wheelchai securement system with retractable lap and shoulder belts (LEVEL 3) Braun automatic ADA Lift, 34'' x 51'' platform, Century Seriies Model C919 IB, Side door mounted, ADA interlock, spot lights on lift, FMVSS 403 & 404 compliant - manual roll stop, Floor color black, Altro Floor Covering, in black - LWB Wagon LWB 3/4'' Plywood subfloor - MUST Use Q'Straint Slide and Click, vehicle prep, cleanup, QA payload, required certifications/lables, training CD's, emergency exit and no smoking stickers. $23,765.00 AA ADA PRISONER AMERICAN ALUMINUM 3 COMPARTMENT MODULE 2 rear compartments, 4 seats on each side. Includes: Rear step, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same. ***CARPETED FRONT BULKHEAD **INMATE TRANSPORT SOLID ESCAPE HATCHES FOR INMATE TRANSPORT * DROP DOWN DOORS * CUSTOM OPTION *Front compartmentwill be Wheelchair Lift compartment (REQUIRES FACTORY REAR HVAC & MID/HIGH ROOF VAN) - Requires MW ADA PRISONER. $22,990.00 AA 3-REG COMP PTS American Aluminum THREE compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van). $20,045.00 AA 3-EXT COMP PTS American Aluminum THREE compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van). $21,055.00 AA SDD American Aluminum solid drop doors to block all visibility between compartments.$340.00 AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,545.00 AA STORAGE American Aluminum under the front bench storage sytem for THREE compartment system.$2,020.00 AA SQUISH American Aluminum SQUISH seat for creating a single compartment on an as needed basis for THREE compartment systems.$2,065.00 AA CUSH-3 American Aluminum seat cushions for 3 or 4 compartment prisoner transport systems.$4,205.00 AA INTERCOM-3 American Aluminum intercom system for THREE compartment transport system.$1,560.00 AA CAMERA-3 American Aluminum THREE compartment camera system includes: (3) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$3,075.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$4,085.00 AA CONSOLE American Aluminum console box $875.00 AA REAR American Aluminum rear step.$1,225.00 AA SIDE American Aluminum side step.$1,225.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FOUR COMPARTMENT AA 4-REG COMP PTS American Aluminum FOUR compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van WITH dual sliding side cargo access doors). $20,045.00 AA 4-EXT COMP PTS American Aluminum FOUR compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van WITH dual sliding side cargo access doors). $21,055.00 AA SDD American Aluminum solid drop doors to block all visibility between compartments.$340.00 AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,545.00 AA CUSH-3 American Aluminum seat cushions for 3 or 4 compartment prisoner transport systems.$4,205.00 AA INTERCOM-4 American Aluminum intercom system for FOUR compartment transport system.$1,935.00 AA CAMERA-4 American Aluminum FOUR compartment camera system includes: (4) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$3,375.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$4,085.00 AA CONSOLE American Aluminum console box $875.00 AA REAR American Aluminum rear step.$1,225.00 AA SIDE American Aluminum side step.$1,225.00 RECYCLED PRISONER TRANSPORT SYSTEM AA UNINSTALL Uninstall customer provided prisoner transport system, includes transportation to-from Perry, FL.$2,680.00 AA CLEAN Sanitize customer provided prisoner transport system.$1,050.00 AA INSTALL Re-install customer provided prisoner transport system, includes transportation from Perry, FL.$2,680.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$4,085.00 AA REAR American Aluminum rear step.$1,225.00 AA SIDE American Aluminum side step.$1,225.00 PASSENGER VAN SCREEN SYSTEM AA EZ SCREEN American Aluminum EZ SCREEN system includes front partition with plexiglass covered 1-1/2'' punched mesh screen window and 1/2'' punched side / rear window guards.$6,650.00 AA PART American Aluminum additional partitions for EZ SCREEN system, please specity middle or rear.$2,410.00 AA SIDE American Aluminum side step.$1,225.00 COVERED VAN BODIES KNAPHEIDE KUV K KUV129SU-GM Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires VP7 and DEB or DHC) / Ford Econoline 138'' WB (requires 31H and 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $23,975.00 K KUV129SU-T Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera & remote keyless entry. To be mounted on Ford Transit (requires 31K and 541 or 545 or 543 or 544) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $25,545.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K KUV129SU-E Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires VP7 and DEB or DHC) / Ford Econoline 138'' WB (requires 31H and 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $19,210.00 K KUV129SH-T Knapheide 11' KUV 129SH SRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera & remote keyless entry. To be mounted on Ford Transit (requires 541 or 545 or 543 or 544) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $31,920.00 K KUV129SH-E Knapheide 11' KUV 129SH SRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires DEB or DHC) / Ford Econoline 138'' WB (requires 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $28,915.00 K KUV129DH-T Knapheide 11' KUV 129DH DRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera & remote keyless entry. To be mounted on Ford Transit (requires 541 or 545 or 543 or 544) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $32,195.00 K KUV129DH-E Knapheide 11' KUV 129DH DRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires DEB or DHC) / Ford Econoline 138'' WB (requires 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $30,455.00 KNAPHEIDE KUV ACCESSORIES K KUV CLIII Knapheide Class III hitch for Ford Transit with 7-pin round wire connector $935.00 K KUV CLV Knapheide Class V hitch for Express/Econoline with 7-pin round wire connector $865.00 K KUV NO-TOW TOW HITCH NOT AVAILABLE ON THIS MODEL $0.00 K KUV-3BOW Knapheide 3 bow ladder rack, installed.$1,140.00 K KUV-DDD Knapheide double drop down ladder rack, installed.$5,000.00 K KUV-RKE-E Knapheide power lock system for Econoline/Express KUV installation.$2,535.00 K KUV-SDD Knapheide single drop down ladder rack, installed.$2,585.00 DVA - READING CSV CUT DVA RVSL57-132AP SW 11'' Reading Steel Standard Line Ready Van enclosed service body factory powder coated white with 57'' height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $18,910.00 DVA RVSL75-132AP SW 11'' Reading Steel Standard Line Ready Van enclosed service body factory powder coated white with 75'' height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $19,640.00 DVA RVSL75-132AP DW 11'' Reading Steel Standard Line Ready Van enclosed service body factory powder coated white with 75'' height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req dual rear wheel Ford E series cutaway or GM Express cutaway chassis. $20,615.00 DVA AL-CVS57-132AP SW 11' Reading Aluminum CSV Classic service van powder coated white with pooched rear bumper & 57'' height (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $23,630.00 DVA AL-PSV57-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req RAM ProMaster cutaway with 136'' WB & single rear wheel. $23,630.00 DVA AL-CVS75-132AP SW 11' Reading Aluminum CSV Classic service van powder coated white with pooched rear bumper & 75'' height (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $24,340.00 DVA AL-PSV75-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 75'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req RAM ProMaster cutaway with 136'' WB & single rear wheel. $24,340.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DVA AL-CVS75-132AP DW 11' Reading Aluminum CSV Classic service van powder coated white with pooched rear bumper & 75'' height (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req dual rear wheel Ford E series cutaway or GM Express cutaway chassis $25,520.00 DVA 3BL RSV 132 3- Bar Ladder Rack $1,250.00 DVA - READING CSV CHASSIS DVA AL-TSC57-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & dual rear wheel. $23,040.00 DVA AL-TSC57-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & single rear wheel. $23,160.00 DVA AL-TSC72-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & dual rear wheel. $25,520.00 DVA AL-TSC72-132AP SW 11'Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & single rear wheel. $23,630.00 DVA AL-TSV57-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & dual rear wheel. $23,630.00 DVA AL-TSV57-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & single rear wheel. $23,395.00 DVA AL-TSV72-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & dual rear wheel. $25,520.00 DVA AL-TSV72-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & single rear wheel. $23,630.00 READING CORP CSV CUT AF SL132-RVAN75-DRW 11" Steel Standard Line Ready Van enclosed service body factory powder coated white with 75" height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req dual rear wheel Ford E series cutaway or GM Express cutaway chassis. $21,510.00 MASTERACK - READING LOW ROOF AF MR-PART-WOD-LR Standard Steel Partition, (No Door) Low Roof, installed.$1,265.00 AF MR-PART-WD-LR Standard Steel Partition, with Hinged Door, installed.$1,410.00 AF MR-BASE-LR Masterack Base shelving package with Partition ( No Door) Ford Transit, GM Low Roof $3,880.00 AF MR-CONT-LR Masterack Service Contractor shelving package with Partition Ford Transit, GM Low Roof $5,010.00 AF MR-ELEC-LR Masterack Electrician shelving package with Partition Ford Transit, GM Low Roof $6,715.00 AF MR-HVAC-LR Masterack HVAC shelving package with Partition Ford Transit, GM Low Roof LWB $6,765.00 AF MR-SDDLR-LR UPLYFT Ladder rack Single drop down, low roof, installed.$3,105.00 MEDIUM / HIGH ROOF AF MR-PART-WOD-MHR Steel partition for high/ medium roof with Hinged Door, installed.$1,445.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF MR-BASE-MHR Masterack Base shelving package with Partition Ford Transit, ProMaster, Sprinter LR Med/ High Roof $5,320.00 AF MR-CONT-MHR Masterack Service Contractor shelving package with Partition Ford Transit, ProMaster, Sprinter LR Med/ High Roof $6,715.00 AF MR-ELEC-MHR Masterack Electrician shelving package with Partition Ford Transit, ProMaster, Sprinter LR Med/ High Roof $8,200.00 AF MR-HVAC-MHR Masterack HVAC shelving package with Partition Ford Transit, Sprinter LR Med/ High Roof LWB $8,335.00 AF MR-SDDLR-MHR UPLYFT Ladder rack Single drop down, Medium Roof, installed.$3,375.00 AF MR-DDDLR-MHR UPLYFT Ladder Rack Double, medium roof, installed.$4,930.00 ACCESSORIES AF 1ST-AID FIRST AID KIT & Holder, Mounted behind driver seat $120.00 AF PIPE Conduit Tube 10" x 5" Aluminim $3,930.00 AF 2-BOW Two Bow Utility Carriers $540.00 AF UTILITY Utility Carriers $820.00 WEATHER GUARD - DVA DVA WG-GENSERV-LR Weather Guard - Powder Coated White - INC - Bulkhead, door kit, 2 driver side shelves I passenger side shelf $4,470.00 DVA WG-GENSERV-MHR Weather Guard - Powder Coated White - INC - Bulkhead, door kit, 2 driver side shelves I passenger side shelf $5,415.00 DVA WG-HVAC-PLUM-ELE-LR Weather Guard - Powder Coated White - INC - HVAC/Plumber/Electrition Bulkhead, door kit, 2 driver side shelves I passenger side shelf +++$7,170.00 DVA WG-SSDDLR Full size Van - Weather Guard - Aluminum Powder Coated White Single side Drop Down Ladder Rack $2,500.00 DVA WG-DDDLR Full size Van - Weather Guard - Aluminum Powder Coated White Double Drop Down Ladder Rack $4,375.00 DVA WG-3BAR Full size Van - Weather Guard - Powder Coated White 3 Bar Ladder Rack $1,185.00 VAN EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PICKUP TRUCK GATES Knapheide K LG13-PU Maxon C2-60-1342 TP27 1300 lb capacity pick up truck liftgate 55'' x 27''+ 4'' (includes credit for tailgate & duplicate STT lights).$5,055.00 K LG13-2PC-PU Maxon C2-60-1342 TP38 1300 lb capacity pick up truck liftgate 55'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$5,375.00 K LG15-PU Maxon C2-60-1542 TP27 1500 lb capacity pick up truck liftgate 55'' x 27''+ 4'' (includes credit for tailgate & duplicate STT lights).$5,375.00 K LG15-2PC-PU Maxon C2-60-1542 TP38 1500 lb capacity pick up truck liftgate 55'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$5,640.00 K CAMERA-LG REMOVE / REINSTALL FACTORY CAMERA IN LIFT GATE.$305.00 K REVERSE-LG REMOVE / RE-INSTALL FACTORY REVERSE SENSORS IN LIFT GATE $305.00 DVA DVA LG13-PU Maxon C2-60-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 55'' x 27''+ 4'' for Pickup Trucks (includes credit for tailgate & duplicate STT lights).$5,260.00 DVA LG13-PU-2PC Maxon C2-60-1342 TP38Direct Cylinder Lift 1300 lb Capacity 55'' x 38''+ 4'' 2- PC for Pickup Trucks (includes credit for tailgate & duplicate STT lights).$5,500.00 DVA CAMERA-LG REMOVE / REINSTALL FACTORY CAMERA IN LIFT GATE.$275.00 DVA REVERSE-LG REMOVE / RE-INSTALL FACTORY REVERSE SENSORS IN LIFT GATE $275.00 Reading AF LG13-PU Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 27"+ 4" for Pickup Trucks $7,145.00 AF LG13-PU-2PC Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 38"+ 4" 2- PC for Pickup Trucks $7,895.00 AF LG15-PU Tommy Dual Hyd Cylinder Lift 1500 lb Capacity 55" x 27"+ 4" for Pickup Trucks $7,440.00 AF LG15-PU-2PC Tommy Dual Hyd Cylinder Lift 1500 lb Capacity 55" x 38"+ 4" 2- PC for Pickup Trucks $8,130.00 AF CAMERA-LG FACTORY CAMERA INSTALL IN LIFT GATE $245.00 AF REVERSE-LG FACTORY REVERSE SENSOR RELOCATE TO LIFT GATE.$325.00 PREMIER TRUCK PTC LG13-PU Tommy Gate G2-60-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 55'' x 27''+ 4'' Pick-up Truck Liftgate $5,100.00 PTC LG13-2PC-PU Tommy Gate G2-60-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 55'' x 38''+ 4'' 2- PC Pick-up Truck Liftgate $5,385.00 PTC LG15-PU Tommy Gate G2-60-1542 TP27 Direct Cylinder Lift 1500 lb Capacity 55'' x 27''+ 4'' Pick-up Truck Liftgate $5,390.00 PTC LG15-2PC-PU Tommy Gate G2-60-1542 TP38 Direct Cylinder Lift 1500 lb Capacity 55'' x 38''+ 4'' 2- PC Pick-up Truck Liftgate $5,660.00 PTC CAMERA-LG REMOVE / REINSTALL FACTORY CAMERA IN LIFT GATE.$165.00 PTC REVERSE-LG REMOVE / RE-INSTALL FACTORY REVERSE SENSORS IN LIFT GATE $165.00 PTC LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$2,190.00 ABG FABRICATION ABG TG13-PU27 Tommy Gate G2-60-1342-TP 27, 1300 LB capacity, 27" platform, 4" taper, need year, make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,335.00 LIFT GATES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG TG13-PU38 Tommy Gate G2-60-1342-TP38, 1300 LB capacity, 38" platform, 4" taper, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,600.00 ABG TG13-PU42 Tommy Gate G2-60-1342-TP42, 1300 LB capacity, 42" platform, 7" taper, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,720.00 ABG TG13-PU27AL Tommy Gate G2-60-1342-EA27, 1300 LB capacity, 27" platform, 6" taper, aluminum platform, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $5,295.00 ABG TG13-PU38AL Tommy Gate G2-60-1342-EA38, 1300 LB capacity, 38" platform, 6" taper, aluminum platform, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $5,530.00 ABG TG13-PU48AL Tommy Gate G2-60-1342-EA48, 1300 LB capacity, 48" platform, 6" taper, aluminum platform, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $5,955.00 SMYRNA TRUCK CENTER FB CAMERA-LG FACTORY CAMERA INSTALL IN LIFT GATE $485.00 FB REVERSE-LG FACTORY REVERSE SENSOR RELOCATE TO LIFT GATE.$485.00 FB LG13-PU Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 27"+ 4" for Pickup Trucks $4,750.00 FB LG13-PU-2PC Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 38"+ 4" 2- PC for Pickup Trucks $5,020.00 FB LG15-PU Tommy Dual Hyd Cylinder Lift 1500 lb Capacity 55" x 27"+ 4" for Pickup Trucks $5,020.00 FB LG15-PU-2PC Tommy Dual Hyd Cylinder Lift 1500 lb Capacity 55" x 38"+ 4" 2- PC for Pickup Trucks $5,290.00 UTILITY BODY GATES Knapheide K LG13-SB Maxon C2-54-1342 TP27 1300 lb capacity service body lift gate 49'' x 27''+ 4'' (includes duplicate STT lights).$4,965.00 K LG13-2PC-SB Maxon C2-54-1342 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$5,225.00 K LG16-SB Maxon C2-54-1642 TP27 1600 lb capacity service body lift gate 49'' x 27''+ 4'' (includes duplicate STT lights).$5,225.00 K LG16-2PC-SB Maxon C2-54-1642 TP38 1600 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$5,490.00 DVA DVA LG13-SB Maxon C2-54-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 49'' x 27''+ 4'' for Service Bodies (includes duplicate STT lights).$5,260.00 DVA LG13-SB-2PC Maxon C2-54-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 49'' x 38''+ 4'' 2- PC for Service Bodies (includes duplicate STT lights).$5,500.00 DVA LG16-SB Maxon C2-54-1542 TP27 Direct Cylinder Lift 1600 lb Capacity 49'' x 27''+ 4'' for Service Bodies (includes duplicate STT lights).$5,260.00 DVA LG16-SB-2PC Maxon C2-54-1542 TP38Direct Cylinder Lift 1600 lb Capacity 49'' x 38''+ 4'' 2- PC for Service Bodies (includes duplicate STT lights).$5,500.00 Reading AF LG13-SB Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 49" x 27"+ 4" for Service Bodies $7,210.00 AF LG13-SB-2PC Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 49" x 38"+ 4" 2- PC for Service Bodies $7,680.00 AF LG16-SB Tommy Dual Hyd Cylinder Lift 1600 lb Capacity 49" x 27"+ 4" for Service Bodies $7,860.00 AF LG16-SB-2PC Tommy Dual Hyd Cylinder Lift 1600 lb Capacity 49" x 38"+ 4" 2- PC for Service Bodies $8,040.00 LIFT GATES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION Premier PTC LG13-SB Tommy Gate G2-54-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 49'' x 27''+ 4'' Service Body Liftgate $4,575.00 PTC LG13-2PC-SB Tommy Gate G2-54-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 49'' x 38''+ 4'' 2- PC Service Body Liftgate $4,860.00 PTC LG16-SB Tommy Gate G2-54-1642 TP27 Direct Cylinder Lift 1600 lb Capacity 49'' x 27''+ 4'' Service Body Liftgate $4,865.00 PTC LG16-2PC-SB Tommy Gate G2-54-1642 TP38 Direct Cylinder Lift 1600 lb Capacity 49'' x 38''+ 4'' 2- PC Service Body Liftgate $5,135.00 PTC LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$2,190.00 ABG FABRICATION ABG TG13-SB27 Tommy Gate G2-60-1342-TP 27, 1300 LB capacity, 27" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,570.00 ABG TG13-SB38 Tommy Gate G2-60-1342-TP38, 1300 LB capacity, 38" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,830.00 ABG TG13-SB42 Tommy Gate G2-60-1342-TP42, 1300 LB capacity, 42" platform, 7" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,945.00 ABG TG13-SB27AL Tommy Gate G2-60-1342-EA27, 1300 LB capacity, 27" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present.Requires new hitch if present $5,520.00 ABG TG13-SB38AL Tommy Gate G2-60-1342-EA38, 1300 LB capacity, 38" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $5,760.00 ABG TG13-SB48AL Tommy Gate G2-60-1342-EA48, 1300 LB capacity, 48" platform, 6" taper, aluminum platform,Includes camera relocation/installation if present. Requires new hitch if present $6,185.00 ABG TG16-SB27 Tommy Gate G2-60-1642-TP 27, 1600 LB capacity, 27" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,570.00 ABG TG16-SB38 Tommy Gate G2-60-1642-TP38, 1600 LB capacity, 38" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,830.00 ABG TG16-SB42 Tommy Gate G2-60-1642-TP42, 1600 LB capacity, 42" platform, 7" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,945.00 ABG TG16-SB27AL Tommy Gate G2-60-1642-EA27, 1600 LB capacity, 27" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $5,520.00 ABG TG16-SB38AL Tommy Gate G2-60-1642-EA38, 1600 LB capacity, 38" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $5,760.00 ABG TG16-SB48AL Tommy Gate G2-60-1642-EA48, 1600 LB capacity, 48" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $6,470.00 ROYAL TRUCK RTB LG13-SB Maxon Steel C2-54-1342 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$5,020.00 RTB LG16-SB Maxon Steel C2-60-1342 TP27 1600 lb capacity pick up truck liftgate 55'' x 27''+ 4'' (includes credit for tailgate & duplicate STT lights).$5,130.00 RTB LG13-SB-AL Maxon Aluminum C2-54-1342 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$5,605.00 RTB LG16-SB-AL Maxon Aluminum C2-54-1642 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$6,245.00 SMYRNA TRUCK CENTER FB LG13-SB Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 49" x 27"+ 4" for Service Bodies $4,750.00 LIFT GATES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FB LG13-SB-2PC Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 49" x 38"+ 4" 2- PC for Service Bodies $5,020.00 FB LG16-SB Tommy Dual Hyd Cylinder Lift 1600 lb Capacity 49" x 27"+ 4" for Service Bodies $5,020.00 FB LG16-SB-2PC Tommy Dual Hyd Cylinder Lift 1600 lb Capacity 49" x 38"+ 4" 2- PC for Service Bodies $5,290.00 STAKE / VAN BODY GATES Knapheide K LG12-ST36-RG Thieman TVL-125 1250 lb capacity rail gate 85'' x 36''+ 5'' (includes duplicate STT lights).$7,535.00 K LG16-ST35-RG Maxon C2-92-1650 TP35 1600 lb flat bed, stake and van body lift gate 87'' x 35''+ 6'' (includes duplicate STT lights).$6,585.00 K LG16-ST41-RG Maxon C2-92-1650 TP41 1600 lb flat bed, stake and van body lift gate 87'' x 41''+ 6'' (includes duplicate STT lights).$6,985.00 K LG16-AL37-RG Maxon C2-92-1650 EA37 1600 lb flat bed, stake and van body lift gate 87'' x 37''+ 6'' aluminum platform (includes duplicate STT lights).$7,605.00 K LG16-AL41-RG Maxon C2-92-1650 EA41 1600 lb flat bed, stake and van body lift gate 87'' x 41''+ 6'' aluminum platform (includes duplicate STT lights).$8,100.00 Reading AF LG16-STAKE-ST Tommy Dual Hyd Cylinder Liftgate 1600 lb Capacity 87" x 41"+ 6" for Flatbed, Stake and Van Bodies $7,365.00 AF LG16-STAKE-AL Tommy Dual Hyd Cylinder Liftgate 1600 lb Capacity 85" x 41"+ 6" Aluminum Platform for Flatbed, Stake and Van Bodies $8,935.00 AF LG20-RG Thieman Cable Drive Liftgate 2000 lb Capacity 90" x 42"+ 5" rail gate for Flatbed, Stake and Van Bodies $9,975.00 AF LG30-RG Thieman Cable Drive Liftgate 3000 lb Capacity 90" x 42"+ 5" rail gate for Flatbed, Stake and Van Bodies $11,440.00 Premier PTC LG16-ST35-RG Tommy Gate G2-92-1650 TP35 1600 lb Capacity 87'' x 35''+ 6'', for flatbed, & stake bodies $5,850.00 PTC LG16-ST41-RG Tommy Gate G2-92-1650 TP41 1600 lb Capacity 87'' x 41''+ 6'', for flatbed, & stake bodies $6,220.00 PTC LG16-AL37-RG Tommy Gate G2-92-1650 EA37 1600 lb Capacity 87'' x 37''+ 6'' Aluminum Platform, for flatbed, & stake bodies $6,885.00 PTC LG16-AL41-RG Tommy Gate G2-92-1650 EA41 1600 lb Capacity 87'' x 41''+ 6'' Aluminum Platform, for flatbed, & stake bodies $7,385.00 PTC LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$2,190.00 SMYRNA TRUCK CENTER FB LG16-STAKE-ST Tommy Dual Hyd Cylinder Liftgate 1600 lb Capacity 87" x 41"+ 6" for Flatbed, Stake and Van Bodies $5,880.00 FB LG16-STAKE-AL Tommy Dual Hyd Cylinder Liftgate 1600 lb Capacity 85" x 41"+ 6" Aluminum Platform for Flatbed, Stake and Van Bodies $6,865.00 RAIL GATES Knapheide K LG16-ST36-RG Thieman TVL-16 1600 lb capacity rail gate 90'' x 36''+ 5'' (includes duplicate STT lights).$7,815.00 K LG20-ST36-RG Thieman TVL-20 36+5 2000 lb capacity rail gate 90'' x 36''+ 5'' (includes duplicate STT lights).$8,655.00 K LG20-ST42-RG Thieman TVL-20 42+5 2000 lb capacity rail gate 90'' x 42''+ 5'' (includes duplicate STT lights).$8,950.00 K LG30-ST36-RG Thieman TVL-30 36+5 3000 lb capacity rail gate 90'' x 36''+ 5'' (includes duplicate STT lights).$9,885.00 K LG30-ST42-RG Thieman TVL-30 42+5 3000 lb capacity rail gate 90'' x 42''+ 5'' (includes duplicate STT lights).$10,200.00 LIFT GATES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION Premier PTC LG16-ST37-RG Tommy Gate 89-16 TP37 1600 lb Capacity 89'' x 37''+ 6''. Railgate style for Stake and Van Body Applications.$6,825.00 PTC LG20-ST37-RG Tommy Gate 89-20 TP37 2000 lb Capacity 89'' x 37''+ 6''. Railgate style for Stake and Van Body Applications.$7,310.00 PTC LG20-ST42-RG Tommy Gate 89-20 TP42 2000 lb Capacity 89'' x 42''+ 6''. Railgate style for Stake and Van Body Applications.$7,535.00 PTC LG30-ST36-RG Tommy Gate 89-30 TP36 3000 lb Capacity 89'' x 36''+ 12''. Railgate style for Stake and Van Body Applications.$10,290.00 PTC LG30-ST48-RG Tommy Gate 89-30 TP48 3000 lb Capacity 89'' x 48''+ 12''. Railgate style for Stake and Van Body Applications.$10,760.00 PTC LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$2,190.00 SMYRNA TRUCK CENTER FB LG20-RG Thieman Cable Drive Liftgate 2000 lb Capacity 90" x 42"+ 5" rail gate for Flatbed, Stake and Van Bodies $7,315.00 FB LG30-RG Thieman Cable Drive Liftgate 3000 lb Capacity 90" x 42"+ 5" rail gate for Flatbed, Stake and Van Bodies $8,330.00 TUCK UNDER GATES Knapheide K M-16 Theiman 1600 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$7,545.00 K M-16 W Theiman 1600 lb capacity dry freight tuckaway 72'' x 42'' Wedge min bed height 45'' (includes duplicate STT lights).$7,865.00 K M-20 Theiman 2000 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$7,710.00 K M-20 W Theiman 2000 lb capacity dry freight tuckaway 72'' x 42'' Wedge min bed height 45'' (includes duplicate STT lights).$8,065.00 K M-25 Theiman 2500 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$8,455.00 K M-25 W Theiman 2500 lb capacity dry freight tuckaway 72'' x 42'' Wedge min bed height 45'' (includes duplicate STT lights).$8,830.00 K M-30 Theiman 3000 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$9,155.00 K MLB-16 Theiman 1600 lb capacity cutaway tuckaway 72'' x32''+ 5'' (includes duplicate STT lights).$7,605.00 K MLB-16 W Theiman 1600 lb capacity cutaway tuckaway 72'' x 38'' Wedge (includes duplicate STT lights).$7,785.00 K MLB-20 Theiman 2000 lb capacity cutaway tuckaway 72'' x32''+ 5'' (includes duplicate STT lights).$7,745.00 K MLB-20 W Theiman 2000 lb capacity cutaway tuckaway 72'' x 38'' Wedge (includes duplicate STT lights).$7,925.00 Reading AF LG16-TUCK Theiman Tuckaway Liftgate 1600 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$8,520.00 AF LG20-TUCK Theiman Tuckaway Liftgate 2000 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$8,505.00 AF LG30-TUCK Theiman Tuckaway Liftgate 3000 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$9,110.00 Premier PTC LG20-TUCK-W Dhollandia lift gate with 2,200lbs capacity, 38''+4'' x 79'' all aluminum platform, requires bed height minimum of: 37'' - 44'' (laden/unladen)$6,690.00 PTC LG25-TUCK-W Dhollandia lift gate with 2,500lbs capacity, 50'' x 85'' full aluminum platform, requires bed height minimum: 39'' - 51'' (laden/unladen).$7,395.00 SMYRNA TRUCK CENTER FB LG16-TUCK Theiman Tuckaway Liftgate 1600 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$5,565.00 LIFT GATES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FB LG20-TUCK Theiman Tuckaway Liftgate 2000 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$5,565.00 FB LG30-TUCK Theiman Tuckaway Liftgate 3000 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$6,080.00 TRANSFERRABLE LIFT GATE ABG LG13-TRUCK TruckGator Model, 1300 LBS, 40" platform, cart stop at 30". Mounts to standard receiver hitcj, can be moved from vehicle to vehilce with included wheels. NOTE: If using for service body, utility body, flatbed, or lifted trucks, must order TruckGator HX. $8,015.00 ABG LG13-VAN TruckGator Model, 1300 LBS, 40" platform, cart stop at 30". Mounts to standard receiver hitcj, can be moved from vehicle to vehilce with included wheels. NOTE: If using for Ram ProMaster, must order VanGator PM model.$8,230.00 LIFT GATES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION KNAPHEIDE - KTEC 6' SINGLE REAR WHEEL K 682J Knapheide 6.5' utility body for Silverado with 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,500.00 K 682FJ Knapheide 6.5' flip top utility body for Silverado 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,970.00 8'/9' SINGLE REAR WHEEL K 696J Knapheide 8' SRW utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,365.00 K 696FJ Knapheide 8' SRW flip top utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,145.00 K 6108J Knapheide 9' SRW utility body for 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,795.00 K 6108F Knapheide 9' SRW utility body with flip top lids for 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,675.00 8' DUAL REAR WHEEL K 696D54J Knapheide 8' DRW utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,710.00 K 696D54FJ Knapheide 8' DRW flip top utility body for 56'' CA $14,535.00 9' DUAL REAR WHEEL K 6108DJ Knapheide 9' DRW utility body for 60'' CA[GM non-wide track only, not compatable with GTY] - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,460.00 K 6108DFJ Knapheide 9' DRW flip top utility body for 60'' CA [GM non-wide track only, not compatable with GTY] - (CHEVY NON-GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,440.00 K 6108D54J Knapheide 9' DRW Wide utility body 54'' Load Floor for 60'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,850.00 K 6108D54FJ Knapheide 9' DRW Wide utility body with Flip Tops 54'' Load Floor for 60'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,840.00 11' DUAL REAR WHEEL K 6132D54J Knapheide 11' DRW Wide utility body 54'' Load Floor for 84'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,520.00 K 6132D54FJ Knapheide 11' DRW Wide utility body with Flip Tops 54'' Load Floor for 84'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,250.00 11' DUAL REAR WHEEL MEDIUM DUTY K 6133HC Knapheide 11' DRW utility body for 84'' CA medium duty chassis. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$27,280.00 11' DUAL REAR WHEEL LCF K 6127D-LCF-G Knapheide 11' DRW utility body for 86.5 CA Chevy Low Cab Forward GAS (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,300.00 K 6127D-LCF-D Knapheide 11' DRW utility body for 86.5 CA Chevy Low Cab Forward DIESEL(Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$23,135.00 K KC127H2089-LCF Knapheide 11' DRW Enclosed service body body for 86.5 CA Chevy Low Cab Forward (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$27,625.00 UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION Knapheide Light Cranes K CE6K-3 (3/5)Venturo 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes 3'-5' manual boom, adjustable 13 - 19'' boom rest, 150 amp circuit breaker, includes bumper reinforcement & jack leg.$8,425.00 K CE6K-3 (4/7)Venturo 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes 4'-7' manual boom, adjustable 13 - 19'' boom rest, 150 amp circuit breaker, includes bumper reinforcement & jack leg.$8,425.00 K EC3200-LD Stellar 3200lb EH 11,500 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment. $31,235.00 K ET8KX-LD Venturo 3,200lb EH 8,000 ft. lb. crane with hydraulic elevation, hydraulic boom extension 6-10 ft, manual boom extension 10-14 ft, adj boom rest 13 - 19'', 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment. $32,800.00 Knapheide Trailering K 4 WIRE 4 prong trailer wiring $130.00 K 6 WIRE 6 prong utility trailer wiring $250.00 K 7/4 WIRE 7 way flat camper trailer wiring with 4 prong flat $215.00 K CLV-SB Class V Hitch for Service Body $990.00 K PTL-CC Frame mount or ICC mount w/o Pintle for cab chassis.$635.00 K PTL2 Tow Pintle combo with 2'' Ball to mount in receiver $355.00 K PTL2516 Tow Pintle combo with 2 & 5/16'' Ball to mount in receiver $395.00 K PTL15 15 ton Pintle for frame mount.$260.00 K PTL 20 20 ton Pintle for frame mount $325.00 Knapheide Accessories K CAMERA INSTALL FACTORY ORDERED CAMERA IN UTILITY BODY.$375.00 K BUA Back up alarm $225.00 K FFK-G Knapheide Fuel Fill Kit for pickup bed removal applications with GAS engine.$415.00 K FFK-D Knapheide Fuel Fill Kit for pickup bed removal applications with DIESEL engine.$550.00 K SHROUD BODY COMPANY TO PROVIDE SHROUD ON BACK OF BODY TO PROTECT TRAFFIC ADVISOR (48''W X 1.9''T X 2.5''D). SHROUD TO BE PAINTED ALONG WITH BODY AND LOCATED BETWEEN SLAM GATE AND REAR BUMPER. $135.00 K GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$605.00 K NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$900.00 K MLS-6 Master locking system 6-door bodies $940.00 K RKE-6 Remote keyless entry 6-door bodies $1,905.00 K TH6 T-Handle Latches 6-door bodies $625.00 K MLS-8 Master locking system 8-door bodies $1,040.00 K RKE-8 Remote keyless entry 8-door bodies $2,480.00 K TH8 T-Handle Latches 8-door bodies $790.00 UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K WW DELETE Delete wheel well notches on DRW utility Body (NO CHARGE).$0.00 K 21 WB Knapheide 21'' HD Work Bumper with storage access on each side, includes Integrated HD Class V Receiver Hitch.$5,835.00 K 2CONE Furnish and Install (2) Custom Tow Hook Mounted Cone Holders (F-Series Only).$1,140.00 K BED REIN Bed reinforcement for mast crane.$1,920.00 K BUMP REIN Bumper reinforcement for mast crane.$1,365.00 K COOLER Furnish and Install Aluminum Rack AND 5 Gallon Water Cooler $335.00 K CONE Furnish and Install (1) Custom Tow Hook Mounted Cone Holder (F-Series Only)$835.00 K STEP Furnish and Install (1) Flexible Stirrup Step under rear bumper $340.00 K GRAB Furnish and Install (1) Contoured Grab Handle to top of Work Bumper and back of body $760.00 Knapheide Cab Shields K BR 15###BACK RACK 15### INSTALLED ON KNAPHEIDE UTILITY BODY.$705.00 K AL HAR KTEC Alum Headach Rack (Octagonal)$1,500.00 K AL HAR-MLBM KTEC Alum Headach Rack (Octagonal) with mini light bar mount.$1,635.00 K AL HAR-2BM KTEC Alum Headach Rack (Octagonal) with dual beacon mounts.$1,600.00 K AL HAR-LBM KTEC Alum Headach Rack (Octagonal) with center mount for full size light bar.$1,635.00 K AL HAR MD KTEC Aluminum Headache Rack (Octagonal) for Medium Duty Trucks (Chevy 4500-6500 & Ford F-650-750).$1,560.00 K BR LBM BACK RACK LIGHT BAR FEET 91006 $400.00 K HAR ML MINI LIGHT BAR PLATE $210.00 K HAR B2 DUAL BEACON MOUNTS $130.00 Knapheide Racks K 8AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD Crew Cab 8' Pick Up or Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$3,245.00 K 8AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 8' Pick Up or Utility Bed, Aluminum Material Rack Crew Cab 8' Pick Up or Utility Bed, -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$4,730.00 K 8AMR BACK BUMPER TO TOP OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack For P/U beds & 8' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $3,785.00 K 8AMR-BB BUMPER TO BUMPER Aluminum Material Rack For P/U beds & 8' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $6,210.00 K 9AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$3,245.00 K 9AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$4,730.00 K 9AMR BACK BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack For 9' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $3,785.00 K 9AMR-BB BUMPER TO BUMPER Aluminum Material Rack, For 9' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $6,200.00 UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K 11AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$3,620.00 K 11AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$5,195.00 K 11AMR BACK BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack For 11' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $4,250.00 K 11AMR-BB BUMPER TO BUMPER Aluminum Material Rack For 11' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $6,675.00 K WG 1425-3 SERVICE BODY SIDE LADDER RACK $2,145.00 READING - CORP 6' SINGLE REAR WHEEL AF 78-SW 6.8' Reading Classic II SRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 40'' CA Single Rear Wheel Includes pickup box credit.$12,945.00 8'/9' SINGLE REAR WHEEL AF SLU98-SW 8' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,845.00 AF SLU98-SW-FTL 8' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,555.00 AF 98-SW 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,325.00 AF 98-SW-FTL 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,225.00 AF 108-SW 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,420.00 AF 108-SW-FTL 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,290.00 8' DUAL REAR WHEEL AF 98-DW 8' Reading Classic II DRW utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,255.00 AF 98-DW-FTL 8' Reading Classic II DRW utility body reading classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,975.00 9' DUAL REAR WHEEL AF SLU108-DW 9' Reading Standard Line DRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,550.00 AF 108-DW 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $14,860.00 AF SLU108-DW-FTL 9' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,755.00 AF 108-DW-FTL 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $16,150.00 UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 11' DUAL REAR WHEEL AF SLU132-DW 11' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,410.00 AF 132-DW 11' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$18,340.00 AF SLU132-DW-FTL 11' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$20,690.00 AF 132-DW-FTL 11' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$20,280.00 11' DUAL REAR WHEEL MEDIUM DUTY AF 132ADW-ULTIMATE 11' Reading High Profile steel service body, 50" high side compartments, powder coat white with hidden hinges, nitrogen strut door holders, slam action tailgate and recessed pooched bumper (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $22,375.00 Reading Accessories AF CAMERA FACTORY CAMERA INSTALL IN UTILITY BODY $265.00 AF FFK FUEL FILL KIT FOR BOX REMOVAL $570.00 AF DEF-RELOCATE *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$410.00 AF DEF-NOTCH *Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$795.00 AF TH-6 UPGRADE STANDARD LINE 8'-9' UTILITY BODY TO STAINLESS STEEL 3 POINT T-HANDLE LATCHES $1,335.00 AF RKE-6 LATCH MATIC REMOTE LOCKING SYSTEM FOR 8'-9' UTILITY BODIES $1,810.00 AF MLS-6 MASTER LOCKING SYSTEM FOR 8'-9' UTILITY BODIES.$705.00 AF MLS-8 MASTER LOCKING SYSTEM FOR 11' UTILITY BODIES $980.00 AF RKE-8 LATCH MATIC REMOTE LOCKING SYSTEM FOR 11' UTILITY BODIES $2,260.00 AF CLV-SB HITCH PLATE WITH RECEIVER HITCH $980.00 AF 7/4WIRE 7/4 WAY TRAILER RECEPTACLE $260.00 AF RAISED Increase height of curbside front to 60" H and add O/A bottle bracket ILO shelves (CSV1 - 9', CSV2 - 11')$995.00 AF GRAB-2 (2) REAR GRAB HANDLES $570.00 AF 6-DRAWER 6-Drawer unit ILO shelves in Roadside 1st Vertical $2,825.00 AF VICE6 WILTON 1765 6" VISE, INSTALL ON C/S OF BUMPER $1,340.00 AF COOLER 5 Gal Water Cooler & Rack - installed on roadside rear compartment $350.00 AF CONE Cone holder, horizontal, rear bumper mount, curbside $125.00 READING SPRAY LINERS AF USOB8 HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, AND SIDE WALLS OF 6.5' - 8' UTILITY BODY.$1,170.00 AF USOB8-TB HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, CARGO AREA, AND TOPS OF BOXES ON 6.5' - 8' UTILITY BODY.$1,760.00 AF USOB9 HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, AND SIDE WALLS OF 9' UTILITY BODY.$1,315.00 UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF USOB9-TB HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, CARGO AREA, AND TOPS OF BOXES ON 9' UTILITY BODY.$1,905.00 AF USOB11 HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, AND SIDE WALLS OF 11' UTILITY BODY $1,655.00 AF USOB11-TB HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, CARGO AREA, BUMPER AND TOPS OF BOXES ON 11' UTILITY BODY $2,890.00 READING CAB SHIELD AF AL HAR Reading Aluminum Cab Shield Headache rack, installed.$1,195.00 AF AL HAR LBM Reading Aluminum Cab Shield Headache rack with light bar mount feet, installed.$905.00 Reading Light Cranes ABG LM-L21S-7 Liftmoore folding style 2000 lb crane with removable pendant control, includes jackstand for outrigger.$7,500.00 PREMIER UTILITY BODIES 8'/9' SINGLE REAR WHEEL PTC WS298-SRW Warner 8' SRW Powder Coated Utility Body for 56'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,605.00 PTC WS298-SRW -FLIP Warner 8' SRW Powder Coated Utility Body for 56'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$10,730.00 8' DUAL REAR WHEEL PTC WS298-DRW Warner 8' DRW Powder Coated Utility Body for 56'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,910.00 PTC WS298-DRW-FLIP Warner 8' DRW Powder Coated Utility Body for 56'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,990.00 9' DUAL REAR WHEEL PTC WS2108-DRW Warner 9' DRW Powder Coated Utility Body for 60'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,715.00 PTC WS2108-DRW-FLIP Warner 9' DRW Powder Coated Utility Body for 60'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,220.00 11' DUAL REAR WHEEL PTC WS2132 Warner 11' DRW Powder Coated Utility Body for 84'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,950.00 PTC WS132-FLIP Warner 11' DRW Powder Coated Utility Body for 84'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,245.00 Premier Light Cranes PTC CE6K-3-BED 2000lb Electric mast folding crane 6,000 ft-lb rated crane with 2,000lb lifting capacity. Includes, crane side spring buildup, jack leg, 50 amp circuit breaker includes bed reinforcing for installation in pickup bed.$8,500.00 PTC CE6K-3-BUMP 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes, Crane Side Spring Buildup, Jack leg, 50 amp circuit breaker, includes reinforced rear bumper for installation on service body bumper.$8,500.00 Premier Accessories PTC 6-DRING D-Rings (6)$410.00 PTC MLS6 Master Locking System for 6-door bodies.$750.00 PTC-MLS8 Master Lock System for 8-door body.$810.00 UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PTC THDL6 T-Handle Latches for 6-door bodies.$1,030.00 PTC THDL8 T-Handle Latches for 8-door bodies.$1,290.00 PTC GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$750.00 PTC NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$1,500.00 PTC-ML Add for master lock system, for crane reinforced service body $1,380.00 PTC-OXY-BGH Add for OXYGEN & ACETYLENE BOTTLE GAS HOLDERS.$615.00 PTC-BROOKLYN-8/9 Brooklyn Bars for 8'-9' Body $1,060.00 PTC-BROOKLYN-11 Brooklyn Bars for 11' Body $1,125.00 Premier Trailering PTC 4WIRE 4 prong trailer wiring $165.00 PTC 6WIRE 6 prong utility trailer wiring $165.00 PTC 7/4WIRE 7 way flat camper trailer wiring $180.00 PTC CLV-SB Class V trailer hitch for service bodies 20K rating with 2 1/2'' receiver.$1,310.00 PTC PTL-MNT Frame mount 3/4'' plate for Pintle with 20 ton pintle.$2,685.00 STAHL / CM - ABG 6.5' SINGLE REAR WHEEL ABG SB6.5-SRW ABG 6.5' SRW CM service Body, standard boxes (tall front and rear, middle box AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. (Truck brand specific) Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,145.00 8' SINGLE REAR WHEEL ABG SB8-SRW ABG 8' SRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,145.00 ABG SB8-DRW ABG 8' DRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,605.00 9' DUAL REAR WHEEL ABG SB9-DRW ABG 9' DRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $14,525.00 11' DUAL REAR WHEEL ABG SB11-DRW ABG 11' DRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $17,055.00 ABG Light Cranes ABG LM206RELS LIFTMOORE 2,000LB (6500 Ft.-Lb.) rated crane suited for mounting on ¾ ton trucks where the safety of power rotation and the convenience of power elevation are required. Hydraulic boom elevates from 0 degrees to +75 degrees by means of a double acting cylinder that incorporates an integrally mounted counterbalance valve for safest operation. Rotation is unlimited on a ball bearing slewing ring. A low speed high torque hydraulic motor driving a worm type gear set powers the rotation. (Includes jackstand for outrigger) $15,005.00 UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG Accessories ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $1,855.00 ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $5,405.00 ABG CTECH-9DRW-R C Tech drawers for rear toolbox, features 2 tall, 1 medium, and 3 thin drawers $3,315.00 ABG CTECH-11DRW-F C Tech drawers for rear toolbox, features 2 tall, 1 medium, and 3 thin drawers $3,315.00 ABG CLIV-PU Furnish and install replacement hitch for pickup truck (or bed deletes) that is compatible with Tommy Gate. 2" receiver tube. $1,235.00 ABG CLV-HD 2.5" Receiver HD hitch, independently rated for 20K LBS, includes 4 way square and 7 way round plugs $1,105.00 ABG TRI-BALL 2 5/16 (14K), 2" (10K), and 1 7/8 (6K) Straight hitch $170.00 ABG 2516-3DROP 2.5" shaft 2 5/16 ball, 3" drop, 15K rated $155.00 ABG MLS Master locking system, sliding for padlock, installed.$795.00 ABG CTECH-8SRW-F C Tech tool drawers for front, vertical toolbox, features 4 thin tool drawers and some space below for additional storage. $2,225.00 ABG CTECH-8SRW-R C Tech tool drawers for rear vertical toolbox, features 1 tall, 4 medium drawers, some space below for additional storage $2,230.00 ABG CTECH-8DRW-F C Tech tool drawers for front toolbox, features 1 tall, 1 medium, and 4 thin drawers $3,550.00 ABG CTECH-8DRW-R C Tech drawers for rear toolbox, features 1 X Tall, 2 tall, 3 medium drawers $3,020.00 ABG CTECH-9DRW-F C Tech drawers for rear toolbox, features 1 X Tall, 1 tall, 1 medium and 3 thin drawers $3,055.00 ABG CTECH-11DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $2,000.00 ABG FTL-8SRW Pop top for 8 SRW Service Body, installed. Priced per side $2,110.00 ABG FTL-8DRW Pop top for 8 DRW Service Body, installed. Priced per side $1,665.00 ABG FTL-9DRW Pop top for 9 DRW Service Body, installed. Priced per side $2,990.00 ABG FTL-11DRW Pop top for 11 DRW Service Body, installed. Priced per side $2,470.00 READING - DVA 6.5' SINGLE REAR WHEEL DVA 78ASW 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 42'' CA Single Rear Wheel GM 2500, Includes pickup box credit. $14,180.00 DVA 82FASW 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 40'' CA Single Rear Wheel Ford, Includes pickup box credit. $14,180.00 8'/9' SINGLE REAR WHEEL DVA SLU98ASW 8' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,350.00 DVA SLU98ASW SML 8' Reading Standard Line utility body factory powder coated white with flip top lids & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,570.00 8' DUAL REAR WHEEL DVA 98ADW 8' Reading Classic II DRW utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 56'' CA dual rear wheel $13,570.00 UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 9' DUAL REAR WHEEL DVA 108ADW 9' Reading Classic II DRW utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 60'' CA dual rear wheel $14,180.00 DVA SLU108ADW 9' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req 60'' CA $13,570.00 11' DUAL REAR WHEEL DVA SLU132ADW 11' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req 84'' CA $15,400.00 DVA 132ADW 11' Reading Classic II DRW utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 84'' CA dual rear wheel $16,620.00 DVA Accessories DVA BUA Back up alarm, installed.$205.00 DVA BUS-RR TRANSFER FACTORY REAR SENSORS TO LIFT GATE $345.00 DVA CAMERA Dealer installed factory ordered camera $310.00 DVA CAMERA RR Remove and re-install factory camera from tailgate.$310.00 DVA CLIV Class IV Trailer Hitch and 7-pin round wire harness.$905.00 DVA COMP 6-LED LED compartment lights installed in all compartments of 8' or 9' service body.$1,240.00 DVA COMP 6-LED-AB LED compartment lights installed in all compartments of 8' or 9' service body with one side long horizontal compartment. $1,240.00 DVA GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank. $435.00 DVA ML-78-98-SW/DW Master Locking System (installed at Reading)$880.00 DVA NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size) $375.00 DVA LM RSV 132 Latch Matic Remote Locking System (installed at Reading) $2,750.00 DVA LM-98-108 Latch Matic Remote Locking System (installed at Reading)$2,500.00 BRAND FX 6.5' SINGLE REAR WHEEL ABG BFX6.5-SRW 6.5' Brand FX fiberglass service body for short bed SRW pickup. Floor width 48.75, pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box, full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Can be used on CHEVY/GMC 1500 $18,290.00 8' SINGLE REAR WHEEL ABG BFX8-SRW Brand FX fiberglass service body for 8' SRW pickup. Standard V pack configuration. Floor width 48.75, pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box, full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Can be used on CHEVY/GMC 1500 $18,290.00 ABG BFX8-DRW Brand FX fiberglass service body for 8' DRW pickup. Standard V pack configuration. Floor width 48.75, pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box, full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Can be used on CHEVY/GMC 1500 $18,630.00 UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 9' DUAL REAR WHEEL ABG BFX9-DRW 9' Brand FX fiberglass service body for 84" CA Chassis. Standard V pack configuration with floor width 54", pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box. Full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $18,630.00 11' DUAL REAR WHEEL ABG BFX11-DRW 11' Brand FX fiberglass service body for 84" CA Chassis. Standard V pack configuration with floor width 54", pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box. Full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $21,150.00 GENERAL ACCESSORIES ALAN JAY FLEET AJ COMP 6-LED LED compartment lights installed in all compartments of 8' or 9' service body.$795.00 AJ COMP 6-LED-AB LED compartment lights installed in all compartments of 8' or 9' service body with one side long horizontal compartment.$795.00 AJ COMP 8-LED LED compartment lights installed in all compartments of 11' service body $1,030.00 AJ COMP-8LED-AB LED compartment lights installed in all compartments of 11' service body with one side long horizontal compartment.$1,060.00 ROYAL TRUCK BODY 8'/9' SINGLE REAR WHEEL RTB RS8SRW-FTL 8' Long, Royal Steel XP Single Rear Wheel Standard Flip/Open Top Service Body w/ Huck® Bobtail Fastening System for SRW, 56" CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,140.00 RTB RS8SRW-FTL-MLS 8' Long, Royal Steel XP Single Rear Wheel Standard Flip/Open Top Service Body w/ Huck® Bobtail Fastening System for SRW, 56" CA w/ Internal Master Lock System (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,595.00 RTB DM8SRW-AL Duramag 8' Single Rear Wheel Aluminum Service Body 80" x 104" Standard S-Series Service Body (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,295.00 RTB RS9SRW-FTL 9' Single Rear Wheel Royal Steel 80" x 108" Standard Flip/Open Top Service Body (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,220.00 RTB RS9SRW-FTL-MLS 9' Single Rear Wheel Royal Steel 80" x 108" Standard Flip/Open Top Service Body w/ Internal Master Locks (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,100.00 RTB DM9SRW-AL Duramag 9' Single Rear Wheel Aluminum 80" x 113" Standard S-Series Service Body (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$19,600.00 8'/9' DUAL REAR WHEEL RTB RS9DRW-FTL 9' Long, Royal Steel XP Dual Rear Wheel Standard Service Body Standard Service Body w/ Huck® Bobtail Fastening System for DRW, 60" CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,795.00 RTB RS9DRW-FTL-MLS 9' Long, Royal Steel XP Dual Rear Wheel Standard Service Body Standard Service Body w/ Huck® Bobtail Fastening System for DRW, 60" CA w/ Internal Master Lock System (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,375.00 RTB DM8DRW-AL Duramag 8' Dual Rear Wheel Aluminum Service Body 94" x 104" Standard S-Series Service Body (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$19,165.00 RTB DM9DRW-AL Duramag 9' Dual Rear Wheel Aluminum 94" x 113" Standard S-Series Service Body (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,250.00 11' DUAL REAR WHEEL RSV11S75 11' Long, Royal Service Van w/ 75" Inner Height & 54" Wide x 60" High Clear Door Opening for SRW Chevy Express Cutaway (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,860.00 UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION RSV11D75 11' Long, Royal Service Van w/ 75" Inner Height & 54" Wide x 60" High Clear Door Opening for DRW Chevy Express Cutaway (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,740.00 RTB DM11DRW-AL Duramag 11' Dual Rear Wheel Aluminum 94" x 137" Standard S-Series Service Body (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,795.00 ROYAL ACCESSORIES RTB CLV-SB Class V Hitch for Service Body with 7/4 wire trailer connector.$1,420.00 RTB CLV-FB Class V Hitch for Flatbed Body with 7/4 wire trailer connector.$1,275.00 RTB CAMERA Installation of back up camera to interact with factory display.$715.00 RTB RP8SB Rackpack For 8' Service Body ‐ Includes 18" Lighted Service Body Rack, 8' Rail Kit, 72" Extension Bar and 20" Rail Kit Compatible Rear Rack $3,025.00 RTB RP9SB Rackpack For 9' Service Body ‐ Includes 18" Lighted Service Body Rack, 9' Rail Kit, 72" Extension Bar and 20" Rail Kit Compatible Rear Rack $3,160.00 RTB RP11SB Rackpack For 11' Service Body ‐ Includes 18" Lighted Service Body Rack, 11' Rail Kit, 72" Extension Bar and Qty (2) 20" Rail Kit Compatible Rear Rack $3,665.00 RTB RSBLR-8SRW Royal 8' SRW Service Body Ladder Rack Forklift Loadable, Over-Cab Rack for 8' Long body on a Reg Cab, SRW Chassis $2,335.00 RTB RSBLR-8SRW-EL Royal 8' SRW Service Body Ladder Rack Forklift Loadable, Over-Cab Rack for 8' Long body on an Extended or Crew Cab, SRW Chassis $2,440.00 RTB RSBLR-9SRW Royal 9' SRW Service Body Ladder Rack Forklift Loadable, Over-Cab Rack for 8' Long body on a Reg Cab, SRW Chassis $4,925.00 RTB RSBLR-9SRW-EL Royal 9' DRW Service Body Ladder Rack Forklift Loadable, Over-Cab Rack for 8' Long body on an Extended or Crew Cab, SRW Chassis $5,210.00 READING - SMYRNA TRUCK CENTER 6.5' SINGLE REAR WHEEL FB 82-SW 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 40'' CA Single Rear Wheel Includes pickup box credit.$12,715.00 8'/9' SINGLE REAR WHEEL FB SLU98-SW 8' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,595.00 FB SLU98-SW-FTL 8' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,320.00 FB 98-SW 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,085.00 FB 98-SW-FTL 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,825.00 FB 108-SW 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,705.00 FB 108-SW-FTL 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,915.00 8' DUAL REAR WHEEL FB 98-DW 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,590.00 FB 98-DW-FTL 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,335.00 UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 9' DUAL REAR WHEEL FB SLU108-DW 9' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,925.00 FB 108-DW 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,410.00 FB SLU108-DW-FTL 9' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,215.00 FB 108-DW-FTL 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $16,700.00 FB 108ADW-HD 9' Reading HD Classic II utility body service body powder coat white with SST paddle latches for medium duty domestic trucks (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.$18,230.00 11' DUAL REAR WHEEL FB SLU132-DW 11' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,625.00 FB 132-DW 11' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$17,590.00 FB SLU132-DW-FTL 11' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$19,960.00 FB 132-DW-FTL 11' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$21,925.00 FB 132ADW-HD 11' Reading HD Classic II utility body service body powder coat white with SST paddle latches for medium duty domestic trucks (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$22,410.00 ACCESSORIES FB DEF-RELOCATE *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$760.00 FB TH-6 UPGRADE STANDARD LINE 8'-9' UTILITY BODY TO STAINLESS STEEL T-HANDLE LATCHES $120.00 FB RKE-6 LATCH MATIC REMOTE LOCKING SYSTEM FOR 8'-9' UTILITY BODIES $1,445.00 FB MLS-6 MASTER LOCKING SYSTEM FOR 8'-9' UTILITY BODIES.$855.00 FB TH-8 UPGRADE STANDARD LINE 11' BODY TO INCLUDE STAINLESS STEEL T-HANDLE LATCHES.$155.00 FB MLS-8 MASTER LOCKING SYSTEM FOR 11' UTILITY BODIES $985.00 FB RKE-8 LATCH MATIC REMOTE LOCKING SYSTEM FOR 11' UTILITY BODIES $1,645.00 FB 6DR-SLIDE STEEL SLIDING TOP FOR 8'-9' UTILITY BODIES $3,510.00 COMPARTMENT LIGHTING OPTIONS FB COMP 6-LED LED compartment lights installed in all compartments of 8' or 9' service body.$995.00 FB COMP 6-LED-AB LED compartment lights installed in all compartments of 8' or 9' service body with one side long horizontal compartment.$995.00 FB COMP 8-LED LED compartment lights installed in all compartments of 11' service body $1,235.00 FB COMP-8LED-AB LED compartment lights installed in all compartments of 11' service body with one side long horizontal compartment.$1,235.00 UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION WARNER - SMYRNA TRUCK CENTER 8' SINGLE REAR WHEEL STC WS298-SRW Warner 8' SRW Powder Coated Utility Body for 56'' CA Furnished and installed by Smyrna Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,320.00 8' DUAL REAR WHEEL STC WS298-DRW Warner 8' DRW Powder Coated Utility Body for 56'' CA Furnished and installed by Smyrna Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,220.00 9' DUAL REAR WHEEL STC WS2108-DRW Warner 9' DRW Powder Coated Utility Body for 60'' CA Furnished and installed by Smyrna Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,115.00 11' DUAL REAR WHEEL STC WS2132 Warner 11' DRW Powder Coated Utility Body for 84'' CA Furnished and installed by Smyrna Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,045.00 UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SINGLE REAR WHEEL Knapheide K KC96L1478 KNAPHEIDE 8' SRW Enclosed body, 97.25'' Length, 68'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,860.00 K KC96M1478 KNAPHEIDE 8' SRW Enclosed body, 97.25'' Length, 78'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,470.00 K KC96U1478 KNAPHEIDE 8' SRW Enclosed Body, 97.25'' Length, 62'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 44.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,610.00 Reading AF TPA50-98 SW 8' Reading Steel Panel Body, 50" Interior Height, Tapered Top w/3 full length shelves, 2 LED Cargo Lights, factory powder coated white (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 56" CA Single Rear Wheel Ford $24,025.00 AF TPA50-108SW 9' Reading Steel Panel Body, 50" Interior Height, Tapered Top w/3 full length shelves, 2 LED Cargo Lights, factory powder coated white (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 60" CA Single Rear Wheel Ford $23,025.00 AF TPA60-108SW 9' Reading Steel Panel Body, 60" Interior Height, Tapered Top w/3 full length shelves, 2 LED Cargo Lights, factory powder coated white (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 60" CA Single Rear Wheel Ford $23,320.00 SMYRNA TRUCK CENTER FB SL132-RVAN57-SRW 11" Steel Standard Line Ready Van enclosed service body factory powder coated white with 57" height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $19,220.00 DUAL REAR WHEEL Knapheide K KC96H2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$23,455.00 K KC96L2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,290.00 K KC96M2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,885.00 K KC96U2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 62'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 44.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,720.00 K KC108H2094 KNAPHEIDE 9' DRW Enclosed body, 107.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$24,815.00 K KC108L2094 KNAPHEIDE 9' DRW Enclosed Body 107.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$23,645.00 K KC108M2094 KNAPHEIDE 9' DRW Enclosed body, 107.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$24,215.00 K KC132H2094 KNAPHEIDE 11' DRW Enclosed body, 133.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$27,580.00 K KC132L2094 KNAPHEIDE 11' DRW Enclosed Body, 133.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$26,400.00 K KC132M2094 KNAPHEIDE 11' DRW Enclosed body, 133.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$26,975.00 COVERED UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION Reading AF TPA50-108DW 9' Reading Steel Panel Body, 50" Interior Height, Tapered Top w/3 full length shelves, 2 LED Cargo Lights, factory powder coated white (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 60" CA Dual Rear Wheel Ford $24,505.00 AF TPA60-108DW 9' Reading Steel Panel Body, 60" Interior Height, Tapered Top w/3 full length shelves, 2 LED Cargo Lights, factory powder coated white (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 60" CA Dual Rear Wheel Ford $24,550.00 AF TPA72-108DW 9' Reading Steel Panel Body, 72" Interior Height, Tapered Top w/3 full length shelves, 2 LED Cargo Lights, factory powder coated white (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 60" CA Dual Rear Wheel Ford $26,525.00 AF TPA60-132DW 11' Reading Steel Panel Body, 60" Interior Height, Tapered Top w/3 full length shelves, 2 LED Cargo Lights, factory powder coated white (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 84" CA Dual Rear Wheel Ford $30,150.00 AF TPA72-132DW 11' Reading Steel Panel Body, 72" Interior Height, Tapered Top w/3 full length shelves, 2 LED Cargo Lights, factory powder coated white (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 84" CA Dual Rear Wheel Ford $33,530.00 SMYRNA TRUCK CENTER FB SL132-RVAN75-DRW 11" Steel Standard Line Ready Van enclosed service body factory powder coated white with 75" height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req dual rear wheel Ford E series cutaway or GM Express cutaway chassis. $20,830.00 COVERED UTILITY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PALPRO CRANE BODIES & CRANES 9' CRANE BODY PP PCB20-108-3216 PALPRO PCB 20 Series 9’ heavy duty galvannealed steel crane body with Palfinger PSC3216E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated. Adjustable aluminum divider trays in compartments. Master Locking system installed. Palfinger model PSC 3216E telescopic service crane; 12,500 ft. lbs., 16' reach capability, one hydraulic / one manual extension, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat and crane tie down bolt kit, single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 10,001 lb GVWR. $58,520.00 PP PCB20-108-4025 PALPRO PCB 20 Series 9’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 10,001 lb GVWR. $68,360.00 PP PCB20-108CS-4025 PALPRO PCB 20 Series 9’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 10,001 lb GVWR. $67,160.00 PP PCB39-108-5025 PALPRO PCB 39 Series 9’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” Top Plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 14,500 lb GVWR. $81,715.00 HD CRANE BODIES & CRANES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PP PCB39-108CS-5025 PALPRO PCB 39 Series 9’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” Top Plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 14,500 lb GVWR. $83,615.00 11' CRANE BODY PP PCB20-132-3216 PALPRO PCB 20 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC3216E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, eight (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated. Adjustable aluminum divider trays in compartments, Master locking system installed, Palfinger model PSC 3216E telescopic service crane; 12,500 ft. lbs., 16' reach capability, one hydraulic / one manual extension, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 10,001 lb GVWR. $59,865.00 PP PCB20-132-4025 PALPRO PCB 20 Series 11’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 10,001 lb GVWR. $70,185.00 PP PCB20-132CS-4025 PALPRO PCB 20 Series 11’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 10,001 lb GVWR. $69,080.00 PP PCB39-132-5025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR. $84,420.00 HD CRANE BODIES & CRANES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PP PCB39-132CS-5025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR. $87,420.00 PP PCB39-132-6025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC6025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system , Palfinger model PSC 6025E telescopic service crane; 38,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 6,000 Lb. vertical lift capacity, - 25 to +75 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR. $92,070.00 PP PCB39-132CS-6025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC6025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system , Palfinger model PSC 6025E telescopic service crane; 38,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 6,000 Lb. vertical lift capacity, - 25 to +75 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR. $89,445.00 PP PCB43-132-8029 PALPRO PCB 43 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC8029 crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear power out (crane side) power down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, gas door shocks, eight (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mud flap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, Palfinger Model PSC 8029 telescopic mechanic field service crane; 43,000 ft./lbs. rating, 400 degree rotation, 29’ hydraulic reach capability, 8,000 Lb. vertical lift capacity, -10 to +80 degree boom elevation, double acting cylinders with integrated load holding valves on all cylinders, four-spool remote control valve, overload shutdown system, hydraulic planetary drive winch with spring loaded roller, end layering limit switch and integral two-block damage prevention system, radio remote control, decals, crane hook, load line block, white and black finish pain, adjustable aluminum divider trays in compartments, master locking system, roll out drawer combination-aluminum (Streetside V1 ), PRC45V rotary screw hydraulic 45 cfm air compressor, topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA, PTO provision, and 19,500 lb GVWR. $120,070.00 HD CRANE BODIES & CRANES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PP PCB72-132 - 10829 PALPRO PCB 72 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC10829 crane. Includes 30” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear power out (crane side) power down stabilizers, standard 52'' high right rear crane mounting compartment, double panel steel doors, gas door shocks, 14'' double panel tailgate, two (2) grab handles, 30” workbench bumper with through compartment, 5/16” plate work surface and recess for 30,000 lb pintle hitch with integrated 2'' hitch receiver tube 16,000 lb rated, a fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mud flap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White white interior coating, understructure and bottom of compartments undercoated, Palfinger model PSC 10829 telescopic mechanic field service crane; 62,000 ft./lbs. rating, 400 degree rotation, 29’ hydraulic reach capability, 10,800 Lb. vertical lift capacity, -10 to +80 degree boom elevation, double acting cylinders with integrated load holding valves on all cylinders, four-spool remote control valve, overload shutdown system, hydraulic planetary drive winch with spring loaded roller, end layering limit switch and integral two-block damage prevention system, radio remote control, decals, crane hook, line block, white and black finish paint Adjustable Aluminum divider trays in compartments, master locking system, roll out drawer combination - aluminum (streetside V1 ), PRC45V rotary screw hydraulic 45 cfm air compressor, finish topcoat single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA, PTO provision, and 25,999 lb GVWR. $139,180.00 PP PCB43-132CS-8029 PALPRO PCB 43 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC8029 crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear power out (crane side) power down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, gas door shocks, eight (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mud flap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, Palfinger Model PSC 8029 telescopic mechanic field service crane; 43,000 ft./lbs. rating, 400 degree rotation, 29’ hydraulic reach capability, 8,000 Lb. vertical lift capacity, -10 to +80 degree boom elevation, double acting cylinders with integrated load holding valves on all cylinders, four-spool remote control valve, overload shutdown system, hydraulic planetary drive winch with spring loaded roller, end layering limit switch and integral two-block damage prevention system, radio remote control, decals, crane hook, load line block, white and black finish pain, adjustable aluminum divider trays in compartments, master locking system, roll out drawer combination-aluminum (Streetside V1 ), PRC45V rotary screw hydraulic 45 cfm air compressor, topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA, PTO provision, and 19,500 lb GVWR. $116,585.00 PALPRO ACCESSORIES PP ADD LED-2 (2) ADDITIONAL LED LIGHTS, MOUNTED ON FRONT OF BODY FACING OUTWARD.$260.00 PP ADD LED-4 (4) ADDITIONAL LED WORK LIGHTS, (2) MOUNTED ON FRONT OF BODY TO ILLUMINATE CARGO AREA AND (2) MOUNTED AT FRONT OF BODY FACING OUT TO ILLUMINATE WORKING AREA.$525.00 PP BOOM-TIP LED WORK LIGHTS MOUNTED ON HORSE HEAD OF BOOM TO ILLUMINATE HANGING WORKING AREA.$1,590.00 PP CAB SHIELD Cab shield with 52'' rack height (measured top of headache rack to top of frame rail).$1,215.00 PP FLOOD LED flood light kit (two lights) - includes harnesses for up to 6 lights.$2,155.00 HD CRANE BODIES & CRANES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION IMT CRANE BODIES & CRANES 11' CRANE BODY QT DOM 1 DOMINATOR 1: IMT Series 3 Crane Body. Heavy duty galvannealed steel construction with standard right rear crane mount. 21'' workbench bumper with through compartment, 1/4 inch plate work surface and recess for pintle hitch and hitch receiver tube. Electrical system is fully integrated and sealed incorporating an automotive style harness system with power and function distribution box. Body Primed and Painted. Standard Paint unless otherwise stated is Sherwin Williams Genesis. Inside of compartments are painted with IMT compartment coating and understructure is undercoated. Crane body rating of 52,000 ft-lbs. CONFIGURATION: 11' Body with 44'' high compartments with raised right front first and second compartments to 60''. INCLUDED: - Body Installation Kit for 19,500 GVW Chassis - 10'' Fold Down Tailgate with single hand latch - Light Kit. LED High Intensity - Compartment Lights and (2) LED work lights - Install electrical harness - ICC Safety Kit IMT Model 7500 Series 3 Telescopic mechanic field service crane. 5 Sided Penta Boom design. Double acting cylinders with integral holding and/or counterbalance valves. Four section remote control valve. Proportional radio remote control. Planetary Winch boom mounted 60 ft/min. Flip sheave boom tip. Return filters, snatch block, anti-two-block device. Hydraulic overload shutdown system, decals and mounting kit. Crane is factory painted white with Axalta Imron Elite paint. Max Lift: 7,500 lbs. Max Reach: 22' Rotation: 400 Degrees INCLUDES: - Boom Support - Single Proportional Radio Remote (Toggle Switches) - LED Overload Indicator Lights - (1) Short and (1) Long Radio Elimination Cable. - LED Boom Tip Lights Compressor Boss BA440 Reciprocating Air Compressor. 40 CFM @ 100 PSI. 20 Gallon hotdog air tank kit. Reelcraft hose reel, 50' x 1/2''. 1/2'' Moisture Separator/Pressure Regulator/Oiler Hydraulics PTO, single stage pump, selector valve, 40 gallon hydraulic reservoir and return filter. (1) High pressure filter off the pump. Engine function module. Suspension Level Spring Suspension, Crane Side. Will level within 2'' on empty truck. Compartments LV1: (3) 3''H Divided Adj. shelf 19''x33.50'' (Includes 6 Dividers) LV2: (3) Standard Vertical 17.5'' Shelf LH: (1) Standard Horizontal 49.5'' Shelf LR: (3) Standard Vertical 25.5'' Shelf RV1: (1) Divider Package. Oxy/Acet Bracket. Full Height Compartment Divider. (3) 17.5'' Shelves. RV2: (3) Standard Vertical 17.5'' Shelf RH: (1) Standard Horizontal 49.5'' Shelf Outriggers Hydraulic down (both sides) and hydraulic out (crane side) rear outriggers for Dominator 1 package. Front outriggers. Paint Class: Single stage whites. Color: Paint Code: Body painted in house with Sherwin Williams products. Bedliner Standard: Black, Sherwin Williams polyurea applied to top of sidepacks, inside of load space and top of workbench bumper. Warranty All new equipment comes with a one year parts and labor warranty. Mileage charges for on-site service are not covered. OEM warranties may extend longer than one year. All warranty repairs must be performed by QT Equipment unless Written approval is obtained in advance. (Includes 2nd Stage MSO, Completed Vehicle Certificate, & Weight Slip). $133,935.00 QT DOM DSC20 Dominator DSC20: 11' medium duty galvannealed steel crane body with standard right rear crane mount, 21'' workbench bumper (Dominator style) with through compartment, 14'' deep, 1/8” thick deck plate step bumper with 2” hitch receiver tube rated at 2000 lb vertical tongue weight and 16,000 lb gross trailer eight. 7 blade trailer light plug receptacle. 44'' H x 22” D compartments, 24” above cargo bed constructed of 10 and 14 ga. material. Body offers 120.5 cubic feet of storage. Inverted A frame torsion box understructure. 14 ga. galvannealed, hemmed, seamless single panel steel doors, stainless steel hinges, pneumatic gas spring door retainers and cast steel black powder coated 3-point latches. Cargo bed is 50”W constructed of 1/8” deck plate and has six (6) recessed tie downs. Three point access package. Fully integrated and sealed electrical system incorporating an automotive style harness system with switch panel RR. Includes LED DOT stop, tail, turn, marker and backup body lights and backup alarm. Exterior primed, interior of compartments painted with IMT compartment coat and understructure undercoated. Molded rubber fender extensions and mudflaps. Crane body rating of 20,000 ft-lb for installation on 84'' CA, 13,700 lb GVW – 19,500 lb GVW Chassis. Includes: - Installation Kit for 11' body - 10'' fold down tailgate with single hand latch - Light kit - LED High Intensity -compartment Lights / (2) LED work lights - Install electrical harness on body - Additional Chassis Leaf Spring Kit - ICC Safety kit - Hydraulic installation kit for crane and compressor Crane Model 3203i telescopic mechanic field service crane: 12,000 ft/lb rating, 360 degree continuous power rotation, double-acting cylinders with integral holding and/or counterbalance valves, 12V DC electric control, decals, crane hook, snatch block, decals, and installation kit. One Hydraulic / One Manual Extension to 15'. Crane weight 635 lbs. Includes: - Single Proportional Radio Remove (Toggle Switches) Control - Boom Support. Level Spring Suspension, Crane Side. Will level within 2'' on empty truck. LV1: (2) standard 33.62'' Shelf Kit LV2: (2) Standard 17.5'' Shelf Kit LH: (1) Standard 49.75'' Shelf Kit LR: (2) Standard 25.75'' Shelf Kit RV1: (2) Divider Package. Oxy/Acet Bracket. Full Height Compartment Divider. (3) 17.5'' Shelves. RV2: (2) Standard 17.5'' Shelf Kit RH: (1) Standard 49.75'' Shelf Kit. Manual out (crane side), crank down (both sides) outriggers for DSC20 package. Paint Class: All Single Stage Shades of White Color: Paint Code: Body painted in house with Sherwin Williams products. Bedliner Standard Black Bedliner. Top of Sidepacks, inside of load space, top of work bench bumper. Warranty All new equipment comes with a one year parts and labor warranty. Mileage charges for on-site service are not covered. OEM warranties may extend longer than one year. All warranty repairs must be performed by QT Equipment unless written approval is obtained in advance. (Includes 2nd Stage MSO, Completed Vehicle Certificate, & Weight Slip). Requires 16k GVWR $86,210.00 READING CRANE BODIES & CRANES 9' CRANE BODY AF CM9-4K Reading Classic II 9' (60" c/a) Reinforced Crane Body. Includes 8 shelves, pooched step bumper w/ recess, manual outriggers, mudflaps & MSO $22,240.00 HD CRANE BODIES & CRANES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF RM-25 Reading RM-25 9' (60" c/a) Crane Body for cranes up to 25000 ft/lbs. Includes 12 shelves, slam tailgate, (4) D ring tie downs, manual outriggers, 21" Workbench bumper, 20K 2 1/2" Receiver, Trailer Plug, Rear steps, Vise plate, Mudflaps & Weight slip. Painted white. $30,450.00 11' CRANE BODY AF CM11-4K Reading Classic II 11' (84" c/a) Reinforced Crane Body. Includes 8 shelves, pooched step bumper w/ recess, manual outriggers, mudflaps & MSO $25,915.00 AF RM-25B Reading RM-25 11' (84" c/a) Crane Body for cranes up to 25000 ft/lbs (most 5000 lb. cranes). Includes 12 shelves, slam tailgate, (6) D ring tie downs, manual outriggers, 21" Workbench bumper, 20K 2 1/2" Receiver, Trailer Plug, Rear steps, Vise plate, Mudflaps & Weight slip. Painted white. $33,810.00 AF RM-35 Reading RM-35 11' (84" c/a) Crane Body for cranes up to 39000 ft/lbs. Includes integrated headache rack, 12 shelves, (2) grab handles, slam tailgate, powered outriggers. 21" Workbench bumper, 20K 2 1/2" Receiver, Trailer Plug, Rear steps, Vise plate, Spray in liner to cargo area & compartment tops, Mudflaps & Weight slip. Painted white. $48,880.00 AF RM-45 Reading RM-45 11' (84" c/a) Crane Body for cranes up to 45000 ft/lbs. Includes integrated headache rack, 12 shelves, (2) grab handles, slam tailgate, powered outriggers. Painted white w/ black sprayliner applied to cargo area and compartment tops. Includes 21' Workbench bumper, Steps, C/S Vise plate, Lockable storage, spray liner, 20K 2 1/2" receiver, trailer plug, mudflaps and BCM reflash $59,815.00 3,000LB CLASS AF LM 3612REL-15 Liftmoore 3612REL-15 crane w/ wired remote - includes boom support, aux. battery, & spring reinforcement as needed $18,475.00 AF P3216-E Palfinger 3216E w/ wired remote - includes aux. battery & spring reinforcement as needed $21,700.00 AF ST EC3200 Stellar EC3200 crane w/ wireless remote - includes boom support, aux. battery, & spring reinforcement as needed $21,110.00 4,000LB CLASS AF Stellar EC4000-16 Stellar EC4000-16 crane w / wireless remote - includes boom rest, aux. battery & spring reinforcement as needed $24,695.00 5,000LB CLASS AF STELLAR EC5000 Stellar 5000 lb Electric Hydraulic Crane Includes Boom Rest, Aux Battery & spring reinforcement $28,545.00 AF P5025-E Palfinger 5025E crane w/ wireless remote - aux. battery & spring reinforcement as needed $28,785.00 AF LM 5000X-20 Liftmoore 5000X12-20 crane w/ wired remote - includes boom rest, aux. battery & spring reinforcement as needed $30,315.00 AF LM 2550XP Liftmoore 2550XP 5,000LB RATED hydraulic crane @25,000f-lbt w/ wired remote - includes manual outriggers, wet kit and spring reinforcement as needed (NOTE: Chassis must be ordered with PTO provision)$39,170.00 6,000LB CLASS AF P6025-E Palfinger 6025E crane w/ wireless remote - aux. battery & spring reinforcement as needed $31,065.00 AF STELLAR EC6000 Stellar EC6000 crane w/ wireless remote - aux. battery & spring reinforcement as needed $30,980.00 AF P6025H Palfinger 6025H hydraulic crane w/ radio remote - includes wet kit and spring reinforcement as needed (NOTE: Chassis must be ordered with PTO provision)$42,365.00 7,000LB CLASS AF STELLAR 7621 Stellar 7621 hydraulic crane w/ radio remote - includes wet kit and spring reinforcement as needed (NOTE: Chassis must be ordered with PTO provision)$44,000.00 AF STELLAR 7630 Stellar 7630 hydraulic crane w/ radio remote - includes wet kit and spring reinforcement as needed (NOTE: Chassis must be ordered with PTO provision)$46,555.00 8,000LB CLASS AF P8029H Palfinger 8029H hydraulic crane w/ radio remote - includes wet kit and spring reinforcement as needed (NOTE: Chassis must be ordered with PTO provision)$46,790.00 HD CRANE BODIES & CRANES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 10,000LB CLASS AF LM 1032XP Liftmoore 1032XP 10,000LB Hydraulic crane w/ wired remote - Incl. boom rest, aux. battery & spring reinforcement $32,670.00 KNAPHEIDE CRANE BODIES & CRANES 9' CRANE BODY K 6108D54J-R Knapheide 9' DRW crane body for 16,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $19,145.00 K 6108DL-30J Knapheide 9' DRW crane body for 30,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $32,555.00 K 6108DLR-30J Knapheide 9' DRW crane body for 30,000 ft. lb. cranes with raised curbside front comparment. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $33,820.00 11' CRANE BODY K 6132D54J-R Knapheide 11' DRW crane body for 16,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $21,705.00 K 6132DL-30J Knapheide 11' DRW crane body for 30,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $34,875.00 K 6132DLR-30J Knapheide 11' DRW crane body for 30,000 ft. lb. cranes with raised curbside front comparment. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $35,910.00 K 6132DLR-44J Knapheide 11' DRW crane body for 44,000 ft lb rated cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, raised front curbside compartmnt, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $50,520.00 Knapheide Accessories K ADD BATT Additional battery with battery box, installed in crane compartment.$1,190.00 K JACK Knapheide Jack leg crane support, installed.$695.00 K OUTRIGGERS Rear stabilizer up to 55,000 ft-lbs, manual out/crank down - for Knapheide crane bodies only, painted black, weld-on - without reinforced cross tube $3,690.00 K REINFORCE Reinforcement for full crane.$6,385.00 K SPU Spring buildup.$1,295.00 3,000LB CLASS K EC3200-CC Stellar 3200lb EH 11,500 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$21,050.00 K ET12KX-CC Venturo 3,500lb EH 12,000 ft. lb. crane with hydraulic boom extension 7 - 11 ft, manual boom extension 11 - 15 Ft, adj boom rest 13 - 19'', 150 Amp Circuit Breaker, single side spring build up, and additional battery in crane compartment. (Requires DRW Crane Body). $23,625.00 K EHC3-CC Auto Crane 3200lb EH 10,000 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$22,805.00 4,000LB CLASS K EC4000-CC Stellar 4000lb EH 16,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$27,780.00 K ET16KX-CC Venturo 4000lb EH 16,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$28,400.00 HD CRANE BODIES & CRANES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K ET18KX-CC Venturo 4500lb EH 18,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 Amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires Knapheide 30J Crane Body). $29,265.00 K 4004 EH-CC Auto Crane 4000lb EH 16,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$27,780.00 5,000LB CLASS K EC5000-CC Stellar 5000lb EH 25,000 ft. lb. crane with hydraulic extension 10 - 15 ft, manual extension 15 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 30J Crane Body).$30,610.00 K ET25KX-CC Venturo 5000lb EH 25,000 ft. lb. crane with hydraulic extension 10 - 16 ft, manual extension 16 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 30J Crane Body).$36,600.00 K 5005EH-CC Auto Crane 5000lb EH 25,000 ft. lb. crane with hydraulic extension 10 - 15 ft, manual extension 15 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 30J Crane Body). $33,630.00 6,000LB CLASS K EC6000-CC Stellar 6000lb EH 36,000 ft. lb. crane with hydraulic extension 11 - 16 ft, manual extension 16 - 21 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 44K Crane Body). $33,765.00 K ET36KX-CC Venturo 6000lb EH 36,000 ft. lb. crane with hydraulic extension 10 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 44K Crane Body).$37,175.00 K 6006EH-CC Auto Crane 6000lb EH 36,000 ft. lb. crane with hydraulic extension 10 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 44K Crane Body).$35,405.00 PTC CRANE BODIES & CRANES 9' CRANE BODY PTC WS2108 M DW CR Warner 9' Powder Coated Crane Reinforced Utility Body for up to 4,000lb. crane with standard shelving, crane reinforcement, manual outriggers, and 12'' work bench bumper. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,915.00 PTC VENTURO VP45-132-TTFCWBB VENTURO PRO 9 CRANE SERVICE BODY Up to 8,000 lb. Body, Galvanized Steel, 84” CA Crane Body with Rear,Curbside reinforcement, 44” tall compartments, double-panel doors, interior cabinet LED strip lights, (4) ext. LED work lights, workbench bumper w/ 25100 cross tube and vise plate, rear grab handle, master lock system, upfitter switches, in-bed tie downs, DOT multifunctional taillights, adjustable shelving, bedliner, undercoating and white powder coat. For 19.5” tires.Hydraulic Crane: HT45KX-25 7800 lb Capacity / 12 ft - 25 ft Hyd Boom / Hyd Rot, Elev, Ext / Proportional VLC Crane Control System PTO,tank, hoses, oil. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $129,995.00 11' CRANE BODY PTC WS2132 M DW CR Warner 11' Powder Coated Crane Reinforced Utility Body for up to 25,000 ft. lb. crane with standard shelving, crane reinforcement, manual outriggers, and 12'' work bench bumper. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $23,495.00 Premier Accessories PTC 24962-PH Add for Manual out/hydraulic down outriggers $3,565.00 PTC 25100-PHX-SL Add for full hydraulic outriggers (requires PTO).$8,105.00 PTC-EH-OUTRIGGER ADD FOR MANUAL OUT/HYDRAULIC DOWN OUTRIGGERS IN LIEU OF MANUAL OUT/MANUAL DOWN, 12V electric over hydraulic motor $3,680.00 PTC-19WRKBMP Add for 19'' Work bench bumper with lockable storage $4,475.00 HD CRANE BODIES & CRANES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 3,000LB CLASS PTC ET6K VENTURO E/H 2000lb Crane 6,000 ft-lb rated crane with 2,000lb lifting capacity. Hydraulic elevation/manual extension. Includes Adj 13 - 19'' boom rest, crane side spring buildup, jack leg, 150 amp circuit breaker (Requires SRW/DRW body with crane reinforcement or crane body). $17,240.00 PTC ET12KX 3500lb VENTURO E/H 12,000 ft/lb rated crane with hydraulic boom extension 7 - 11 ft, manual boom extension 11 - 15 ft, adjustable boom rest 13 - 19'', crane side spring Buildup, 150 Amp circuit breaker, and wired pendant remote (Requires Crane Body). $21,140.00 PTC PSC3216 Model PSC 3216 electric telescopic service crane continuous rotation, three-spool single proportional control valve, electric planetary drive winch and two-block damage prevention system, 12V power unit. Boom Rest, crane side spring buildup, additional battery $22,895.00 PTC ET10KX 3200lb VENTURO E/H 10,000ft-lb rated crane with hydraulic boom extension 6 - 10 ft, manual boom extension 10 - 14 ft, adjustable boom rest 13 - 19'', crane side spring buildup, additional battery, and wired pendant remote (Requires Crane Body).$20,770.00 4,000LB CLASS PTC PSC4016 Model PSC 4016 electric telescopic service crane continuous rotation, three-spool single proportional control valve, electric planetary drive winch and two-block damage prevention system, 12V power unit. Boom Rest, crane side spring buildup, additional battery $28,665.00 PTC PSC4025 Model PSC 4025 electric telescopic service crane continuous rotation, three-spool single proportional control valve, electric planetary drive winch and two-block damage prevention system, 12V power unit. Boom Rest, crane side spring buildup, additional battery $23,730.00 PTC ET16KX 4000lb VENTURO E/H 16,000 ft/lb rated crane with hydraulic boom extension 8 - 12 ft, manual boom extension 12 - 16 ft, adjustable boom rest 13 - 19'', crane side spring buildup, 150 amp circuit breaker, and wired pendant remote (Requires Crane Body). $23,250.00 5,000LB CLASS PTC ET25KX 5000lb VENTURO E/H 25,000 ft/lb rated crane with hydraulic boom extension 10 - 16 ft, manual boom extension 16 - 20 ft, adjustable boom rest 13 - 19'', crane side spring buildup, 150 amp circuit breaker, and wired pendant remote (Requires Crane Body). $29,665.00 PTC PSC5025 Model PSC 5025 electric telescopic service crane continuous rotation, three-spool single proportional control valve, electric planetary drive winch and two-block damage prevention system, 12V power unit. Boom Rest, crane side spring buildup, additional battery $36,720.00 PALPRO PTC PCB20-108-3216 Palfinger model PSC 3216 telescopic service crane; 12,500 ft. lbs., 16' reach capability, one hydraulic / one manual extension, 4,000 Lb. vertical lift capacity PCB 20 Series 9’ heavy duty galvannealed steel crane body with standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments (optional compartments may be raised to 60" high with additional structural gusseting), a fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated. Body installation kit for Class 3-5 chassis cab with 60" CA included for Ford, GM, and RAM. Designed to accept up to 20,000 ft./lbs. rated crane. 19" Treadplate Bumper with Outrigger Cross Tube, Treadplate Steps, and Recess for Integrated 16,000 lb. Rated 2" Hitch Receiver Tube, Boom rest, spring build up. Outriggers, powder coated white $58,570.00 PTC PCB43-132-8029 Palfinger Model PSC 8029 telescopic mechanic field service crane; 43,000 ft./lbs. rating, 400 degree rotation, 29’ hydraulic reach capability, 8,000 Lb. vertical lift capacity PCB 43 Series 11’ heavy duty galvannealed steel crane body with standard right rear crane mounting compartment, all aluminum doors and hinges, gas door shocks, eight (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments (optional compartments may be raised to 60" high), a fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mud flap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated. Body installation kit - (for class 5 conventional chassis). Designed to accept up to 43,000 ft./lbs. rated crane for 84” CA, 19,500 Lb. GVWR chassis. 11' CS Raised - 44"H sidepacks, Curb side 1st and 2nd raised to 60"H, 21” Workbench Tailshelf with Outrigger Cross Tube, Through Compartment, 1/4” Top Plate Work Surface and Integrated 16,000 lb. Rated 2" Hitch Receiver Tube - Installed PRC45V Compressor Compressor and Components for PRC45V - 45 CFM @ 150 PSI; 100% Duty Cycle, hydraulic outriggers, boom rest, PTO, powder coated white, spring build up, master locks, Miller EnPak mounting bracket ( machine not included), back up alarm $120,640.00 HD CRANE BODIES & CRANES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION KNAPHEIDE KMT & CRANES KMT1 K KMT-1 KMT-1 Mechanics truck 11' crane body with torq-isolator crane support system. Exclusive 12 stage K-coat protection, (6) recessed cargo tie-downs in floor - 6,000# capacity, LED stop/tail/turn lights and backuplights. 21'' work surface bumper with thru compartment, (2) rear steps, vise plate & 2''receiver tube. Welder mounting plate street side rear top compartment. Hydraulics: PTO, hydraulic pump for crane, hydraulic reservoir with guard. Master Locking System, Cab Protector, (4) halogenwork lights installed, hydraulic out/hydraulic outriggers and 97db audiblealarm included. 44'' high side packs and 60'' high right front vertical comp with 3-pt t-handles. 7 drawer unit 1st verticle compartment, Gas bottle retainer, vented top & bottom. (Ship To Quincey IL) $61,735.00 K 7621 STELLAR 7621 crane with 7,500lb capacity @ 44,840 ft.lb. rating, double-acting cyclinders w/integral holding valves, boom support, wireless remote with back up pendant control $39,710.00 KMT2 K KMT-2 KMT-2 Mechanics truck 11' crane body with torq-isolator cranesupport system. Exclusive 12 stage K-coat protection, (6) recessed cargotie-downs in floor - 6,000# capacity, LED stop/tail/turn lights and backuplights. 24'' work surface bumper with thru compartment, vise plate &pintle mount plate (pintle not included). PTO, hydraulic pump for crane, hydraulic reservoir with guard. Master Locking System, Cab Protector, (4) halogenwork lights installed, hydraulic out/hydraulic outriggers and 97db audiblealarm included. 60'' high side packs with 3-pt T-handles. 7 drawerunit gas bottle retainer vented top & bottom. (Ship To Quincey IL) (MIN 26k GVWR). $69,445.00 K STELL 10621 STELLAR 10621 crane with 10,000lb capacity @ 70,000 ft.lb. rating, double-acting cyclinders w/integral holding valves, boom support, wireless remote with back up pendant control $40,345.00 KMT ACCESSORIES K SOB KMT Commercial grade spray-on bed liner applied to cargo floor, sides, compartment tops, bulkhead, tailgate & rear bumper. $2,220.00 K BOSS36 COMP Boss 36 CFM hydraulic compressor with Reelcraft 50'x1/2'' hose reel and roller fairlead through the righ rear compartment FLR system and underbody air tank included with compressor.$9,315.00 ABG CRANE BODIES & CRANES 9' CRANE BODY ABG CM CB9 Furnish and install 9' CM Crane Body, standard VVS compartments, crane reinforced 60K Ft LB, workbench bumper, with through box. LED lighting for tail and running to DOT specs. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $24,565.00 ABG STI CB9 Furnish and install 9' STI crane body. 44" tall cabinets, positive pressure fan system to keep dust, dirt and moisture out of cabinets. Painted with PPG inside and out. Workbench bumper with through box. Rubber/galvanized steps w/handles on workbench bumper to access bed and bumper. LED lighting for tail and running to DOT specs. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $58,275.00 11' CRANE BODY ABG VOTH-11R-CRANE 11' Voth aluminum crane/service body. Features all aluminum body, workbench bumper, curb side oxy/acet cabinet, vented, road side 60" tool cabinet. All cabinets include shelving, master locking system, and powdercoated white. Crub side, rear crane reinforcement for 30K Ft/Lb crane. $42,870.00 ABG CM CB1 Furnish and install 9' CM Crane Body, standard VVS compartments, crane reinforced 60K Ft LB, workbench bumper, with through box. LED lighting for tail and running to DOT specs. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $30,950.00 ABG STI CB11 Furnish and install 11' STI crane body. 44" tall cabinets, positive pressure fan system to keep dust, dirt and moisture out of cabinets. Painted with PPG inside and out. Workbench bumper with through box. Rubber/galvanized steps w/handles on workbench bumper to access bed and bumper. LED lighting for tail and running to DOT specs. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $62,755.00 ABG Accessories ABG CTECH-9DRW-R C Tech drawers for rear toolbox, features 2 tall, 1 medium, and 3 thin drawers $3,315.00 ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $1,855.00 HD CRANE BODIES & CRANES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $5,405.00 ABG CTECH-11DRW-F C Tech drawers for rear toolbox, features 2 tall, 1 medium, and 3 thin drawers $3,315.00 ABG CTECH-11DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $2,000.00 3,000LB CLASS ABG T3216-E Tiger Model 3216 E Electric Crane. 3200 LB, 16 foot reach, 1 hydraulic, 1 manual extension, 22 FPM winch speed, 400 degree rotation. Auto rotating lights on crane tip to see block. Boom rest. HD outriggers $34,790.00 4,000LB CLASS ABG LM4000X-16 Liftmoore model 4000 crane with its 16,000 Ft-Lb. moment rating and 4,000 Lb. maximum capacitydesigned for 11,000 GVWR and larger trucks. Power boom elevation, power extension, power rotation and power hoist winch are standard, power extension from 8 Ft to 12 Ft with manual pull out to 16 Ft. Includes 25K manual outriggers. $30,225.00 5,000LB CLASS ABG T5032-E Tiger Model 5032 E Electric Crane. 5000 LB, 21 foot reach, 1 hydraulic extension, 40 FPM wire speed, 400 degree rotation. Auto rotating lights on crane tip to see block. Boom rest. HD outriggers. $40,095.00 6,000LB CLASS ABG LM-6036X-20 Liftmoore 36,000 ft-lbs. capacity of 6,000 lbs this crane with pistol grip pendantUnlimited Rotation, 12 V DC operating system, power boom extension from 10-16', manual boom extension to 20'. Includes 40K manual outriggers.$38,135.00 SMRYNA TRUCK CENTER 9' CRANE BODY FB CM9-4K 9' DRW Reading Classic 108" Crane Reinforced Utility Body, for cranes up to 3,200 lbs. Includes helper springs crane side, manual outriggers, exhaust extension (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,890.00 FB RM25-9-5K 9' READING RM-25 CRANE BODY FOR UP TO A 5,000 LB CRANE. 108" L X 93.25" W (OD) 50" W CARGO AREA, 40" HIGH SIDES, 3 POINT COMPRESSION LATCHES, 1/8" TREADPLATE FLOOR, (4) TIE DOWNS, SLAM ACTION REAR TAILGATE, 20" WORK BENCH BUMPER WITH LOCKABLE STORAGE (DOES NOT INCLUDE HITCH) UNDER COATED AND PAINTED WHITE (REQUIRES 60"CA) $32,315.00 11' CRANE BODY FB CM11-3K 11' DRW Reading Classic 132" Crane Reinforced Utility Body for 84" CA Chassis, Cranes up to 3,200 lbs. Includes helper springs crane side, manual outriggers, exhaust extension(Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $23,435.00 FB RM25-11-5K 11' Reading RM-25 Crane Body for Cranes up to 5,000 lbs. Includes helper springs crane side, manual outriggers, exhaust extension, 20" Workbench bumper with vise mount (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $35,665.00 FB RM45-11-45K READING RM-45, 11' HD STEEL CRANE BODY. REINFORCED FOR MAX 45,000 FT CRANE. 132" L X 96" W (OD), 50" W CARGO AREA. COMPARTMENT DEPTH, 22", COMPARTMENT LIGHTING, (2) REAR GRAB HANDLES, (4) LED WORK LIGHTS , POWER OUT/ DOWN OUTRIGGERS, SPRAY LINER, HEADACHE RACK AND MASTERLOCKING. 60" 1ST & 2ND VERTICAL COMPARTMENTS- CURBSIDE, 44" HORIZONTAL & REAR VERTICAL, 20K RATED RECIEVER HITCH, & 7/4 WIRE TRAILER PLUG. $75,120.00 CRANES FB 3200LM Liftmoore 3600 lb Electric Crane, includes boom rest, Aux. Battery, Super Spring and Manual Out/ Down Outrigger $25,835.00 FB LM3216REL-12K LIFTMOORE 3612REL- 15 CRANE, 12,000 FT LB MOMENT RATING, 3600# MAX CAPACITY @ 3' MANUAL EXTEND/ POWER ROTATE. CONTINUOUS & UNLIMITED POWER ROTATION, 360 DEGREE BOOM LENGTH 15', 7000# MAX BREAKING STRENGTH, 18' REMOVABLE REMOTE PENDDANT CONTROL WITH EMERGENCY STOP. LOAD LIMITING SENSING SWITCH, BOOM SUPPORT, MOUNTED ON REAR COMPARTMENT TOP, AUX BATTERY, MANUAL OUTRIGGERS AND HELPER SPRINGS $25,835.00 HD CRANE BODIES & CRANES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FB LM3612X-12K LIFTMOORE 3612X 9-15 CRANE, 12,000 FT LB MOMENT RATING, 3600# MAX CAPACITY @ 3' POWER EXTEND/ POWER ROTATE. CONTINUOUS & UNLIMITED POWER ROTATION, 360 DEGREE BOOM LENGTH 15', 7000# MAX BREAKING STRENGTH, 18' REMOVABLE REMOTE PENDDANT CONTROL WITH EMERGENCY STOP. LOAD LIMITING SENSING SWITCH, BOOM SUPPORT, MOUNTED ON REAR COMPARTMENT TOP, AUX BATTERY, MANUAL OUTRIGGERS AND HELPER SPRINGS $25,835.00 FB LM2550XP-HYD-25K LIFTMOORE 2550XP HYD CRANE WITH 25k FT-LB RATING, 8000# @ 5' POWER EXTEND/ POWER ROTATE. ON/ OFF 12V ELECTRIC CONTROL SYSTEM, REMOTE PENDANT CONTROL WITH EMERGENCY STOP, POWER ROTATION- UNLIMITED, BOOM EXTENSION, POWER 10-16', MANUAL 16-20' BOOM ELEVATION, FULL POWER, GALVANIZED AIR CRFBT CABLE. MASTER DISCONNECT SWITCH, BOOM SUPPORT, ADDITINAL LEFB SPRING, PTO AND PUMP (REQUIRES FACTORY PTO PROVISION) $42,595.00 HD CRANE BODIES & CRANES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BOWIE INTERNATIONAL FIBERGLASS BODIES BI C-100 Custom Fiberglass Coaches Animal Control Unit - 6 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$21,165.00 BI C-100-NS Custom Fiberglass Coaches Animal Control Unit - 6 compartment - no storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$20,820.00 BI PRO 6W6 Custom Fiberglass Coaches Animal Control Unit - 6 compartment - no storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$23,375.00 BI PRO 6WD7 Custom Fiberglass Coaches Animal Control Unit - 6 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$23,720.00 BI PRO 6WD9 Custom Fiberglass Coaches Animal Control Unit - 9 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$24,780.00 BI PRO 6WS7 Custom Fiberglass Coaches Animal Control Unit - 6 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$23,720.00 BI PRO 6WS8 Custom Fiberglass Coaches Animal Control Unit - 7 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$24,065.00 BI PRO 8W8 Custom Fiberglass Coaches Animal Control Unit - 8 compartment - no storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$25,170.00 BI PRO 8WD11 Custom Fiberglass Coaches Animal Control Unit - 10 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$26,630.00 BI PRO 8WD9 Custom Fiberglass Coaches Animal Control Unit - 8 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$25,515.00 BI PRO 8WS10 Custom Fiberglass Coaches Animal Control Unit - 9 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$26,100.00 BI PRO 8WS11 Custom Fiberglass Coaches Animal Control Unit - 10 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$26,630.00 BI PRO 8WS9 Custom Fiberglass Coaches Animal Control Unit - 8 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$25,515.00 ACCESSORIES BI RVISON Custom Fiberglass Coach Accessories Rear Vision Camera with 5.6'' flat screen color monitor $580.00 BI SCENE LIGHT-LED Custom Fiberglass Coach Accessories Clear LED Scene Light - 1200 Lumens flood pattern $120.00 BI SHELF Custom Fiberglass Coach Accessories Removable Shelf - animal compartment $130.00 BI SLIDE OUT TRAYS Custom Fiberglass Coach Accessories 2 Slide Out Trays For Storage of 6 Carriers or 4 Traps - Rear passenger side compartment $990.00 BI STEPS Custom Fiberglass Coach Accessories Drop Down Steps - Front passenger side compartment $1,380.00 BI STORAGE TRAY Custom Fiberglass Coach Accessories Roll Out Tray in Rear Storage Compartment $630.00 BI TRAPS Custom Fiberglass Coach Accessories 4 Traps For Storage Trays $650.00 BI ULTRA-AC UltraCool Extreme Termperature Air Conditioning w/ auxiliary compressor - Dedicated twin fan condenser - 28,000 BTU cool $6,050.00 BI ULTRA-AC/H UltraCool Extreme Termperature A/C & Heating w/ auxiliary compressor - Dedicated twin fan condenser - 28,000 BTU cool - 36,000 BTU Heat w/ electronic thermostat $6,380.00 BI WEAR STRIPS Custom Fiberglass Coach Accessories Rooftop Aluminum Wear Strips $220.00 ANIMAL CONTROL Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BI AC-HEAT-HC Custom Fiberglass Coach Accessories High Capacity A/C & Heat (Tie-In) - 28,000 BTU cool - 36,000 BTU Heat w/ temp monitor $3,740.00 BI AC-ONLY-HC Custom Fiberglass Coach Accessories High Capacity Air Conditioning (Tie-In) - up to 28,000 BTU cooling w/ temp monitoring in cab $3,410.00 BI BSAV-HOIST Custom Fiberglass Coach Accessories BackSaver Hoist with Large Cage - front passenger compartment $4,620.00 BI BSMIRROR Custom Fiberglass Coach Accessories Rear Blind Spot Mirror $185.00 BI CARRIERS Custom Fiberglass Coach Accessories 6 Carriers For Storage Trays $760.00 BI CPOLE Custom Fiberglass Coach Accessories Catch Pole Holder - Tube style with locking access door $305.00 BI GRATES-6 Custom Fiberglass Coach Accessories Polypropylene Floor Grates - Set of 6 $320.00 BI GRATES-8 Custom Fiberglass Coach Accessories Polypropylene Floor Grates - Set of 8 $430.00 BI INT-DOOR-6 Credit for Custom Fiberglass Coach Accessories Heavy Duty Interior Safety Door - Powdercoated Black in lieu of stainless steel (Set of 6 & 7 door configurations).($120.00) BI INT-DOOR-8 Credit for Custom Fiberglass Coach Accessories Heavy Duty Interior Safety Door - Powdercoated Black in lieu of stainless steel (Set of 8, & 10 door configurations).($160.00) BI INT-DOOR-STNLS-6 DELETE - Custom Fiberglass Coach Accessories Heavy Duty Safety Door - Stainless Steel (Set of 6 & 7 door configurations)($690.00) BI INT-DOOR-STNLS-8 DELETE - Custom Fiberglass Coach Accessories Heavy Duty Safety Door - Stainless Steel (Set of 8, 9 & 10 door configurations)($920.00) BI PETSTEP Custom Fiberglass Coach Accessories PetStep Portable Folding Ramp $195.00 BI P-RAMP Custom Fiberglass Coach Accessories Pull Out Ramp - Front passenger side $710.00 SWAB WAGON COMPANY FIBERGLASS BODIES SWAB ARF95 SWAB WAGON COMPANY ARF.95 ANIMAL TRANSPORT BODY TO BE INSTALLED ON 56" CA SRW CHASSIS WITH FLOOR PLAN [D], SET OF 6 SAFETY DOORS, TWO SLIDE TRAYS IN LEFT REAR COMPARTMENT, SIX COMPARTMENT LIGHTS, TEMP MONITOR, CATCH POLE HOLDER, & PULL OUT / FOLD DOWN LOADING RAMP. (REQUIRES 56"CA CHASSIS) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) - Long Lead Time item, Estimate 12+ months from issuance of PO. $31,840.00 ACCESSORIES SWAB AC BODY HEAT AND AIR CONDITIONING.$4,310.00 SWAB CAM INSTALL MANUFACTURER SUPPLIED CAMERA IN BACK OF ANIMAL CONTROL BODY.$0.00 AMERICAN ALUMINUM 8-ANIMAL AA 8-ANIMAL-LR American Aluminum 8 compartment animal control system with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C) Installed in Perry, FL $31,900.00 AA 8-ANIMAL-MH American Aluminum 8 compartment animal control system for medium/high roof vans with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C) Installed in Perry, FL $34,340.00 9-ANIMAL AA 9-ANIMAL-LR American Aluminum 9 compartment animal control system with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C) Installed in Perry, FL $34,340.00 ANIMAL CONTROL Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AA 9-ANIMAL-MH American Aluminum 9 compartment animal control system for medium/high roof vans with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C) Installed in Perry, FL $34,340.00 10-ANIMAL AA 10-ANIMAL-LR American Aluminum 10 compartment animal control system with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C) Installed in Perry, FL $34,340.00 AA 10-ANIMAL-MH American Aluminum 10 compartment animal control system for medium/high roog vans with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C) Installed in Perry, FL $34,340.00 ANIMAL CONTROL Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION VAN CONVERSIONS MW BRAUN-VOY-RE BraunAbility ADA compliant Commercial Rear-Entry on the new Chrysler Voyager is a passenger-friendly as well as a cost-efficient mobility solution for many commercial transportation providers. Seats up to 7 passengers, configurations up to 2 wheelchair positions. Braun Commercial ADA Compliant Long-cut Rear-Entry floor with 2 Wheelchair securement locations, 56" Power (OEM) Door, Vertical Stow Foldout Ramp, ADA Ramp Lighting, Transit Vinyl Flooring in Pan Area, 2nd Row Flip & Fold Seating, QRT MAX Slide-n-Click wheelchair/Occupant Securement System (1), Transmission Interlock, Back Up Alarm, Emergency Rear Hatch Release.(requires purchase of 2020+ Chrysler Voyager) $29,465.00 MW BRAUN-SIEN-RE 2024 Convered Braun Toyota Hybrid ADA Compliant Rear Entry Short Cut (VT) Lowered Floor with 1 Wheelchair Position, 56" Manual door, Manual Simple Stow Ramp, Ada Lighting, ADA Commercial Transit Flooring, 2nd Row OEM 3 Passenger Bench Seat, Q'Straint QER Electronic Front and QRT MAX Rear Retractors, Transmission Interlock, Back Up Alarm, Emergency Hatch Release, WeatherTech mats(Driver and Passenger) All Wheel Drive models cannot be converted. Includes DOT package with (5# Fire Extinguisher, 10 Unit First Aid Kit, Triangle Flare Kit, Body Fluid Kit). (Requires the purchase of 2021+ 8 Passenger seating chassis.) $32,040.00 MW BRAUN-VOY-SE BraunAbility ADA compliant Commercial Side-Entry - I4 Power (OEM) Door, Manual In-Floor Ramp, Vinyl Flooring, Step & Roll Front Passenger Seat, Emergency Rear Hatch Release, Manual Wheelchair/Occupant Securement System (1) BraunAbility - Swap M-Series for QRT Max - 4 Retractors, Lap and Shoulder Belt, BraunAbility - DOT Package (5# Fire Extinguisher, 10 First Aid Kit, Triangle Flare Kit, Body Fluid Kit) (requires purchase of 2020+ Chrysler Voyager) $39,580.00 TRANSIT 9+2-LIFT LIFT EQUIPPED 9 PASSENGER WITH 1 ADA COMPLIANT CHAIR POSITION ON FORD TRANSIT,ABS INTERIOR KIT WITH GRAY WALLS AND LIGHT GRAY CEILING, OVERHEAD STORAGE COMPARTMENT ABOVE DRIVER STAINLESS STEEL GRAB BAR AT ENTRANCE, INTERIOR DOME LIGHTS ALTRO TRANSIT GRADE SAFETY FLOORING, RUNNING BOARDS, BOTH SIDES OEM DRIVER AND CO-PILOT SEATS, TWO FREEDMAN GO-ES SINGLE FOLDAWAY SEATS THREE FREEDMAN GOES DOUBLE FOLDAWAY SEATS REAR MOUNTED BRAUN CENTURY WHEELCHAIR LIFT, 800 LBS. CAPACITY, 34 X 51 INTERIOR LIFT LIGHT, ADA INTERLOCK SYSTEM TWO WHEELCHAIR POSITIONS WITH QSTRAINT SECUREMENTS AND LAP/SHOULDER BELT FLOOR MOUNTED WC SECUREMENT STORAGE COMPARTMENTS FIRE EXTINGUISHER, FIRST AID KIT, TRIANGLE KIT AND SEAT BELT CUTTER $38,110.00 MW 10 PASS Package 12 to 10 Passenger on 148" WB Medium Roof Wagon Re-arrange Rear OEM Seating, Disable Seat Mounting Locations, Cover Floor Pockets with Non-Slip Surface. ** Re-Classify OEM Vehicle from Bus to MPV IMPORTANT NOTES: ** Can only be built on an Untitled Vehicle ** This build can only be built on a Ford Transit Wagon WITH SEATS! $6,400.00 CHASSIS CONVERSIONS BUS12+2 12 + 2 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER,5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, GRAB HANDLES ON AISLE SEAT LOCATIONS, AISLE SIDE FLIP UP ARM RESTS FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, BRAUN CENTURY SERIES WHEELCHAIR LIFT WITH BELT - LIFT DOOR, DOUBLE DOOR WITH WINDOWS, ADA DECALS, Q STRAINT QRT MAX FOR TWO POSITION, WITH MOUNTED STORAGE POUCHES, FAST IDLE/INTERLOCK, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 12,500 lbs. -14,500 GVWR, 158''WB) '' $82,100.00 SHUTTLE BUSSES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BUS14 14 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIORSIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR, KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES, MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER, 5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE, BACK UP ALARM & BACK UP CAMERA WITH 7” MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT, L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, AISLE SIDE FLIP UP ARM RESTS, FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, FAST IDLE, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 12,500 lbs. -14,500 GVWR, 158''WB) '' $70,530.00 BUS16+2 16 + 2 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER,5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, GRAB HANDLES ON AISLE SEAT LOCATIONS, AISLE SIDE FLIP UP ARM RESTS FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, BRAUN CENTURY SERIES WHEELCHAIR LIFT WITH BELT - LIFT DOOR, DOUBLE DOOR WITH WINDOWS, ADA DECALS, Q STRAINT QRT MAX FOR TWO POSITION, WITH MOUNTED STORAGE POUCHES, FAST IDLE/INTERLOCK, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 14,500 lbs. GVWR, 176''WB) '' $86,255.00 BUS20 + 2 20 + 2 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER,5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, GRAB HANDLES ON AISLE SEAT LOCATIONS, AISLE SIDE FLIP UP ARM RESTS FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, BRAUN CENTURY SERIES WHEELCHAIR LIFT WITH BELT - LIFT DOOR, DOUBLE DOOR WITH WINDOWS, ADA DECALS, Q STRAINT QRT MAX FOR TWO POSITION, WITH MOUNTED STORAGE POUCHES, FAST IDLE/INTERLOCK, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 14,500 lbs. GVWR, 176''WB) $95,265.00 HEAVY DUTY BUS25 25 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS , TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES, MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER, 5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE, BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND SIX SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT, L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, AISLE SIDE FLIP UP ARM RESTS, FREEDMAN DRIVERS SEAT WITH RH ARMRES, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, 82,000 BTU AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, FAST IDLE , EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER '' $81,465.00 SHUTTLE BUSSES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PRISONER TRANSPORT PRISONER 12+1CO+1 12 + 1 CO + 1 OR 2 Wheelchair Passenger Inmate Transport Bus conversion furnished and installed by FTS - EXTERIOR PAINT – WHITE EXTERIOR SIDES WITH PORTHOLE WINDOWS INTERIOR SECURITY SCREENS ON INTERIOR OF PORTHOLE WINDOWS, GERFLOR FLOORING, WHITE STEP NOSING 5/8” MARINE GRADE PLYWOOD INSULATION, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEY SWITCH, ENTRANCE GRAB RAIL, STAINLESS STEEL, EXTERIOR MIRRORS, INTERIOR MIRROR,MONITOR FOR BACK UP CAMERA BACK UP ALARM LED EXTERIOR BODY LIGHTS REAR EMERGENCY DOOR, SOLID HASP FOR REAR DOOR, 70,000 BTU ACT AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER SECURITY SCREENING OVER AC EVAP AND HEATER LED INTERIOR DOME LIGHTS COVERED WITH SECURITY SCREENINING, AM/FM MP3 PLAYER – FOUR SPEAKERS COVERED WITH SECURITY SCREENING 12 PASSENGER SEATING FREEDMAN PRISONER TRANSPORT SEATS – AISLE FACING C.O./GUARD SEAT VINYL UPHOLSTERY, TWO SECURITY PARTITIONS WITH POLYCABONATE SHIELD, ADA COMPLIANT WHEELCHAIR LIFT, LIFT DOOR WITH HASP 2 WHEELCHAIR POSITIONS WITH Q STRAINT SECUREMENTS, INTERLOCK/ FAST IDLE 5 LB FIRE EXTINGUISHER, FIRST AID KIT, AND REFLECTIVE TRIANGLE KIT DELIVERY (Requires - CUTAWAY DUAL REAR WHEEL CHASSIS, GVWR 14,500 LBS/158” WHEELBASE) $118,725.00 SHUTTLE BUSSES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TRANSIT VAN REEFER PACKAGE TK TRANSIT-REEFER Thermo King V520 RT MAX Transit Van Refrigeration Package (Refrigeration unit + Insulation) Thermo King V520 RT MAX 10 vehicle driven refrigerated unit with R404A refrigerant. This unit has the capacity to deliver 0 degrees Key items and features included in this quote: • Thermo King V520 RT MAX 20 vehicle powered refrigeration unit • Thermo King compressor with Jet-Lube compressor lubrication • In cab controller with digital LED thermometer • Electronic Thermosta • Slim line roof mounted condenser • Factory hose kit • Hose management kit • Insulation: To be installed inside Ford Transit 148” High Roof- 3” of insulation- floors, walls, ceiling. Insulated front bulkhead behind seats; bulkhead reinforced for refrigerated unit. Doors completely insulated and covered with Sub Zero panels. Two drains molded into the floor. Diamond plate bump guards at each cargo door opening. $27,940.00 BOX BODY REEFER PACKAGE 16' REEFER UNIT TK 16BOX-REEFER Thermo King HD 16' INSULATED BOX TRUCK WITH INT HEIGHT 86'' INT WIDTH 89'' EXTERIOR WIDTH 96'' INSULATION 3'' Insulation sides and ceiling, 4'' front wall and floor REAR DOOR Whiting Temp Guard 1-1/2'' medium temp overhead door FLOOR Aluminum Treadplate Floor, Welded Water Tight 4 Drains and kazoos 1 in each corner LONG SILLS 4” “I” Beam CROSSMEMBERS 3” “I” Beam on 12” centers LINING One piece seamless Kemlite, sides, front, ceiling ROOF .032 aluminum one piece EXTERIOR PANELS .040 Prepainted white aluminum, side posts on 16” centers REAR FRAME Galvanealed steel rear frame, painted white GRAB HANDLES Curbside & roadside SCUFF 24'' Aluminum Treadplate scuff sides and front LIGHTING (interior) One (1) LED Domelight with switch in rear LIGHTING (exterior) LED lighting package per FMVSS 108. CARGO CONTROL Two (2) Rows of E-Track sides only located__36___'' and___60___'' from floor to center of track. LIFTGATE Tommy Gate 89-20EA55 89'' X 55'' + 12'' Aluminum Platform Railgate *2,000lb Capacity *Liftgate will be welded to rear frame and painted INCLUDED OPTIONS Three (3) folding steps and grab handle, front roadside corner post Reece Receiver Tube, welded to ICC Bumper 7-Way Electric Plug, uninstalled customer to install Install Wire for door cutoff switch REINFORCE Bulkhead prepped for ThermoKing T-680 series. (Refrigeration unit not included) - (Requires 19,500lb GVWR chassis with 120''CA) $43,060.00 TK T690 Thermo King all-new T690 reefer unit with Lower life cycle costs, lower fuel consumption, cleaner - quieter operation. Unmatched performance and reliability. Greater capacities at lower operating speeds. Precise temperature control and ease of use and service. Key Features of T690: New easier to operate T-Series Premium SR3 Controller Telematics Ready; Recyclable Geloy Injected Molded Skins Poly-V stretch belt with quiet channel technology Tier 4 diesel engine Robotic welded steel frame with automotive grade 2 coat paint finish Liquid level fill alerts 2,000 hour Service Interval Door Switch- Switches the unit off when door is opened. Installation & Freight. (Box Body sold seperately) - (Requires chassis with diesel engine or additional diesel fuel tank for gas trucks) $25,375.00 24' REEFER UNIT TK 24BOX-REEFER Thermo King HD 24' Insulated T-890-50 truck with precise temperature control and ease of use and service. Added feature of Electric Standby for full electric operation. INCLUDES: New easier to operate T-Series “Premium” SR3 Controller, Telematics Ready, Recyclable Geloy Injected Molded Skins, Poly-V stretch belt with quiet channel technology, Tier 4 diesel engine, Robotic welded steel frame with automotive grade 2 coat paint finish, Liquid level fill alerts, 24’ Body Insulated Box, Thieman Stowaway 4,000 Liftgate, Installation, & Freight. (MEDIUM DUTY DIESEL CHASSIS REQUIRED $83,235.00 TK T890-50 Thermo King all new T-890-50 reefer unit with precise temperature control and ease of use and service. Added feature of Electric Standby for full electric operation. INCLUDES: New easier to operate T-Series Premium SR3 Controller, Telematics Ready, Recyclable Geloy Injected Molded Skins, Poly-V stretch belt with quiet channel technology, Tier 4 diesel engine, Robotic welded steel frame with automotive grade 2 coat paint finish, Liquid level fill alerts, Thieman Stowaway 4,000 Liftgate, Installation, & Freight. (24' BOX BODY SOLD SEPARATELY) - (MEDIUM DUTY DIESEL CHASSIS REQUIRED) $28,420.00 CARGO VAN REAR HVAC TK REAR HVAC 32,500 BTU rear mounted A/C and Heat- three speed fan, variable temperature control, low profile, quiet and efficient operation $9,825.00 THERMOKING REEFER UNITS Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION VERSALIFT FB VERSALIFT40-NON Versalift SST36NE, Non insulated boom, 370 degree rotation, Fiberglass walk in bucket with door single man, working height 40'6" horizontal reach 26'7", Platfrom capacity 350LBS with auto leveling and manual leveling, upper and lower controls electrical toggle switch's, 110V outlet at bucket,12V emergency back up pump, remote engine start / stop at upper and lower controls, hydraulic PTO, Rear torsion bar and ballast. Includes 11' Warner utility body with 34" tail shelf, (2) user manuals, (2) wheel chocks, (1) safety harness, (1) lanyard attachment, (1) warning triangle kit, (1) fire extinguisher, (1) 2000W pure sine wave inverter, (4) amber LED's with (2) monted in grille, and (2) to rear of body - (Requires 19,500 GVWR, Snowplow prep, PTO, Backup Camera, and Running Boards) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $92,975.00 FB VERSALIFT40-JIB-NON Versalift SPT36NE, Non insulated boom, aluminum basket single man, Working height 40'6", horizontal reach 26'6", Platform capacity 350LBS with auto leveling and manual leveling, upper and lower controls electrical toggle switch's, 500lbs lifting eye, 110V outlet at basket, 12V emergency back up pump, Remote engine start / stop at upper and lower controls, Hydraulic PTO,Rear torsion bar and ballast. Includes 11' Warner utility body with 34" tail shelf, (2) user manuals, (2) wheel chocks, (1) safety harness, (1) lanyard attachment, (1) warning triangle kit, (1) fire extinguisher, (1) 2000W pure sine wave inverter, (4) amber LED's with (2) monted in grille, and (2) to rear of body - (Requires 19,500 GVWR, Snowplow prep, PTO, Backup Camera, and Running Boards) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $122,500.00 FB VERSALIFT45 Versalift SST40-E. Insulated boom continous 360 rotation,Category C, Insulated fiberglass single man bucket with liner, 180 degree hydrauilc platform rotation, working height 45', Horizontal reach 27'9" Platform capacity 450LBS, Bucket auto leveling and manual leveling, Hydraulic upper and lower controls, 12V emergency back up pump, Remote engine start / stop at upper and lower controls, Hydraulic PTO, Rear torsion bar and ballast. Includes 11' Warner utility body with 34" tail shelf, (2) user manuals, (2) wheel chocks, (1) safety harness, (1) lanyard attachment, (1) warning triangle kit, (1) fire extinguisher, (1) 2000W pure sine wave inverter, (4) amber LED's with (2) monted in grille, and (2) to rear of body - (Requires 19,500 GVWR, Snowplow prep, PTO, Backup Camera, and Running Boards) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $103,800.00 FB VERSALIFT45-JIB Versalift VST40-E, Insulated boom continous 360 rotation,Category C, Insulated fiber glass single man bucket with liner. 180 degree hydrauilic platfrom rotation, Working height 45'4", Horizontal reach 30', Platform capacity 600lbs, bucket auto leveling and manual leveling, Hydraulic upper and lower controls, Hydraulic Jib 1000lb capacity, one set of hydraulic out riggers, 12V emergency back up pump, Remote engine start / stop at upper and lower controls, two out rigger pads, Hydraulic PTO. Includes 11' Warner utility body with 34" tail shelf, (2) user manuals, (2) wheel chocks, (1) safety harness, (1) lanyard attachment, (1) warning triangle kit, (1) fire extinguisher, (1) 2000W pure sine wave inverter, (4) amber LED's with (2) monted in grille, and (2) to rear of body - (Requires 19,500 GVWR, Snowplow prep, PTO, Backup Camera, and Running Boards) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $161,880.00 FB VERSALIFT52-JIB Versalift VST47-E Insulated boom contunour 360 rotation, Category C, Insulated fiberglass single man bucket with liner, 180 degree hydraulic platform rotation, working height 52', Horizontal reach 30'9", Platform capacity 500lbs bucket auto and manual leveling, Hydraulic upper and lower controls, Hydraulic Jib 1000lb capacity, two sets of hydraulic our riggers, 12V emergency back up pump, Remote start / stop at upper and lower controls, four out rigger pads,Hydraulic PTO. Includes 11' Warner utility body with 34" tail shelf, (2) user manuals, (2) wheel chocks, (1) safety harness, (1) lanyard attachment, (1) warning triangle kit, (1) fire extinguisher, (1) 2000W pure sine wave inverter, (4) amber LED's with (2) monted in grille, and (2) to rear of body - (Requires 19,500 GVWR, Snowplow prep, PTO, Backup Camera, and Running Boards) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $173,760.00 AERIAL DEVICES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ACCESSORIES Knapheide K CLV-FB Class V Hitch for Flat Bed $1,345.00 Premier PTC CLV-FB Class V trailer hitch for flat beds 17K rating 2'' recevier tube.$845.00 ACTION - READING AF CLV-FB HITCH PLATE WITH RECEIVER HITCH $670.00 AF 7/4WIRE 7/4 WAY TRAILER RECEPTACLE $260.00 GOOSENECK PLATFORM Knapheide K PGTB-96 Knapheide 9' gooseneck body wih rear hitch, two plugs, and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,950.00 K PGTC-96 Knapheide 9' goseneck body with rear hitch, two plugs, under body boxes and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,435.00 K PGTD-94 Knapheide 9' goseneck body with rear hitch, two plugs, under body boxes and tall front compartments and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,770.00 K PGTB-116 Knapheide 11' gooseneck body wih rear hitch, two plugs, and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,580.00 K PGTC-116 Knapheide 11' gooseneck body with rear hitch, two plugs, under body boxes and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,560.00 K PGTD-114 Knapheide 11' goseneck body with rear hitch, two plugs, under body boxes and tall front compartments and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.$19,765.00 PREMIER TRUCK PTC 8GN CM/PJ GB 8' DRWGooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$8,805.00 PTC 9GN CM/PJ GB 9' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,500.00 PTC 11GN CM/PJ GB 11' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,325.00 ABG FABRICATION ABG CM-RD-GOOSE7-SRW CM RD Series 7' Gooseneck body for 6.5 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $8,200.00 ABG CM-SK-GOOSE7-SRW CM SK Series 7' Gooseneck body for 6.5 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack, 4 integrated toolboxes and fully skirted.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $12,110.00 ABG CM-TM-GOOSE7-SRW CM TM Series 7' Gooseneck body for 6.5 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack, 6 integrated toolboxes and fully skirted, slam shut tailgate, 4 movable tie downs.Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $15,750.00 ABG CM-RD-GOOSE8-SRW CM RD Series 8' Gooseneck body for 8 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack, Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,250.00 FLAT BED - STAKE / GOOSE NECK Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG CM-SK-GOOSE8-SRW CM SK Series 8' Gooseneck body for 8 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present.Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $12,500.00 ABG CM-TM-GOOSE8-SRW CM TM Series 8' Gooseneck body for 8 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs.Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $17,190.00 ABG CM-RD-GOOSE8-DRW CM RD Series 8' Gooseneck body for 8 ft Bed Delete DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $9,110.00 ABG CM-TM-GOOSE8-DRW CM TM Series 8' Gooseneck body for 8 ft Bed Delete DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $18,870.00 ABG CM-RD-GOOSE9-DRW CM RD Series 9' Gooseneck body for 60 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,810.00 ABG CM-SK-GOOSE8-DRW CM SK Series 8' Gooseneck body for DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,085.00 ABG CM-SK-GOOSE9-DRW CM SK Series 9' Gooseneck body for 60 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,540.00 ABG CM-TM-GOOSE9-DRW CM TM Series 9' Gooseneck body for 60 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $18,330.00 ABG CM-RD-GOOSE11-DRW CM RD Series 11' Gooseneck body for 84 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,670.00 ABG CM-SK-GOOSE11-DRW CM SK Series 11' Gooseneck body for 84 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $14,060.00 ABG CM-TM-GOOSE11-DRW CM TM Series 11' Gooseneck body for 84 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $21,400.00 ABG CM-TM-MD-GOOSE11 CM TM Series 11' Gooseneck body for 84 CA GM MD DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $20,910.00 ABG CM-RD-MD-GOOSE9 CM RD Series 9' Gooseneck body for 60 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $10,355.00 ABG CM-SK-MD-GOOSE9 CM SK Series 9' Gooseneck body for 60 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,960.00 ABG CM-TM-MD-GOOSE9 CM TM Series 9' Gooseneck body for 60 CA GM MD DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $20,250.00 ABG CM-SK-MD-GOOSE11 CM SK Series 11' Gooseneck body for 84 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $14,525.00 FLAT BED - STAKE / GOOSE NECK Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG CM-RD-MD-GOOSE11 CM RD Series 11' Gooseneck body for 84 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $10,680.00 DVA DVA 8GOOSE CM Truck Beds 8’ dual rear wheel goosneck flatbed body, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 56 CA.$9,300.00 DVA 9GOOSE CM Truck Beds 9' dual rear wheel goosneck flatbed body, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 60 CA.$9,900.00 DVA 11GOOSE CM Truck Beds 11' dual rear wheel goosneck flatbed body, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 84 CA.$10,500.00 ACTION - READING AF CM-RD-GOOSE11-DRW CM MODEL RD, 11'4" STEEL GOOSENECK BODY. 11'4" L X 97" W, W/1/8" STEEL TREADPLATE FLOOR. INTEGRATED SQUARE TUBE HEADACHE RACK WITH CLEAR LED OVAL LIGHTS. 30K CAPACITY B&W GOOSENECK HITCH WITH 7 ROUND PLUG. ONE PIECE REAR SKIRT W/TAPERED CORNERS. REAR BUMPER W/24K RATED B&W PULL HITCH, W/2 1/2" RECEIVER AND 7/4-WAY PLUG. 3/8" X 2" SIDE RAILS WITH STAKE POCKETS. 4" CHANNEL RUNNERS. LED STOP/TAIL/TURN/BACKUP, ALL NECESSARY MARKER LIGHTS AND REFLECTORS. BLACK POWDER COAT FINISH. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $9,205.00 DURAMAG RTB 9HAULER DuraMag 9' Aluminum Hauler Body 25k Turn Over Gooseneck & 18k Rear Receiver, Lights in Headboard & Rear Apron (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,490.00 RTB 9HAULER-SB DuraMag 9' Smooth Skirted Aluminum Hauler Body Front & Rear Underbody Boxes, 25k Turn Over Gooseneck & 18k Rear Receiver, Lights in Headboard & Rear Apron (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,010.00 RTB 11HAULER DuraMag 11' Aluminum Hauler Body 25k Turn Over Gooseneck & 18k Rear Receiver, Lights in Headboard & Rear Apron (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,745.00 RTB 11HAULER-SB DuraMag 11' Smooth Skirted Aluminum Hauler Body Front & Rear Underbody Boxes, 25k Turn Over Gooseneck & 18k Rear Receiver, Lights in Headboard & Rear Apron (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,325.00 SMYRNA TRUCK CENTER FB 8GN BlueRidge Rodeo 8' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,305.00 FB 9GN BlueRidge Rodeo 9' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,305.00 FB 11GN BlueRidge Rodeo 11' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,590.00 8' FLAT BED Knapheide K PVMXS-898C Knapheide 8' SRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$7,975.00 K PVMXS-89C Knapheide 8' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$8,625.00 K VENTURO VC416SF-ES ADD electric hoist to 9' - 10' flatbed.$6,030.00 K R4096-08 ADD stake sides to 8' flatbed $2,960.00 FLAT BED - STAKE / GOOSE NECK Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION Premier PTC 880SFB PREMIER 8' SRW FLAT BED FOR 56'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $5,735.00 PTC 896SFB PREMIER 8' DRW FLAT BED FOR 56'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $5,735.00 PTC AMUM8-STAKE 44'' Aluiminum stake sides for 8' flatbed.$2,250.00 DVA DVA 8FLAT CM Truck Beds 8.5' single rear wheel flatbed body includes ICC bumper with class IV hitch and 7/4 way trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 98 CA.$8,830.00 SMYRNA TRUCK CENTER FB FB8-SRW FB 8' SRW FLAT BED FOR 56'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $9,775.00 FB FB8-DRW FB 8' DRW FLAT BED FOR 56'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $9,775.00 FB STEEL8-STAKE 44'' Aluiminum stake sides for 8' flatbed.$1,940.00 9' FLAT BED Knapheide K PVMXS-938C Knapheide 9' SRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$8,025.00 K PVMXS-93C Knapheide 9' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$8,705.00 K VENTURO VC416SF-ES ADD electric hoist to 9' - 10' flatbed.$6,030.00 K R4096-09 ADD stake sides to 9' flatbed $3,015.00 Premier PTC 980SFB PREMIER 9' SRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $6,425.00 PTC 996SFB PREMIER 9' DRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $6,425.00 PTC AMUM9-STAKE 44'' Aluiminum stake sides for 9' flatbed.$2,435.00 ABG FABRICATION ABG FLAT10-ST ABG Fabrication 10' X 8' Flatbed for 60 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth steel load floor. ICC Bumper Expanded metal rear window. Painted Black. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,530.00 ABG FLAT10-AL ABG Fabrication 10' X 8' Flatbed for 60 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth aluminum load floor. ICC Bumper Expanded metal rear window. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,530.00 ABG HOIST-EH 12-15T electric over hydraulic dumping flatbed. $17,855.00 FLAT BED - STAKE / GOOSE NECK Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DVA DVA 9FLAT CM Truck Beds 9' dual rear wheel wheel flatbed body includes ICC bumper with class IV hitch and 7/4 way trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 60 CA. $9,250.00 ACTION - READING AF FLAT9-ST 9' Flatbed Dual Rear Wheel Action 11 Ga. Smooth Galvannealed steel Skin on Headboard and floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Headboard with Punched Window, and ICC bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $8,600.00 AF LR416B RUGBY DOUBLE ACTING HOIST, LR-416B $4,145.00 AF STAKE9 48" REMOVABLE STEEL STAKE SIDES AND REAR BARN DOORS FOR 9' BODY $3,110.00 AF LR416SA-K VENCO SINGLE ACTING DUMP HOIST.$3,900.00 SMYRNA TRUCK CENTER FB FB9-SRW FB 9' SRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $9,775.00 FB FB9-DRW FB 9' DRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $9,775.00 FB STEEL9-STAKE 44'' Aluiminum stake sides for 9' flatbed.$2,080.00 10'/11' FLAT BED Knapheide K PVMXS-103C Knapheide 10' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$8,970.00 K VENTURO VC516SF-ES ADD electric hoist to 9' - 12' flatbed $5,060.00 K R4096-10 ADD stake sides to 10' flatbed $3,070.00 Premier PTC 1096SFB PREMIER 10' DRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $7,125.00 PTC AMUM10-STAKE 44'' Aluiminum stake sides for 10' flatbed $2,625.00 DVA DVA 10STAKE CM Truck Beds 10' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,450.00 DVA 11FLAT CM Truck Beds 11' dual rear wheel flatbed body includes ICC bumper with class IV hitch and 7/4 way trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 84 CA.$9,810.00 ACTION - READING AF FLAT10-ST 10' Flatbed DRW Action 11 Ga. Smooth Galvannealed steel Skin on Headboard and floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Headboard with Punched Window, & ICC bumper (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.). $8,815.00 AF LR416B RUGBY DOUBLE ACTING HOIST, LR-416B $4,145.00 FLAT BED - STAKE / GOOSE NECK Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SMYRNA TRUCK CENTER FB FB10-DRW FB 10' DRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $9,965.00 FB STEEL10-STAKE 44'' Aluiminum stake sides for 10' flatbed $2,175.00 12' FLAT BED Knapheide K FLAT12 Knapheide 12' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 84'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,580.00 K VENTURO VC516SF-ES ADD electric hoist to 9' - 12' flatbed $5,060.00 K R4096-12 ADD stake sides to 12' flatbed $3,745.00 Premier PTC 1296SFB PREMIER 12' DRW FLAT BED FOR 84'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $8,520.00 PTC ALUM12-STAKE 44'' Aluiminum stake sides for 12' flatbed $3,000.00 PTC VC516ES Venco Electric Hoist for 12' flatbed $4,615.00 ABG FABRICATION ABG FLAT12-AL ABG Fabrication 12' X 8' Flatbed for 84 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth aluminum load floor. ICC Bumper Expanded metal rear window. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $10,370.00 ABG FLAT12-ST ABG Fabrication 12' X 8' Flatbed for 84 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth steel load floor. ICC Bumper Expanded metal rear window. Painted Black. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $10,370.00 ABG HOIST-EH 12-15T electric over hydraulic dumping flatbed. $17,855.00 DVA DVA 12STAKE CM Truck Beds12' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,150.00 ACTION - READING AF FLAT12-ST 12' Flatbed DRW Action 11 Ga. Smooth Galvannealed steel Skin on Headboard and floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Headboard with Punched Window, & ICC bumper (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.). $12,480.00 AF LR416B RUGBY DOUBLE ACTING HOIST, LR-416B $4,145.00 SMYRNA TRUCK CENTER FB FB12-DRW FB 12' DRW FLAT BED FOR 84'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $10,130.00 FB STEEL12-STAKE 44'' Aluiminum stake sides for 12' flatbed $2,275.00 FB VC516ES Venco Electric Hoist for 12' flatbed $4,835.00 FLAT BED - STAKE / GOOSE NECK Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 14' FLAT BED Knapheide K FLAT14 Knapheide 14' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 108'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,165.00 K VENTURO VC520SF-ES ADD electric hoist to 14' flatbed $6,035.00 K R4096-14 ADD stake sides to 14' flatbed $3,860.00 Premier PTC 1496SFB PREMIER 14' DRW FLAT BED FOR 108'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $9,915.00 PTC ALUM14-STAKE 44'' Aluiminum stake sides for 14' flatbed $3,375.00 PTC VC520ES Venco Electric Hoist for 14' flatbed $4,950.00 ABG FABRICATION ABG FLAT14-ST ABG Fabrication 14' X 8' Flatbed for 120 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth steel load floor. ICC Bumper Expanded metal rear window. Painted Black. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $11,140.00 ABG FLAT14-AL ABG Fabrication 14' X 8' Flatbed for 120 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth aluminum load floor. ICC Bumper Expanded metal rear window. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $11,140.00 ABG HOIST-EH 12-15T electric over hydraulic dumping flatbed. $17,855.00 DVA DVA 14STAKE CM Truck Beds 14' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,550.00 ACTION - READING AF FLAT14-ST 14' Flatbed DRW Action 11 Ga. Smooth Galvannealed steel Skin on Headboard and floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Headboard with Punched Window, & ICC bumper (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.). $9,365.00 AF LR416B RUGBY DOUBLE ACTING HOIST, LR-416B $4,145.00 SMYRNA TRUCK CENTER FB FB14-DRW FB 14' DRW FLAT BED FOR 108'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $11,010.00 FB STEEL14-STAKE 44'' Aluiminum stake sides for 14' flatbed $2,580.00 FB VC520ES Venco Electric Hoist for 14' flatbed $5,520.00 16' FLAT BED Knapheide K FLAT16 Knapheide 16' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 120'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,360.00 K VENTURO VC620SF-ES ADD electric hoist to 16' flatbed $7,320.00 K R4096-16 ADD stake sides to 16' flatbed $3,975.00 FLAT BED - STAKE / GOOSE NECK Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION Premier PTC 1696SFB PREMIER 16' DRW FLAT BED FOR 120'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $11,310.00 PTC ALUM16-STAKE 44'' Aluiminum stake sides for 16' flatbed $3,750.00 PTC VC620ES Venco Electric Hoist for 16' flatbed $6,110.00 DVA DVA 16STAKE CM Truck Beds 16' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,250.00 ACTION - READING AF FLAT16-ST 16' Flatbed DRW Action 11 Ga. Smooth Galvannealed steel Skin on Headboard and floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Headboard with Punched Window, & ICC bumper (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.). $10,600.00 AF LR416B RUGBY DOUBLE ACTING HOIST, LR-416B $4,145.00 SMYRNA TRUCK CENTER FB FB16-DRW FB 16' DRW FLAT BED FOR 120'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $12,070.00 FB STEEL16-STAKE 44'' Aluiminum stake sides for 16' flatbed $3,035.00 FB VC620ES Venco Electric Hoist for 16' flatbed $0.00 18' FLAT BED Premier PTC 1896SFB PREMIER 18' DRW FLAT BED FOR 132'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $12,705.00 PTC ALUM18-STAKE 44'' Aluiminum stake sides for 18' flatbed $4,125.00 DVA DVA 18STAKE CM Truck Beds 18' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$18,350.00 SMYRNA TRUCK CENTER FB FB18-DRW FB 18' DRW FLAT BED FOR 132'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $12,470.00 FB STEEL18-STAKE 44'' Aluiminum stake sides for 18' flatbed $3,330.00 20' FLAT BED Premier PTC 2096SFB PREMIER 20' DRW FLAT BED FOR 144'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $14,100.00 PTC ALUM20-STAKE 44'' Aluiminum stake sides for 20' flatbed $4,500.00 FLAT BED - STAKE / GOOSE NECK Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SMYRNA TRUCK CENTER FB FB20-DRW FB 20' DRW FLAT BED FOR 144'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $13,275.00 FB STEEL20-STAKE 44'' Aluiminum stake sides for 20' flatbed $3,775.00 22' FLAT BED Premier PTC 2296SFB PREMIER 22' DRW FLAT BED FOR 156'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, TWO piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $16,155.00 PTC ALUM22-STAKE 44'' Aluiminum stake sides for 22' flatbed $4,875.00 SMYRNA TRUCK CENTER FB FB22-DRW FB 22' DRW FLAT BED FOR 156'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, TWO piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $14,345.00 FB STEEL22-STAKE 44'' Aluiminum stake sides for 22' flatbed $4,080.00 24' FLAT BED Premier PTC 2496SFB PREMIER 24' DRW FLAT BED FOR 168'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, TWO piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $17,610.00 PTC ALUM24-STAKE 44'' Aluiminum stake sides for 24' flatbed $5,250.00 SMYRNA TRUCK CENTER FB FB24-DRW FB 24' DRW FLAT BED FOR 168'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, TWO piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $14,840.00 FB STEEL24-STAKE 44'' Aluiminum stake sides for 24' flatbed $4,385.00 FLAT BED - STAKE / GOOSE NECK Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION Light Dump Bodies PREMIER TRUCK PTC DU913 9' Godwin 13'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,560.00 PTC DU918 9' Godwin 18'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,930.00 PTC DU1113 11' Godwin 13'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$17,195.00 PTC DU1118 11' Godwin 18'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$17,865.00 Reading Rugby AF DU-RGBY912 9' L X 96" W 2-3 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,505.00 AF DU-RGBY916 9' L X 96" W 3-4 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. Req's 14,000 to 15,500 GVW Truck (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $19,495.00 AF DU-RGBY1112 11' L X 96" W 2-3 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $19,085.00 AF DU-RGBY1116 11' L X 96" W 3-4 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2)- 6 inch cheater boards installed inside pockets. Req's 14,000 to 15,500 GVW Domistec Truck (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,175.00 AF FDS UPGRADE RUGBY DUMP TO INCLUDE FOLD DOWN SIDES $750.00 Knapheide K KDBF912B Knapheide 9' 2-3 YD 12'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $19,650.00 K KDBF916B Knapheide 9' 3-4 YD 16'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $20,070.00 K KDBF1112B Knapheide 11' 2-3 YD 12'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $21,860.00 K KDBF1116B Knapheide 11' 3-4 YD 16'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper.$21,945.00 ROYAL TRUCK RTB DUMP9-AL Duramag 9' Smooth Side Aluminum Dump Body, with 14" Sides & 21" Tailgate, 9' Champion Scissor Hoist - Electric Push Control Dual Action Pump includes manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 60" CA. $20,575.00 RTB DUMP9F-AL Duramag 9' Smooth Side Aluminum FOLD DOWN SIDE Dump Body, with 14" Sides & 21" Tailgate, 9' Champion Scissor Hoist - Electric Push Control Dual Action Pump includes manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 60" CA. $22,715.00 RTB DUMP11-AL Duramag 9' Smooth Side Aluminum Dump Body, with 14" Sides & 21" Tailgate, 11' Champion Scissor Hoist - Electric Push Control Dual Action Pump includes manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 84" CA. $22,565.00 DUMP BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION RTB DUMP11F-AL Duramag 11' Smooth Side Aluminum FOLD DOWN SIDE Dump Body, with 14" Sides & 21" Tailgate, 11' Champion Scissor Hoist - Electric Push Control Dual Action Pump includes manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 84" CA. $24,700.00 SMYRNA TRUCK CENTER FB DU-RGBY912 9' L X 96" W 2-3 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $17,560.00 FB DU-RGBY916 9' L X 96" W 3-4 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. Req's 14,000 to 15,500 GVW Truck (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $17,885.00 FB DU-RGBY1112 11' L X 96" W 2-3 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,155.00 FB DU-RGBY1116 11' L X 96" W 3-4 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2)- 6 inch cheater boards installed inside pockets. Req's 14,000 to 15,500 GVW Domistec Truck (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,515.00 FB FDS UPGRADE RUGBY DUMP TO INCLUDE FOLD DOWN SIDE (PER SIDE).$975.00 MEDIUM DUTY DUMP BODIES READING - MEDIUM DUTY AF DU-RGBY1057-MD 10' L X 96" W 5-7 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision. $32,465.00 AF DU-RGBY1068-MD 10' L X 96" W 6-8 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision. $32,870.00 AF COAL ADD COAL CHUTE TO MEDIUM DUTY DUMP $725.00 PREMIER TRUCK PTC DU10-5 10' Godwin 30'' Fixed sides, hydraulic hoist, includes ground control tarp including arm bars, 6'' cheater boards, rear gate, muncie PTO, pump, reservoir, plumbing, and fluid. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $26,720.00 SMYRNA TRUCK CENTER FB DU-RGBY1057-MD 10' L X 96" W 5-7 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision. $29,430.00 FB DU-RGBY1068-MD 10' L X 96" W 6-8 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision. $35,330.00 FB DU-RGBY1268-MD 12' L X 96" W 6-8 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision. $34,915.00 FB COAL ADD COAL CHUTE TO MEDIUM DUTY DUMP $500.00 DUMP BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TRASH DUMP (42'' EXPANDED METAL SIDES) SMYRNA TRUCK CENTER FB 1042TD 10' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 16" Centers, 42" Solid Metal Sides, 42" Solid Metal Rear Barn Doors, Donovan 2000X Manual Tarp with Rear Pull Bar and rope with Ground Control with Venco VC516-ED, Single Acting Electric Hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $17,790.00 FB TD1242 12' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Expanded Metal Sides, 42" Expanded Metal Rear Barn Doors, ICC Bumper, Donovan 2000X Manual Tarp with Rear Pull Bar and rope with Ground Control with Venco VC516-ED, Single Acting Electric Hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,725.00 FB TD1442 14' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Expanded Metal Sides, 42" Expanded Metal Rear Barn Doors, ICC Bumper, Donovan 2000X Manual Tarp with Rear Pull Bar and rope with Ground Control with Venco VC520DA, Single Acting Electric Hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,230.00 CONTRACTOR DUMP BODIES Premier PTC 1296SCB Premier 12' E/H contractor dump with ground level tarp including arm bars, 14'' solid sides, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,820.00 PTC 1496SCB Premier 14' E/H contractor dump with ground level tarp including arm bars, 14'' solid sides, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$18,860.00 PTC 1696SCB Premier 16' E/H contractor dump with ground level tarp including arm bars, 14'' solid sides, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$21,480.00 Knapheide K CONT-DUMP12 Knapheide 12' contractors dump with 14'' solid sides and rear barn doors with electric hoist, includes manual tarp (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $19,485.00 K CONT-DUMP14 Knapheide 14' contractors dump with 14'' solid sides and rear barn doors with electric hoist, includes manual tarp (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 108'' CA $21,695.00 K CONT-DUMP16 Knapheide 16' contractors dump with 14'' solid sides and rear barn doors with electric hoist, includes manual tarp (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)req's 120'' CA $23,715.00 Dump Accessories Knapheide K DONOVAN-4200P Manual Tarp Roller $2,540.00 K U S E-TARP Upgrade to Electric Tarp System.($7,015.00) AF ETS Upgrade to Electric Tarp System in lieu of semi-auto tarp.$2,140.00 Premier PTC-MTR Manual Tarp Roller, includes up to a 20' mesh tarp $1,040.00 PTC-ETS Electric Tarp System $2,935.00 PTC-SATR Semi automatic Manual Tarp Roller, includes arm and ground level crank $2,265.00 Reading AF CLV-DUMP HITCH PLATE WITH RECEIVER HITCH $990.00 AF 7/4WIRE 7/4 WAY TRAILER RECEPTACLE $260.00 DUMP BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SMYRNA TRUCK CENTER FB ETS Upgrade to Electric Tarp System in lieu of semi-auto tarp.$1,935.00 FB CLV-DUMP HITCH PLATE WITH RECEIVER HITCH $915.00 LCF DUMP ROYAL TRUCK RTB DUMP12-AL-LCF Duramag 12' **LCF** Aluminum FOLD DOWN SIDE Smooth Side Dump Body, 14" Sides & 21" Tailgate, Champion Scissor Hoist - Electric Push Control Dual Action Pump includes manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 84" CA. $22,870.00 RTB DUMP12F-AL-LCF Duramag 12' **LCF** Aluminum FOLD DOWN SIDE Smooth Side Dump Body, 14" Sides & 21" Tailgate, Champion Scissor Hoist - Electric Push Control Dual Action Pump includes manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 84" CA. $24,960.00 DUMP BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PREMIER TRUCK EQUIPMENT PTC BOX24-UB 24X18X18 Steel under body tool box, installed.$485.00 PTC BOX24-FM 24X18X18 Steel under body tool box, frame mounted for dump applications.$830.00 PTC BOX30-UB 30X18X18 Steel under body tool box, installed.$525.00 PTC BOX30-FM 30X18X18 Steel under body tool box, frame mounted for dump applications.$870.00 PTC BOX36-UB 36X18X18 Steel under body tool box, installed.$570.00 PTC BOX36-FM 36X18X18 Steel under body tool box, frame mounted for dump applications.$915.00 PTC BOX36-UB-AL 36X18X18 Aluminum under body tool box, installed.$700.00 PTC BOX36-FM-AL 36X18X18 Aluminum under body tool box, frame mounted for dump applications.$1,045.00 PTC BOX48-UB 48X18X18 Steel under body tool box, installed.$695.00 PTC BOX48-FM 48X18X18 Steel under body tool box, frame mounted for dump applications.$1,040.00 PTC BOX48-UB-AL 48X18X18 Aluminum under body tool box, installed.$845.00 PTC BOX48-FM-AL 48X18X18 Aluminum under body tool box, frame mounted for dump applications.$1,185.00 PTC BOX60-UB 60X18X18 Steel under body tool box, installed.$810.00 PTC BOX60-FM 60X18X18 Steel under body tool box, frame mounted for dump applications.$1,155.00 PTC-UB-BRACKET Under body Tool Box mount bracket for dump applications.$340.00 READING CORP AF BOX24-UB 24" X 18" X 18" Powder coated black welded under bed $520.00 AF BOX24-FM 24" X 18" X 18" Powder coated black frame mounted for dump applications.$500.00 AF BOX30-UM Underbody 30x18x18 steel tool box $575.00 AF BOX30-FM Underbody 30x18x18 steel tool box, mounted to frame for dump applications.$575.00 AF BOX36-UM Underbody 36x18x18 steel tool box, bolted under flatbed.$625.00 AF BOX36-FM Underbody 36x18x18 steel tool box, mounted to frame for dump applications.$0.00 AF BOX48-UM Underbody 48x18x18 steel tool box $715.00 AF BOX48-FM Underbody 48x18x18 steel tool box, mounted to frame for dump applications.$715.00 AF BOX60-UM Underbody 60x18x18 steel tool box, bolted under flatbed $850.00 AF BOX60-FM Underbody 60x18x18 steel tool box, mounted to frame for dump applications.$850.00 ABG ACCESSORIES ABG BOX30SRW Buyers products underbody toolbox, 15X13X30 for under 8' bed delete trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $935.00 ABG BOX30SRW-AL Buyers products underbody toolbox, 15X13X30 for under 8' bed delete trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,000.00 UNDER MOUNT TOOL BOXES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG BOX30DRW Buyers products underbody toolbox, 18X18X30 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $935.00 ABG BOX30DRW-AL Buyers products underbody toolbox, 18X18X30 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,000.00 ABG BOX36-UB Buyers products underbody toolbox, 18X18X36 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black (will go past the angled corner at front of bed)$935.00 ABG BOX36-UB-AL Buyers products underbody toolbox, 18X18X36 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum (will go past the angled corner at front of bed)$1,085.00 ABG BOX48-UB Buyers products underbody toolbox, 18X18X48 for under 11' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $1,060.00 ABG BOX48-UB-AL Buyers products underbody toolbox, 18X18X48 for under 11' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,375.00 ABG BOX60-UB Buyers products underbody toolbox, 18X18X60 for under 14' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $1,185.00 ABG BOX60-UB-AL Buyers products underbody toolbox, 18X18X60 for under 14' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,535.00 KNAPHEIDE - KTEC K BOX24-UB Underbody 24X18X18 steel tool box, bolted under flat bed.$875.00 K BOX24-FM Underbody 24X18X18 steel tool box, frame mounted for dump applications.$985.00 K BOX30-UB Underbody 30X18X18 steel tool box, bolted under flat bed.$895.00 K BOX 30-FM Underbody 30X18X18 steel tool box, frame mounted for dump applications.$1,005.00 K BOX36-UB Underbody 36X18X18 steel tool box, bolted under flat bed.$985.00 K BOX48-FM Underbody 48X18X18 steel tool box, frame mounted for dump applications.$1,235.00 K BOX36-UB-AL Underbody 36X18X18 aluminum tool box, bolted under flat bed.$1,135.00 K BOX36-FM-AL Underbody 36X18X18 aluminum tool box, frame mounted for dump applications.$1,245.00 K BOX48-UB Underbody 48X18X18 steel tool box, bolted under flat bed.$1,125.00 K BOX60-FM Underbody 60X18X18 steel tool box, frame mounted for dump applications.$1,380.00 K BOX48-UB-AL Underbody 48X18X18 aluminum tool box, bolted under flat bed.$1,135.00 K BOX48-FM-AL Underbody 48X18X18 aluminum tool box, frame mounted for dump applications.$1,395.00 K BOX60-UB Underbody 60X18X18 steel tool box, bolted under flat bed.$1,270.00 SMRYNA TRUCK CENTER FB BOX24-UB 24" X 18" X 18" Powder coated black welded under bed $375.00 FB BOX24-FM 24" X 18" X 18" Powder coated black frame mounted for dump applications.$780.00 FB BOX30-UM Underbody 30x18x18 steel tool box, bolted under flatbed $405.00 FB BOX30-FM Underbody 30x18x18 steel tool box, mounted to frame for dump applications.$815.00 FB BOX36-UM Underbody 36x18x18 steel tool box, bolted under flatbed.$405.00 UNDER MOUNT TOOL BOXES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FB BOX36-FM Underbody 36x18x18 steel tool box, mounted to frame for dump applications.$810.00 FB BOX48-UM Underbody 48x18x18 steel tool box, bolted under flatbed $465.00 FB BOX48-FM Underbody 48x18x18 steel tool box, mounted to frame for dump applications.$870.00 FB BOX60-UM Underbody 60x18x18 steel tool box, bolted under flatbed $545.00 FB BOX60-FM Underbody 60x18x18 steel tool box, mounted to frame for dump applications.$950.00 FB BOX36-FM-AL 36X18X18 Aluminum under body tool box, frame mounted for dump applications.$810.00 FB BOX36-UB-AL 36X18X18 Aluminum under body tool box, installed.$680.00 FB BOX48-FM-AL 48X18X18 Aluminum under body tool box, frame mounted for dump applications.$895.00 FB BOX48-UB-AL 48X18X18 Aluminum under body tool box, installed.$760.00 FB-UB-BRACKET Under body Tool Box mount bracket for dump applications.$130.00 UNDER MOUNT TOOL BOXES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION READING CORP ALUM BOX 12' ALUMINUM BOX AF DRY 12 AL J & B Aluminum 12' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood interior, Alum diamond plate Radius Front, Pine Floor, 72" tread plate step bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $17,175.00 14' ALUMINUM BOX AF DRY 14 AL J & B Aluminum 14' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,335.00 16' ALUMINUM BOX AF DRY 16 AL J & B Aluminum 16' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $19,665.00 18' ALUMINUM BOX AF DRY 18 AL J & B Aluminum 18' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $21,440.00 20' ALUMINUM BOX AF DRY 20 AL J & B Aluminum 20' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $23,730.00 22' ALUMINUM BOX AF DRY 22 AL J & B Aluminum 22' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $25,145.00 24' ALUMINUM BOX AF DRY 24 AL J & B Aluminum 24' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $26,335.00 READING CORP FRP BOX 12' FRP BOX AF DRY 12 FRP J & B FRP 12' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $17,865.00 14' FRP BOX AF DRY 14 FRP J & B FRP 14' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,460.00 16' FRP BOX AF DRY 16 FRP J & B FRP 16' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,735.00 DRY FREIGHT BOXES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 18' FRP BOX AF DRY 18 FRP J & B FRP 18' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $22,670.00 20' FRP BOX AF DRY 20 FRP J & B FRP 20' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $25,065.00 22' FRP BOX AF DRY 22 FRP J & B FRP 22' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $26,510.00 24' FRP BOX AF DRY 24 FRP J & B FRP 24' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $28,385.00 KNAPHEIDE ALUMINUM 12' ALUMINUM BOX K DRY 12 AL KNAPHEIDE 12' Aluminum DRY FREIGHT 96''X84'' , Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,090.00 14' ALUMINUM BOX K DRY 14 AL KNAPHEIDE 14' Aluminum 96''X84'' DRY FREIGHT, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,070.00 16' ALUMINUM BOX K DRY 16 AL KNAPHEIDE 16' Aluminum 96''X84'' DRY FREIGHT, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,320.00 18' ALUMINUM BOX K DRY 18 AL KNAPHEIDE 18' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,615.00 20' ALUMINUM BOX K DRY 20 AL KNAPHEIDE 20' Aluminum 96''X96'' DRY Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$19,135.00 22' ALUMINUM BOX K DRY 22 AL KNAPHEIDE 22' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,225.00 24' ALUMINUM BOX K DRY 24 AL KNAPHEIDE 24' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,730.00 26' ALUMINUM BOX K DRY 26 AL KNAPHEIDE 26' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,045.00 DRY FREIGHT BOXES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SMRYNA TRUCK CENTER 12' ALUMINUM BOX FB DRY 12 AL FB Aluminum 12' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,205.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 14' ALUMINUM BOX FB DRY 14 AL FB Aluminum 14' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,230.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 16' ALUMINUM BOX FB DRY 16 AL FB Aluminum 16' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,945.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 18' ALUMINUM BOX FB DRY 18 AL FB Aluminum 18' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $19,920.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 20' ALUMINUM BOX FB DRY 20 AL FB Aluminum 20' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,920.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 22' ALUMINUM BOX FB DRY 22 AL FB Aluminum 22' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $21,580.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 24' ALUMINUM BOX FB DRY 24 AL FB Aluminum 24' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $23,235.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 12' COMPOSITE FB DRY 12 COMP FB RIDGE COMPOSITE 12' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,155.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 DRY FREIGHT BOXES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 14' COMPOSITE FB DRY 14 COMP FB RIDGE COMPOSITE 14' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,980.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 16' COMPOSITE FB DRY 16 COMP FB RIDGE COMPOSITE 16' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $22,480.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 18' COMPOSITE FB DRY 18 COMP FB RIDGE COMPOSITE 18' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $22,890.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 20' COMPOSITE FB DRY 20 COMP FB RIDGE COMPOSITE 20' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $24,785.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 22' COMPOSITE FB DRY 22 COMP FB RIDGE COMPOSITE 22' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $25,870.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 24' COMPOSITE FB DRY 24 COMP FB RIDGE COMPOSITE 24' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $27,915.00 FB BUMP-FULL 14" Full Width Step Bumper $520.00 DRY FREIGHT BOXES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION COMPRESSED AIR SYSTEMS UNDER HOOD CAS VR-70 G VMAC underhood (Gas Engine) Belt Driven Rotary Screw capable up to 70cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $16,455.00 CAS VR-70 D VMAC underhood (Diesel Engine) Belt Driven Rotary Screw capable up to 70cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $16,455.00 CAS VR-150 G VMAC underhood (Gase Engine) Belt Driven Rotary Screw capable up to 150cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $25,020.00 CAS VR-150 D VMAC underhood (Diesel Engine) Belt Driven Rotary Screw capable up to 150cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $24,690.00 PTO DRIVEN VMAC PTO DTM70H VMAC (PTO Driven Air Compressor & Hydraulic pump) Air Compressor Output Up to 70 CFM* @ 100 psi (175 psi max); actual CFM output dependent on engine RPM Air Compressor Type PTO driven, direct transmission mounted, 100% duty cycle, VMAC oil-injected rotary screw. Weight (wet) Approximately 180 lbs (81.6 kg) PTO (included) CHELSEA® 249 Series, electrically actuated, PTO indicator lamp Throttle Control 2 throttle control set-points available Adjustable up to 3,000 RPM Allows for dual speed operation with cranes that have available input/output for high idle mode Control System On/Off function of PTO and compressor LCD display Service notifications Error messages System temperature Compatible with start/stop crane modules Allows for simultaneous operation of both the air compressor and hydraulic pump Safety System Automatic compressor heater function Compressor over-temp sensor Automatic rapid blow-down valve on tank 200 psi air pressure relief valve Truck drive disable circuit on throttle control Truck park brake safety shut-off switch on control box Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $26,525.00 EXTERNAL MOUNT CAS VMAC G30 VMAC Externally mounted belt driven rotary screw capable of 30cfm at 100psi (150psi max), 100% duty cycle. Includes remote start, 2 Year Warranty, Lifetime airend warranty, & 5 year subaru engine warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $7,950.00 COMPRESSORS AND GENERATORS Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CAS AIR-NARC 150 -14HP VANAIR Air N ARC® 150 provides you with three forms of power in one compact and economic unit, allowing you to save space and weight on your vehicle. Providing up to 190 AMPs of welding power. Engine: 14 HP Kohler® Air Compressor: Reciprocating, 20 CFM, 150 PSI Generator: 5 kW Peak, 4.2 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets, Welder: 14 HP Stand-alone: CC: 40-190 AMPs Operating Range. Welder: 14 HP Stand-alone: CC: 40-190 AMPs Operating Range. Battery Charge/Booster: 150 AMPs 12V/24V Boost. Drive System: Belt Driven Fuel Capacity: 1.9 Gal. or Plumb to Chassis (Kohler® 14) Dimensions: 50.7L x 19.2W x 40.8H - 30 Gal. Kohler® 14 HP (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $11,480.00 CAS AIR-N-ARC 300 DIESEL VANAIR Air N Arc 300 system, provides more efficient use of your truck bed and reduces cost by combining five power sources - Rotary screw on-demand air compressor, 7 kW generator, 300 AMP welder, battery booster and battery charger - into one single unit. Designed as a true two generator system, the Air N Arc 300 series allows multi-functioning such as welding and generator for lights for night time service Engine Diesel: 25 HP Kubota®, Liquid Cooled (Tier 4 Compliant) Air Compressor Rotary Screw: 175 PSI, 40 CFM. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC welding, 270 AMPS at 100% duty cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Charge/Booster: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge Drive System Belt Driven Fuel Capacity: 12 Gal. Integral Tank. w/ 10’ Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $33,605.00 CAS AIR-N-ARC 300 GAS VANAIR Air N Arc 300 system, provides more efficient use of your truck bed and reduces cost by combining five power sources - Rotary screw on-demand air compressor, 7 kW generator, 300 AMP welder, battery booster and battery charger - into one single unit. Designed as a true two generator system, the Air N Arc 300 series allows multi-functioning such as welding and generator for lights for night time serviceEngine Gas: Engine Gas: 26.5 HP Kohler®, Air Cooled. Air Compressor Rotary Screw: 175 PSI, 40 CFM. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC welding, 270 AMPS at 100% duty cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Charge/Booster: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge Drive System Belt Driven Fuel Capacity: 12 Gal. Integral Tank. w/ 10’ Remote Panel (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $24,780.00 CAS AIR-N-ARC 300 HYDRAULIC 14.5 VANAIR Air N Arc® 300 Hydraulic All–In-One Power System® features the innovation of being hydraulically driven, while still offering all the advantages of the Air N Arc® 300 engine drive system including a 40 CFM rotary screw air compressor, 300 AMP welder, 300 AMP 12V charger and 12V/24V booster, and 7 kW generator. Designed as a true two generator system, the Air N Arc® 300 Hydraulic allows simultaneous dual functionality such as welding and generator for lights for nighttime service. The system offers a small footprint for side pack or behind-the-cab mounting and is ideal for trucks with hydraulics already installed, such as crane trucks. Drive System: Open Center Hydraulic. Hydraulic Requirements: 14.5 GPM @ 2500 PSI Single function. Air Compressor: Rotary Screw, 40 CFM, 175 PSI. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC Welding, 270 AMPs at 100% Duty Cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Booster/Charger: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge. w/ 10’ Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $21,270.00 CAS AIR-N-ARC 300 HYDRAULIC 19 VANAIR Air N Arc® 300 Hydraulic All–In-One Power System® features the innovation of being hydraulically driven, while still offering all the advantages of the Air N Arc® 300 engine drive system including a 40 CFM rotary screw air compressor, 300 AMP welder, 300 AMP 12V charger and 12V/24V booster, and 7 kW generator. Designed as a true two generator system, the Air N Arc® 300 Hydraulic allows simultaneous dual functionality such as welding and generator for lights for nighttime service. The system offers a small footprint for side pack or behind-the-cab mounting and is ideal for trucks with hydraulics already installed, such as crane trucks. Drive System: Open Center Hydraulic. Hydraulic Requirements: 19 GPM @ 2800 PSI Multifunction. Air Compressor: Rotary Screw, 40 CFM, 175 PSI. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC Welding, 270 AMPs at 100% Duty Cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Booster/Charger: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $21,270.00 COMPRESSORS AND GENERATORS Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CAS AIR-N-ARC 300 OPEN VANAIR Air N Arc I-300 six forms of power in a single 48” unit with full multi-functioning capabilities. Provides an integrated 40 CFM rotary screw compressor, 7 kW AC generator, 300 AMP welder, battery booster and battery charger, with the added power of a 13 GPM hydraulic pump. The Air N Arc® I-300 offers enough power to run a crane and the technology to integrate with the crane control. Engine: 25 HP Kubota®, Liquid Cooled (Tier 4 Compliant) Air Compressor: Rotary Screw, 40 CFM Free Air at High Speed 30 CFM Free Air at Idle, 175 PSI Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V GFCI and 240V Outlets Hydraulic Output: Up to 13 GPM, Up to 3000 PSI (10.5 GPM Hydraulic Piston Pump) Welder: High Frequency DC Welding, 270 AMPs at 100% Duty Cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts Battery Charge/Booster: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge Drive System: Belt Driven Fuel Capacity: Plumb to Chassis or Remote Tank Provided by Customer.Open System w/10’ Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system (additional charges apply for connection points. $43,070.00 CAS POWERFLEX AE VANAIR Powerflex AE provides 40 cfm rotary screw air compressor for air-on-demand that can power up to 1” impact wrench and a 7kW generator for all our electric needs, the Powerflex™ AE provides you with the tools to get the job done, with your truck engines turned off. CFM Rating: 40 CFM @ High Speed. Air Pressure: 150 PSI. Compressor Type: Rotary Screw. AC Generator: 6.8 kW @ 60 Hz, 120/240 V. Engine Type: 25 HP Kubota® Tier 4 Final. Drive System: Belt Driven. Fuel Type: Diesel. Fuel Capacity: Integrated 12 Gal. w/ 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $32,325.00 CAS POWERFLEX AEH VANAIR PowerFlex AEH provides a 40 CFM at 150 PSI rotary screw air compressor, a 6,800 watt AC generator, and powerful hydraulic pump, providing 13 GPM and up to 3000 PSI. Save fuel costs, increase your productivity and meet EPA challenges with the PowerFlex™ AEH. CFM Rating: 40 CFM @ High Speed / 30 CFM @ idle Speed. Air Pressure: 150 PSI AC Generator 6.8 kW @ 60 Hz, 120 / 240V. Compressor Type: Rotary Screw. Hydraulic Flow: Up to 13 GPM. Hydraulic Pressure: Up to 3000 PSI Engine Type 25 HP Kubota® Tier 4 Final. Drive System: Belt Driven. Fuel Type: Dieselw/ 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $35,795.00 CAS POWERFLEX AH VANAIR PowerFlex AH provides a 40 CFM at 150 PSI rotary screw air compressor and hydraulic pump, providing 13 GPM and up to 3000 PSI with an integrated hydraulic reservoir. Tier 4 Final compliant, the PowerFlex™ AH is small enough to fit in a variety of load spaces. CFM Rating: 40 CFM @ High Speed / 30 CFM @ idle Speed. Air Pressure: 150 PSI. Hydraulic Flow: Up to 13 GPM. Hydraulic Pressure: Up to 3000 PSI. Engine Type: 25 HP Kubota® Tier 4 Final. Drive System: Belt Driven. Fuel Type: Diesel. Fuel Capacity: Plumb to Chassis. Compressor Type: Rotary Screw w/ 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $35,335.00 CAS AIR-N-ARC 150 -20HP VANAIR Air N ARC® 150 provides you with three forms of power in one compact and economic unit, allowing you to save space and weight on your vehicle. Engine: 19 HP Kohler. Air Compressor: Reciprocating, 20 CFM, 150 PSI Generator: 5 kW Peak, 4.2 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: 19 HP with Remote Panel: CC: 40-150 AMPs, CV: 15-30V. Battery Charge/Booster: AMPs 12V/24V Boost, 50 AMP 12V Charge (Optional for 19 HP Engine Only) Drive System: Belt Driven Fuel Capacity: 11.5 Gal. or Plumb to Chassis (Kohler® 19). Dimensions: 48.2L x 22.2W x 40.8H - 30 Gal. Kohler® 19 HP. 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $16,220.00 ACCESSORIES CAS A800070 VMAC Eliminator70 - Air Cooled Air Cooler After-Cooler with automatic drain. Knock’s out 65% of water condensate. Installation included when tied into VR-70 or VR-150 Underhood order. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with a single valve at discharge of unit. No custom outlets or fittings installed. $1,860.00 CAS G30 REMOTE Optional Remote Control Panel for G30: # A500182. Remote Control Panel with a ten foot extension for key switch, hour meter, choke and unloader. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $910.00 COMPRESSORS AND GENERATORS Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CAS G30 TANK Optional Low Profile Air Receiver Tank for G30: # A500183, Dual 6-Gallon air receiver tanks, mounted under G30. Includes Gauge, fittings, hose and valves. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $1,830.00 VMAC 50 HOSE 50' HOSE AND REEL FOR VMAC COMPRESSED AIR SYSTEM. AT TIME OF VMAC UNDERHOOD INSTALLATION, IT WILL BE INSTALLED IN REAR COMPARTMENT OF UTILITY BODY WITH ROLLER FAIR-LEAD THROUG BACK OF BODY. $600.00 KNAPHEIDE TRUCK EQUIPMENT EXTERNAL MOUNT K VA CONTRACTOR VANAIR 14HP KOHLER 5KW PEAK AC GENERATOR 4.2KW CONTINUOUS 20 CFM RECIPROCATING COMPRESSOR 30 GAL. AIR STORAGE 1.9 GAL. FUEL STORAGE BATTERY INCLUDED $9,565.00 K VA VIPER VANAIR VIPER 40/100 KOHLER w/5.2 GEN 120 VOLT, 40 ICFM @ 100 PSIG @ 3320 RPM 120 VOLT OPERATION ONLY. 20 AMP & 30 AMP OUTLETS.$19,040.00 K VIPER CONTROL Auxillary control panel, specify mounting location.$1,705.00 K HR50 Hose reel with 50' x 3/8'' air hose mounted on reinforced compartment top, specify mounting location.$1,385.00 PTO DRIVEN K VMAC-DTM70 VMAC DTM70 Air Compressor, with Filter Regulator Lubricator, 10 Gal Air Reciver, 3/4 NPTF Valve. ***Requires Ford F250-F550 6.7L Diesel w/ PTO Port.*** (AIR COMPRESSOR ONLY, SEE DTM70-H FOR COMPRESSOR & HYDRAULIC PUMP COMBO) $24,775.00 K VMAC-DTM70-H VMAC DTM70-H Air Compressor / Hydraulic System, with Filter Regulator Lubricator, 10 Gal Air Reciver, 3/4 NPTF Valve. (Includes PTO and choice of Hydraulic Pump) ***Requires Ford F250-F550 6.7L Diesel w/ PTO Port.***$26,935.00 COMPRESSORS AND GENERATORS Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CUTAWAY INTERIOR BUILDOUT CUES-E450-TVDUC CUES TV/DUC Build-Out for Ford E-450 Chassis with Walk-through EVO3.0 Interior Group for Control & Equipment Rooms, Onan Gas Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 8” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full DUC Digital Side-Scanning System with DUC Software Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box. $395,735.00 CUES-E450-TVLAMP2 CUES TV/LAMP2 Build-Out for Ford E-450 Chassis with Walk-through EVO3.0 Interior Group for Control & Equipment Rooms, Onan Gas Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full LAMP2 Lateral Launch System with Micro Pan/Tilt Camera, GraniteNet Premium Software Package with Rack Mount Computer System, Lateral Inspection Module for GraniteNet, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box. $467,460.00 CUES-E450-TVONLY CUES TV Only - Build-Out for Ford E-450 Chassis with Walk-through EVO3.0 Interior Group for Control & Equipment Rooms, Onan Gas Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, (Req's Chassis and RockPort Box) $304,865.00 BOX BODY RP CUES-CUT ROCKPORT BOX FOR CUTAWAY VANS DESIGNED FOR CUES 15' 6''L x 96''W x 84''H ALUMINUM SHEET & POST .040 ALUMINUM SIDEWALL, Z SHAPED GALVANIZED SIDE POSTS ON 16'' CENTERS 12'' ALUMINUM FRONT RADIUS, 5'' EXTRUDED ALUMINUM VERTICAL CORNERS 5'' TUBE SHAPE LONG SILLS, 3'' FORMED CHANNEL CROSSMEMBERS ON 16'' CENTERS .032 ALUMINUM ONE PIECE ROOF, REAR MUD FLAPS, E-COATED STEP BUMPER RECESSED LED CLEARANCE LIGHTS, FLUSH REAR SILL WITH DRAIN TROUGH E- COATED REAR STRUCTURE, REAR LED LIGHTS IN SIDE POSTS, FULL UNDERCOATING 3 YEAR 36,000 MILE LIMITED WARRANTY, HIGH IMPACT FRONT RADIUS CORNERS TRUE NOMINAL BODY LENGTH BEHIND SET BACK WALL, 2 GRAB HANDLES ROCKTOP AIR FARING WITH CAB ROOF CUTOUT ROCKTOP ABS INTERIOR LINER REAR BACK-UP ALARM DELETE CARGO DOME LIGHT & SWITCHES. PINE PLANK FLOOR IN LIEU OF HARDWOOD. ''RESTRICTED'' DELETE SETBACK SOLID BULKHEAD (FULL CAB CUTOUT) REAR STRUCTURE - SPECIAL. VERTICAL POSTS EXTENDED TO MATCH LOWER SKIRTING, NO HOLES FOR R-UP LATCH OR RAMP. ''RESTRICTED OPTION/REQUIRES APPROVAL'' FULL WIDTH FRP REAR SWING DOORS WITH CAM BAR LOCKS & SIDEWALL PROTECTION PLATES. FIBERGLASS INSULATION W/ ALUMINUM FRAME & KEMLITE LINER OVER INTERIOR PLYWOOD. REQUIRES RP0034 FRP DOORS. (02) ADDITIONAL REAR DOOR HINGES (04) PER DOOR. REQUIRES RP0034 FRP DOORS. STAINLESS STEEL CAM BAR HARDWARE & RODS IN LIU OF STANDARD. # POLAR 15'' WIDE .063 PRE-PAINTED WHITE ALUMINUM FULL LENGTH BOTTOM BODY SKIRTING W/ EXTENDED FRONT CORNERS AND REAR STRUCTURE SPECIAL FULL WIDTH 12''D STEEL POOCHED REAR BUMPER, DIAMOND PLATE BACKSPLASH 17'' FROM TOP OF BUMPER TO TO TOP OF LOWER THRESHOLD/FLOOR. ROCKPORT FLAT FLOOR OR WHEELWELL UNIT. ''RESTRICTED OPTION'' ROOF BOWS ON 12'' CENTERS IN LIEU OF 24''. (UP TO 18') ALUMINUM TUBE ROOF REINFORCEMENT (AC UNIT OR ROOF VENT) 24.5'' FROM REAR WALL CENTERED IN ROOF DELETE STANDARD PLYWOOD LINER & TIE RINGS DELETE STANDARD D-RINGS (ALUM & FRP BODIES) FREIGHT TO CUES INC. IN ORLANDO, FL (Req's 2019 FORD E-450 CUTAWAY CHASSIS 176'' WB, DUAL REAR WHEELS, CRUISE, 6.8 L GASOLINE, 14,500# GVWR) ROCKPORT VAN AND TRUCK BODIES FORD DROP SHIP: 86O153 GM DROP SHIP: 300519 $19,880.00 TRANSIT BUILDOUT CUES-TRANSIT-TVDUC CUES TV/DUC Build-Out for Ford Transit Gas Chassis (9,950 lb.or 11,000 lb. GVWR), EVO3.0 Interior Group for Control & Equipment Rooms, MEPS Inverter Power System (9,950 lb. GVWR), Onan Gas Generator (11,000 lb. GVWR), Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 8” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full DUC Digital Side-Scanning System with DUC Software Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis. $407,990.00 CUES CAMERA CONVERSIONS Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CUES-TRANSIT-TVLAMP2 CUES TV/LAMP2 Build-Out for Ford Transit Gas Chassis (9,950 lb.or 11,000 lb. GVWR), EVO3.0 Interior Group for Control & Equipment Rooms, MEPS Inverter Power System (9,950 lb. GVWR), Onan Gas Generator (11,000 lb. GVWR), Storage Package, Power Boom Crane (Crane not available with 11,000 lb. GVWR and Lateral Launcher) Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full LAMP2 Lateral Launch System with Micro Pan/Tilt Camera, GraniteNet Premium Software Package with Rack Mount Computer System, Lateral Inspection Module for GraniteNet, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis. $480,515.00 CUES-TRANSIT-TVONLY CUES TV Only Build-Out for Ford Transit Gas Chassis (9,950 lb.or 11,000 lb. GVWR), EVO3.0 Interior Group for Control & Equipment Rooms, MEPS Inverter Power System (9,950 lb. GVWR), Onan Gas Generator (11,000 lb. GVWR), Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis. $317,120.00 CAB CHASSIS INTERIOR BUILDOUT CUES-F550-TVDUC CUES TV/DUC Build-Out for Ford F-550 or Chevy 5500 (Req's 120'' CA) Diesel Chassis EVO3.0 Interior Group for Control & Equipment Rooms, Onan Diesel Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 8” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full DUC Digital Side-Scanning System with DUC Software Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis or Box. $348,605.00 CUES-F550-TVLAMP2 CUES TV/LAMP2 Build-Out for Ford F-550 or Chevy 5500 (Req's 120'' CA) Diesel Chassis. EVO3.0 Interior Group for Control & Equipment Rooms, Onan Diesel Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full LAMP2 Lateral Launch System with Micro Pan/Tilt Camera, GraniteNet Premium Software Package with Rack Mount Computer System, Lateral Inspection Module for GraniteNet, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box. $418,385.00 CUES-F550-TVONLY CUES TV Only Build-Out for Ford F-550 or Chevy 5500 (Req's 120'' CA) Diesel Chassis with 16FT Cargo Box EVO3.0 Interior Group for Control & Equipment Rooms, Onan Diesel Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box. $252,890.00 BOX BODY RP CUES-DRY ROCKPORT DRY BOX DESIGNED FOR CUES 16'L x 96''W x 84''H ALUMINUM SHEET & POST .040 ALUMINUM SIDEWALL, Z SHAPED GALVANIZED SIDE POSTS ON 16'' CENTERS 12'' ALUMINUM FRONT RADIUS, 5'' EXTRUDED ALUMINUM VERTICAL CORNERS 5'' TUBE SHAPE LONG SILLS, 3'' FORMED CHANNEL CROSSMEMBERS .032 ALUMINUM ONE PIECE ROOF, REAR MUD FLAPS RECESSED LED CLEARANCE LIGHTS, FLUSH REAR SILL WITH DRAIN TROUGH E- COATED REAR STRUCTURE, HIGH IMPACT FRONT RADIUS CORNERS REAR LED LIGHTS IN SIDE POSTS, FULL UNDERCOATING 3 YEAR 36,000 MILE LIMITED WARRANTY TRUE NOMINAL BODY LENGTH BEHIND SET BACK WALL REAR BACK-UP ALARM DELETE CARGO DOME LIGHT & SWITCHES. FLOOR CROSS MEMBERS ON 12'' CENTERS IN LIEU OF 16'', 3'' C-CHANNEL. PINE PLANK FLOOR IN LIEU OF HARDWOOD. REAR STRUCTURE - SPECIAL. VERTICAL POSTS EXTENDED TO MATCH LOWER SKIRTING, NO HOLES FOR R-UP LATCH OR RAMP. SPECIAL FULL WIDTH 12''D STEEL POOCHED REAR BUMPER, DIAMOND PLATE BACKSPLASH 17'' FROM TOP OF BUMPER TO TO TOP OF LOWER THRESHOLD/FLOOR. ROCKPORT FLAT FLOOR OR WHEELWELL UNIT. ''RESTRICTED OPTION'' ROOF BOWS ON 12'' CENTERS IN LIEU OF 24'' ALUMINUM TUBE ROOF REINFORCEMENT (AC UNIT OR ROOF VENT) FULL WIDTH FRP REAR SWING DOORS WITH CAM BAR LOCKS & SIDEWALL PROTECTION PLATES. FIBERGLASS INSULATION W/ ALUMINUM FRAME & KEMLITE LINER OVER INTERIOR PLYWOOD. REQUIRES RP0034 FRP DOORS. (02) ADDITIONAL REAR DOOR HINGES (04) PER DOOR. REQUIRES RP0034 FRP DOORS. STAINLESS STEEL CAM BAR HARDWARE & RODS IN LIU OF STANDARD. REQUIRES RP0034 FRP DOORS. # POLAR DELETE STANDARD PLYWOOD LINER DELETE STANDARD D-RINGS FREIGHT TO CUES IN ORLANDO, FL (Req's 19,500 GVWR Chassis with 120'' CA) ROCKPORT VAN AND TRUCK BODIES FORD DROP SHIP: 86O153 GM DROP SHIP: 300519 $18,320.00 CUES CAMERA CONVERSIONS Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION STELLAR CONTAINER CARRIER K STEL 53036 Stellar container carrier includes: reservoir and valve bank for cable controls-96'' three section. power take off (PTO) Hydraulic pump, plastic fender assembly for use on chassis with 19.5'' Tires, 30k pintle hitch bumper assembly, FMVSS108 compliant light kit, backup alarm, and 7 & 4 wire trailer connector, pintle NOT included. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $37,120.00 K STEL ROT Upgrade to include rotator for Stellar Container Carrier.$15,510.00 GRAPPLE REFUSE BODY PI TL3-BASE Petersen Industries TL3 with walk through lever controls, Heavy Duty swing motor, Single Cylinder Grapple, 60''Boom-Up warning light, HD Control Box (Horn, Engine Throttle, Engine Kill Tandem Hydraulic Pump), Petersen standard enamel paint for loader, 20' X 30' hardox steel, Barn Doors, Wire loom for body wiring, LED Body marker lights (15 total), ANSI Z245.1 Package, Outrigger pads, Outrigger HDHI LED strobes, (2) Frame Mounted toolboxes (18''x18''x48''), Dual LED strobes mounted on pedestal head, Work Lights, set of two, mounted on each side of pedestal head & (2) grill mounted amber strobes. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) - (Requires Cab Chassis with 168'' CA & 33,000 GVWR) $130,340.00 MECHANICS LUBE TRUCK QT LUBE 11' TORKT Mini Lube Body 84” CA with Sherwin Williams Genesis Paint to Match Cab, Black Liner (Bottom of Body, Platform), Enclosed Reel Compartment 60”H with LED Lighting Rear Roll Up Door, (2) Underbody Boxes, (2) Side Cabinets 60” High with Shelves and LED Lighting, Filter Drain Box, Amber Strobe Mounted Top Reel Compartment, (6) LED Work Lights. (4) Rear, (1) Front Left Corner, (1) Front Right Corner, Factory Backup Camera Installed, HYDRAULICS: PTO Installed, Single Pump, 10 GPM, 40 Gal Hydraulic Tank, Return Filter, High Pressure Filter Installed After Pump, AIR SYSTEM: BOSS BA440 Hydraulic Reciprocating Compressor, (2) 10 Gal Air Tanks Mounted Under Body, Crimped Air Lines Lincoln Air Regulator (250psi Rated), Reelcraft 50’ ½” Air Reel, (1) 135 Gal Poly Tank, (3) 75 Gal Poly Tank, (4) Graco 5:1 Air Pumps Individually Regulated, (4) Reelcraft 50’ New, product Reels, (4) Graco Digital All Weather Nozzles (Rigid Nozzle Standard), SALVAGE: (1) 190 Gal Poly Tank, Graco Diaphragm Pump, Graco 4 Way Valve and Strainer, Reelcraft 35’ ¾” Suction Hose w/ Stinger. (Includes 2nd Stage MSO, Completed Vehicle Certificate, & Weight Slip). Requires 19.5k GVWR & PTO. $144,850.00 SWAT JUMP VANS AMERICAN ALUMINUM AA JUMP AMERICAN ALUMINUM JUMP VAN CUSTOM BUILT INTERIOR. PARTITION 16X16 OPENING GRAB BAR MOUNTED RO ROOF 2- REAR FACING FOLDING JUMP SEATS BENCHES DOWN EACH SIDE OF VAN W/ PADDED LIFT UP SEATS FOR STORAGE SEATBELTS MOUNTED TO THE BENCHES INTERIOR TO BE SKINNED AND INSULATED TREAD PLATE FLOOR 6- RED/WHITE LIGHTS MOUNTED TO CEILING DOWN CENTER OF CARGO AREA, WIRED TO SINGLE SWITCH ON DASH BENCHES AND FRONT PARTITIONS .125 MILL FINISH ALUMINUM GRAB BAR 1.5" ALUMINUM PIPE. (Requires Transit HR 148EL) TWIN AIR REAR HVAC SYSTEM AND 32" TVMONITOR WITH SWIVEL AND 6 12V PLUGS IN REAR FOR CHARGING. Includes Insulation and install by American Aluminum in Perry FL. $41,785.00 ROLLING STAR CONVERSIONS RS SWAT CONV Rolling Star SWAT Conversion for Transit Hi-Roof EL, unit specifications upfit to extra long high top ford transit insulated finish interior white glecoat frp. insulated bulk head wall for rear storage and generator compartment. Shelves beside generator and across the top of generator. Storage for 8 colt rifles curb side rear. insulated finish interior ceiling white glecoat frp. vinyl strip curtan for access to the rear countertop drivers side with file drawer under cushion bench with back lumbar custion support and storage under -2- 24''x 3' magnetic white boards over work station approx 114'' overhead cabinets open up doors and led strip under cabinet lighting -2- 4'' w desk top across rear bulk head wall with wall mount flat screen monitor desk will allow for end seats at the benches passengers side aprox 6' bench with storage under, 6u 20'' depth eia rack 110v system 5k onan commercial mobile generator mounted rear compartment with auto transfer switch, 12volt battery with converter charger, remote start and work station or drivers area. Uses vehicle fuel tank. 50 amp panel 25' detachable shore line -2- exterior gfi protected outlets -4- 110v duplex outlets at work station -1- quad outlet at eia rack -1- 13,500 btu low pro airconditioner -1- 1500 wat wall controlled forced air heaters. -1- 32'' flat screen monitor over rear desk hdmi vga cable to work station -12 volt -4- 17x6 led ceiling lights -2- exterior led scene light high intensity -1- maxx air roof vent remote control -2- rear storage led lights on door switch. And led rear area light -4- roof mount antenna bases run to work station -1- cell phone antenna -2- cat 6 lines to eia rack from work station and hdmi vga -1- digital clock. (Conversion completed by Rolling Star of New York) $114,720.00 SPECIALTY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FIBER OPTIC SLICING ROLLING STAR CONVERSIONS RS FIBER VAN Rolling star fiber optic splicing work station installed in Transit 148"EL to include covered and insulated walls, PVC flooring with plywood underlayment, Front partition, Stainless steel countertop road side with 16x16 overhead cabinets, 1 base cabinet under front end of countertop with door & drawer, curbside fusion welder cabinet and 1 double door wall cabinet sized to fit, 18x18 fiber door installed roadside rear door, 12v deep cycle with isolator for charging house battery wired to engine 12v fuse panel, 30amp converter/charger, roof mounted solar battery maintainer, 2 hi-output ceiling lights, 4 under cabinet lights, 12v maxx fan roof vent remote controlled, rear and side led area lights (one rear and one per side), 50 amp service panel with shoreline, 5.5k onan generator plumbed to vehicle fuel tank monuted roadside with insulated compartment under interior, 3 outlets over countertop with USB ports and 2 outlets curbside interior, 13,500 btu ac unit mounted with heatstrip, and curbside exterior outlets. All cabinets to be painted white, includes install. $49,950.00 RS FIBER BOX FIBER SPLICING TRUCK BODYTRUCK BODY Standard - 140'' long x 92'' wideInterior height to be approx. 80'' over all height lowered 8''One-piece seamless FRP insulated composite wall constructioncustom low profile frame with aluminum plank floor. This option is needed to lower the overall height. Advantech or equivalent composite subfloor 12'' bottom skirt Full Width Rear Step Bumpe rInterior Walls, Ceiling, and Floor Finish 1” foam side-wall insulation 6” ceiling insulation - 80 - 84'' interior height Bright white gel coat interior and exterior wall finish rhino line over aluminum Entry Doors / Access Doors 1Single rear door, right hand hinge, flush latch - increase from standard 24'' W to a 32'' W doorNO WINDOW IN REAR DOOR 24 in. W side door, right hand hinge, flush latch, window in top half -2- 18”x18” lift up fiber cable access doors with 2”x 6” cable slot door with interior latch, opening outward 12V / 110V Electrica -1- 15.5 kW Onan Commercial/Industrial Gasoline Generator in integral compartment; installation includes insulated FRP construction, locking access door and automatic transfer switch and 12V deep cycle battery (assume fuel supply from truck fuel system )150 amp panel box, include main & circuit breakers 150-amp shore power outlet w/25' power cord -6- 110 volt 15 amp duplex outlets -2- 110 V GFI outlets w/weathertite box; one on rear exterior wall and one on curbside exterior rear -2- 24'' square led ceiling lights (flush mount) - THREE-WAY SWITCHED Progressive Dynamics 9200 Series ''Charge Wizard'' -1- 12 V 60-amp converter/charger system with 6-watt solar battery maintainer and deep cycle battery -2- 12 volt roof mounted strobe lights -2- 12 volt interior dome lights - THREE-WAY SWITCHED -2- Tecniq 12V LED Flood light, 9''x7'' surface mount on rear exterior w/interior wall switch; one on curbside centered and one on the rear upper left (streetside) corner -2- Tecniq 12V LED Porch lights - one at each entry door with individual switch at each door -1- ECCO 3410 Arrow light bar -4- 48'' Under-shelf task lights to be mounted below 12'' overhead shelves (additional costs listed in Cabinetry / Interior Storage section below) Heating and Air Conditioning and Ventilation -1- 12kbtu split ductless a/c unit mounted on front wall with guard -1- 12 volt powered roof vent with cover - thermostatically controlled with rain sensor) Cabinetry / Interior Storage -1- 24''D countertop, full length of streetside wall, laminate finish - BLACK LAMINATE -1- 24''D countertop, running from rear wall to just before entry door on curbside wall, laminate finish - BLACK LAMINATE -1- 12'' overhead shelf w/supports and under-shelf task lighting - two (2) 48'' LED strip lights - STREETSIDE -1- 12'' overhead shelf w/supports and under-shelf task lighting - two (2) 48'' LED strip lights - CURBSIDE -1- 24''D removable work surface with fold down leg & storage bracket - BLACK LAMINATE -1- American Van LUC-18 Lockable Cabinet 18''D x 22''H -3- American Van MED-10 Large Parts/Tools Drawer Units -4- 3/4'' Deep Drawers 4-Drawer unit -2- American Van MED30 Large Parts/Tools Drawer Units -4- 3/4'' Deep Drawers 2-Drawer unit 2American Van SED-20 Small Parts Drawer Units -2- 1/8'' Deep Drawers 4-Drawer unit -2- SETS of American Van flip open locking doors on overhead storage shelves - both sides (three on streetside and two on curbside)Misc. Equipment -1- Fire Extinguisher - 5 lbs. -1- First Aid Kit -1- Carbon monoxide detector / smoke detector -1- Radio coax jack, ''wiremold'' installation, includes 50 ohm (RG58AU or equivalent) coax cable connected to (1) roof mounted screw-on anteanna base. -1- Installation for truck leaf spring, generator side includes folding rear bumper aluminum bumper step. (Furnished and Installed by Rolling Star NY) $67,800.00 TRASH COLLECTION NEW WAY SS DIAMONDBACK New Way Diamondback 8 yard rear loader refuse body 8 Cubic Yard Body Capacity Semi-Automatic Cycling Auto Back Pack Auto Lock Tailgate Back Up Alarm Light Bar ICC Lights and Reflectors Sight Gauge on Oil Tank Oil Pressure Gauge Quick Disconnect Pressure Port at Front Valve Chrome Cylinders Side Access Door Rear Vision Camera Driver Alert Buzzer Tailgate Ajar Indicator Riding Steps on Rear LED Body Lights Hot Shift PTO with Overspeed and Pump Halogen Work Lights Inside Upper Tailgate, Shining in Hopper Strobe Light Safety Shutdown Curbside Acrylic Urethane Enamel Single Color Paint 10 lb. Fire Extinguisher Triangle Kit Plastic Fenders 1 Year Body & Hydraulic Warranty 2 Year Cylinder Warranty Minimum Chassis Requirements: 108” CA 50” After Frame 17,000 lb. GVWR, Tires must meet Florida DOT GVWR requirements Automatic Transmission (For use with Hot Shift PTO listed Above) (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip) $72,900.00 SPECIALTY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SS VIPER 11YD New Way Viper 11 yard rear loader refuse body 11 Cubic Yard Body Capacity Hot Shift with Overspeed with Pump Pack On The Go Semi-Automatic Cycling Auto Back Pack Auto Lock Tailgate Back up Alarm LED Body Lights halogen Work Lights Inside Upper Tailgate Strobe Light Light Bar Sight Gauge on Oil Tank Oil Pressure Gauge Quick Connect Pressure Port at Front Valve Chrome Cylinders Side Access Door Driver Alert Buzzer Tailgate Ajar Indicator Riding Steps on Rear Shovel/Broom Rack, Mounted Street Side Tailgate Safety Shutdown Curbside Acrylic Urethane Enamel Single Color PaintRear Vision Camera System 10 lb. Fire Extinguisher Triangle Kit 1 Year Body and Hydraulic Warranty 2 Year Cylinder Warranty Minimum Chassis Requirements: 102” CA 50” After Frame 27,500 lb. GVWR, Tires must meet Florida DOT GVWR requirements Automatic Transmission (For use with Hot Shift listed Above) (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip) $85,250.00 SS COBRA 20YD New Way Cobra 20 yard rear loader refuse body 20 Cubic Yard Body Capacity Hot Shift with Overspeed with Pump Pack On The Go Semi-Automatic Cycling Auto Back Pack Auto Lock Tailgate Back up Alarm LED Body Lights Halogen Work Lights Inside Upper Tailgate Strobe Light ICC Lights and Reflectors Light Bar Hydraulic Tank Temperature Gauge Right Side Hydraulic Tank Access Port Sight Gauge on Oil Tank Oil Pressure Gauge Chrome Cylinders Side Access Door Driver Alert Buzzer Safety Shutdown Curbside Tailgate Ajar Indicator Bolt On Steps On Rear Shovel/Broom Rack Mounted Street Side Tailgate Acrylic Urethane Enamel Single Color Paint Rear Vision Camera System 10 lb. Fire Extinguisher triangle Kit 1 Year Body and Hydraulic Warranty 2 Year Cylinder Warranty (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip) $97,040.00 SWAPLOADER ABG SL-75 HOOKLIFT Swaploader SL-75 7,500 pounds lifting and dumping capacity with the gross weight evenly distributed on the body. Hook lift shall be able to handle sub frame mounted bodies with potential body lengths of 9’ – 13’ with the optimum body length being 10’ – 12’. Lifting and dumping capacity (7,500 pounds) of the hook lift hoist must be achieved for all optimum body lengths and specified hook heights. Hook lift hoist shall have a 56 degree dump angle. Weight of hook lift hoist (fixed jib 35-5/8” hook height) not to exceed 1,250 pounds. Sub frame mounted bodies shall be supported with a pair of 6-1/4” diameter outside flanged rollers at the rear of the hoist and be adjustable to accommodate bodies with outside sub frame rail widths of 39” or 41-5/8”. The hook to rear roller dimension to be 114 3/8” in length when jib is fully extended. Hook lift shall be capable of being mounted to a truck chassis with an “effective” cab-to-axle of 84” - 96” with 96” being the optimum dimension for weight distribution and stability. includes tarping system. Includes PTO, pump, tank and plumbing (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $49,275.00 ABG SL-105 HOOKLIFT Swaploader SL 105 10,500 pounds lifting and dumping capacity with the gross weight evenly distributed on the body. Hook lift shall be able to handle sub frame mounted bodies with lengths of 10’ – 13’ with the optimum body length being 10’ – 12’. Lifting and dumping capacity (10,500 pounds) of the hook lift hoist must be achieved for all optimum body lengths and specified hook heights. Hook lift hoist shall have a 58 degree dump angle. Weight of hook lift hoist (fixed jib 35-5/8” hook height) not to exceed 1,680 pounds. Sub frame mounted bodies shall be supported with a pair of 6-1/4” diameter outside flanged rollers at the rear of the hoist and be adjustable to accommodate bodies with outside sub frame rail widths of 40-1/2” or 41-5/8”. The hook to rear roller dimension to be 116” in length when jib is fully extended. Hook lift shall be capable of being mounted to a truck chassis with an “effective” cab-to-axle of 84” - 96” with 96” being the optimum dimension for weight distribution and stability. Includes tarping system. Includes PTO, pump, tank and plumbing (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $53,330.00 ABG SL-160 HOOKLIFT Swaploader SL-160 16,000 pounds lifting and dumping capacity with the gross weight evenly distributed on the body. Hook lift shall be able to handle sub frame mounted bodies with potential lengths of 10’ – 15’ with the optimum body length being 12’ – 14’. Bodies shorter than 12’ will require the use of a shelf assembly. Position of the shelf assembly will impact how short of a body can be transported. Lifting and dumping capacity (16,000 pounds) of the hook lift hoist must be achieved for all optimum body lengths and specified hook heights. Hook lift hoist shall have a 56 degree dump angle. Weight of hook lift hoist (fixed jib 35-5/8” hook height) not to exceed 2,325 pounds. Weight of hook lift hoist (adjustable jib 35-5/8” or 53-7/8 hook height) not to exceed 2,467 pounds. Sub frame mounted bodies shall be supported with a pair of 6-1/4” diameter outside flanged rollers at the rear of the hoist and be adjustable to accommodate bodies with outside sub frame rail widths of 40-1/2” or 41-5/8”. The hook to rear roller dimension to be 139.63” in length when jib is fully extended. Hook lift shall be capable of being mounted to a truck chassis with an “effective” cab-to-axle of 108” - 120” with 120” being the optimum dimension for weight distribution and stability. Includes tarping system Includes PTO, pump, tank and plumbing (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $58,305.00 CONTRACTOR FLAT BED ROYAL TRUCK RTB CONT10 Royal Truck Body 10' Contractor Body w/ Wood Package for Regular Cab - 60CA DRW (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,655.00 RTB CONT10-EL Royal Truck Body 10' Contractor Body w/ Wood Package for Crew Cab - 60CA DRW (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,655.00 SPECIALTY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION RTB CONT12 Royal Truck Body 12' Contractor Body w/ Wood Package for Regular Cab - 84CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,060.00 RTB CONT12-EL Royal Truck Body 12' Contractor Body w/ Wood Package for Crew Cab - 84CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,060.00 RTB CONT14 Royal Truck Body 14' Contractor Body w/ Wood Package for Regular Cab - 108CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,250.00 RTB CONT14-EL Royal Truck Body 14' Contractor Body w/ Wood Package for Crew Cab - 108CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,250.00 SWITCH N GO ABG SNG60 Furnish and install Switch N Go 9-4016-15E-11T system on supplied chassis. Includes 15K Warn Winch, 11T dump hoist, fenders, bumper w/hitch, all DOT lighting. Furnish SNG 9' Flatbed w/beavertail for driving equipment onto bed, outside stake pockets, & treadplate floor and Drop Box/Dumpster (11.1 yards capacity) w/ single swing gate. (additional bodies available, however priced separately, please contact if interested). (Inlcudes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $35,090.00 ABG SNG84 Furnish and install Switch N Go 11-5020-15E-14T system on supplied chassis. Includes 15K Warn Winch, 14T dump hoist, fenders, bumper w/hitch, all DOT lighting. Furnish SNG 11' Flatbed w/beavertail for driving equipment onto bed, outside stake pockets, & treadplate floor and Drop Box/Dumpster (13.4 yards capacity) w/ single swing gate. (additional bodies available, however priced separately, please contact if interested). (Inlcudes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $38,115.00 ABG GENTRY TARP Furnish and install on Swaploader equipped truck, electric gentry tarp for hook lift.$6,555.00 NEXPRO TRUCKS AND EQUIPMENT NP C 10 BOOM CRANE STINGER NEXPRO Load King Stinger 10-47 When it comes to maximizing your return on investment, nothing matches the flexibility, speed, and reliability of Nexpro join with Load King cranes. Built to travel at highway speeds, these cranes allow you to reach the jobsite quickly, set up efficiently, and start working without delay. It's no surprise they’re often seen tackling multiple projects in a single day. Formerly the Terex BT 2047, the Nexpro - Load King Stinger 10-47 is equipped with a 47 ft. fully synchronous telescopic keel boom. The Stinger 10-47 features a maximum lifting capacity of 10 tons (20,000 lbs). More specification contact Dealer. Bodies and equipment for vehicles with a capacity up to 33000 GVWR $246,705.00 NP C BUCKET LIFT 36 FEET This aerial lift truck is designed for high-reach utility and maintenance applications, offering a standr working height and horizontal reach. With platform and jib capacity (depending on installation and boom higth and position). The lift features 360° continuous boom rotation, a Class C insulated boom rated, and PTO-driven hydraulic system operating at 2,860 psi with a flow rate of 5 gpm. The boom system offers a main boom travel of -25° to +75°, lower boom travel of -2° to +85°, and 102.4 in (2.6 m) of inner boom extension. Bucket height: 36 feet. Insulated, articulated telescopic equipment with outriggers. More specification contact Dealer. Bodies and equipment for vehicles with a capacity up to 26000 GVWR $71,405.00 NP C BUCKET LIFT 44 FEET This aerial lift truck is designed for high-reach utility and maintenance applications, offering a standr working height and horizontal reach. With platform and jib capacity (depending on installation and boom higth and position). The lift features 360° continuous boom rotation, a Class C insulated boom rated, and PTO-driven hydraulic system operating at 2,860 psi with a flow rate of 5 gpm. The boom system offers a main boom travel of -25° to +75°, lower boom travel of -2° to +85°, and 102.4 in (2.6 m) of inner boom extension. Bucket height: 44 feet. Insulated, articulated telescopic equipment with outriggers. More specification contact Dealer. Bodies and equipment for vehicles with a capacity up to 26000 GVWR $81,665.00 NP C BUCKET LIFT 46 FEET This aerial lift truck is designed for high-reach utility and maintenance applications, offering a standr working height and horizontal reach. With platform and jib capacity (depending on installation and boom higth and position). The lift features 360° continuous boom rotation, a Class C insulated boom rated, and PTO-driven hydraulic system operating at 2,860 psi with a flow rate of 5 gpm. The boom system offers a main boom travel of -25° to +75°, lower boom travel of -2° to +85°, and 102.4 in (2.6 m) of inner boom extension. Bucket height: 46 feet. Insulated, articulated telescopic equipment with outriggers. More specification contact Dealer. Bodies and equipment for vehicles with a capacity up to 33000 GVWR $118,665.00 NP C BUCKET LIFT 51 FEET This aerial lift truck is designed for high-reach utility and maintenance applications, offering a standr working height and horizontal reach. With platform and jib capacity (depending on installation and boom higth and position). The lift features 360° continuous boom rotation, a Class C insulated boom rated, and PTO-driven hydraulic system operating at 2,860 psi with a flow rate of 5 gpm. The boom system offers a main boom travel of -25° to +75°, lower boom travel of -2° to +85°, and 102.4 in (2.6 m) of inner boom extension. Bucket height: 51 feet. Insulated, articulated telescopic equipment with outriggers. More specification contact Dealer. Bodies and equipment for vehicles with a capacity up to 33000 GVWR $149,355.00 SPECIALTY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION NP C BUMP The Colossus® Bumper is an advanced, multifunctional front bumper developed by a certified engineering team to integrate seamlessly with Class (Bumper Attachment Sistem) + Hidrabox, "Shippers, hydraulic tools, high-capacity pumps, brooms, and multifunction hydraulic arms. $13,575.00 NP C PLUMBING BODY Designed exclusively to meet the specific needs of the pumping and water services industry, this custom-built body delivers exceptional functionality, durability, and adaptability.Engineered to your application and customer specifications, it requires a Class 6 or 7chassis for optimal performance. Built from heavy-duty 16-gauge galvanized steel, withreinforced panels in high-stress areas it ensures long-term resilience in demanding environments. A durable white powder-coated finish enhances corrosion resistance and professional appearance. The unit features vertical and horizontal compartments with adjustable shelving for flexible storage. For more information, please contact your dealer. Bodies and equipment for vehicles with a capacity up to 37000 GVWR $142,695.00 NP C SERVICE TRK Heavy-duty utility body built for durability and functionality, compatible with pneumatic, hydraulic, and electrical systems, designed for Class 4, 5, and 6 chassis. Standard 94” wide wide body constructed of 14-gauge galvanized A-40 steel. Compartments sealed with gaskets, stainless steel hinges, and rotary locks. Reinforced for electric-hydraulic crane rated at 4,000 lb. and 16,000 ft-lbs. Includes advanced BAS Colossus® hydraulic bumper with quick-connect system, positioning cylinders, and dual control valves. For more information, please contact your dealer. Bodies and equipment for vehicles with a capacity up to 26000 GVWR $94,675.00 NP C VALVE BODY ST The 12’ Colossus® body is designed for utility and valve maintenance applications. Both sides of the vehicle are equipped with black shelves and a keyed shovel storage box. Roll-up doors provide easy access to internal compartments. Standard on all Nexpro Trucks & Equipment models, the Colossus® bumper integrates a hydraulic system delivering 5–8 GPM at 2500 PSI. An optional BAS bumper system for multiple attachments is available. The Valve Maintenance System (VMS) equips the truck with a valve exerciser machine for maintenance. For more information, please contact your dealer. Bodies and equipment for vehicles with a capacity up to 26000 GVWR $107,660.00 NP C VALVE BODY XL The 12’ Colossus® body is designed for utility and valve maintenance applications. Both sides of the vehicle are equipped with black shelves and a keyed shovel storage box. Roll-up doors provide easy access to internal compartments. Standard on all Nexpro Trucks & Equipment models, the Colossus® bumper integrates a hydraulic system delivering 5–8 GPM at 2500 PSI. An optional BAS bumper system for multiple attachments is available. The Valve Maintenance System (VMS) equips the truck with a valve exerciser machine for maintenance. For more information, please contact your dealer. Bodies and equipment for vehicles with a capacity up to 33000 GVWR $122,890.00 NP C WATER LINER Requires a Class 6 or 7 chassis. The body measures 132” long, 94” wide, with compartments 48” high, 21” deep, and a 52” wide load space. Constructed with 16-gauge galvanized steel with thicker panels in critical areas. Double-panel doors with stainless steel hinges and rotary locks. Powder-coated white finish Vertical and horizontal compartments with adjustable shelves. Three-section sliding roof. Optionally includes storage drawers replacing shelves, and BAS Colossus® front bumper for attachments. For more information, please contact your dealer.Bodies and equipment for vehicles with a capacity up to 33000 GVWR $91,350.00 SPECIALTY BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PREMIER TRUCK DOVETAIL 12+4 DOVETAIL PTC 12+4 DOVE 12' + 4' Steel Landscape dovetail body mesh headboard with 24'' x 24'' x 96'' lockable box 16'' mesh sides, drivers side fixed, pass. side folds down, spring assist ramps. Includes weed eater rack, under coated, primed and painted black (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $15,450.00 14+4 DOVETAIL PTC 14+4 DOVE 14' + 4' Steel Landscape dovetail body mesh headboard with 24'' x 24'' x 96'' lockable box 16'' mesh sides, drivers side fixed, pass. side folds down, spring assist ramps. Includes weed eater rack, under coated, primed and painted black (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $15,810.00 16+4 DOVETAIL PTC 16+4 DOVE 16' + 4' Steel Landscape dovetail body mesh headboard with 24'' x 24'' x 96'' lockable box 16'' mesh sides, drivers side fixed, pass. side folds down, spring assist ramps. Includes weed eater rack, under coated, primed and painted black (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $16,810.00 Landscape accessories PTC BLOW Blower rack holds one blower $185.00 PTC CHILL Water cooler holder for single 5gal cask $180.00 PTC DIG Shovel rack holds 5 shovels $310.00 PTC WEED Weedeater rack holds 3 trimmers $340.00 PTC GOT-GAS Gas can rack holds single 5gal $165.00 ROYAL TRUCK ALUMINUM BODY RTB DUMP9-AL-LSB Duramag Aluminum 96" x 114" Smooth Side Landscape Body, 42" Sides 9' Champion Scissor Hoist - Electric Push Control Dual Action Pum, manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 60" CA. $22,515.00 RTB DUMP11-AL-LSB Duramag Aluminum 96" x 144" Smooth Side Landscape Body, 42" Sides - DCS615T11 11' Champion Scissor Hoist - Electric Push Control Dual Action Pump with manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 84" CA. $24,845.00 RTB DUMP14-AL-LSB Duramag Aluminum 96" x 168" Smooth Side Landscape Body, 42" Sides 15' Champion Scissor Hoist - Electric Push Control Dual Action Pump with manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 110" CA. $27,820.00 RTB DUMP14-AL-LSB-FL Duramag 14' Aluminum FL spec 96" x 168" Smooth Side Landscape Body, 40.5" Sides, Corrogated Sides, 24" Doghouse / Intergrated Thru Box w/ Hoist manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 110" CA. $19,325.00 LANDSCAPE BODIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PERIMITER LIGHTING FEDERAL SIGNAL FS MP3-2-AA (2) Federal Signal Micro Pulse Ultra LED’s surface mounted (AMBER).$415.00 FS MP3-2-AW (2) Federal Signal Micro Pulse Ultra LED’s surface mounted (AMBER/WHITE).$415.00 FS MP3-2LB-AA (2) Federal Signal Micro Pulse Ultra LED’s with 90-deg L-bracket (AMBER).$440.00 FS MP3-2LB-AW (2) Federal Signal Micro Pulse Ultra LED’s with 90-deg L-bracket (AMBER/WHITE).$440.00 FS MPS122U-AW (2) Federal Signal double row MicroPulse Ultra dual color amber/white.$495.00 FS MP3-4-AA (4) Federal Signal Micro Pulse Ultra LED’s with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER).$860.00 FS MP3-4-AW (4) Federal Signal Micro Pulse Ultra LED’s with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$860.00 FS MP3-6-AA (6) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER).$1,275.00 FS MP3-6-AW (6) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$1,275.00 FS MP3-8-AA (8) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER).$1,720.00 FS MP3-8-AW (8) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER/WHITE).$1,720.00 FS MP3-8WW-AA (8) Federal Signal Micro Pulse Ultra LED’s with (2) mounted in grille, (1) mounted over each wheel position, and (2) mounted to rear of vehicle (AMBER).$1,690.00 FS MP3-8WW-AW (8) Federal Signal Micro Pulse Ultra LED’s with (2) mounted in grille, (1) mounted over each wheel position, and (2) mounted to rear of vehicle (AMBER/WHITE).$1,690.00 FS MP3-10-AA (10) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille, (1) mounted near each rear wheel, and (4) mounted to rear of vehicle (AMBER).$2,160.00 FS MP3-10-AW (10) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille, (1) mounted near each rear wheel, and (4) mounted to rear of vehicle (AMBER/WHITE).$2,160.00 FS MP3-12-AA (12) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER).$2,605.00 FS MP3-12-AW (12) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER/WHITE).$2,605.00 FS SML8-A Federal Signal Latitude Signal Mater traffic advisor with (AMBER)LEDs.$645.00 FS SML8-AW Federal Signal Latitude Signal Mater traffic advisor with alternating (AMBER/WHITE)LEDs.$645.00 WHELEN W VXF2-2FB-AW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads WITH built in flasther mounted (1) per side to lower front bumper shroud forward of front tire (AMBER/WHITE).$435.00 W VXF2-2RB-AW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads WITH built in flasther mounted (1) per side to lower rear bumper shroud aft of rear tire (AMBER/WHITE).$435.00 W TLI2-SB2-UMBKT-2-W (2) Whelen wide angle ION series lights heads with universal mount bracket (white light). To be mounted on lower portion of service body with 1 light on driver side and 1 light on passenger side facing the ground for extra scene light in the dark.$535.00 W TLI-4-AA (4) Whelen T-Series SOLO color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER).$870.00 W TLI-4-AW (4) Whelen T-Series SOLO color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$870.00 W TLI-4-CC (4) Whelen T-Series color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (WHITE).$870.00 PUBLIC WORKS LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI-6-AA (6) Whelen T-Series SOLO color ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER).$1,305.00 W TLI-6-AW (6) Whelen T-Series SOLO color ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$1,305.00 W TLI-8-AA (8) Whelen T-Series SOLO color ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER).$1,740.00 W TLI-8-AW (8) Whelen T-Series SOLO color ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER/WHITE).$1,740.00 W TLI-12-AA (12) Whelen T-Series SOLO color ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER).$2,610.00 W TLI-12-AW (12) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER/WHITE).$2,610.00 W TLI2-2-AA (2) Whelen T-Series DUAL color ultra thin light heads surface mounted (AMBER).$435.00 W TLI2-2-AW (2) Whelen T-Series DUAL color ultra thin light heads surface mounted (AMBER/WHITE).$435.00 W TLI2-4-AA (4) Whelen T-Series DUAL color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER).$870.00 W TLI2-4-AW (4) Whelen T-Series DUAL color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$870.00 W TLI2-6-AA (6) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER).$1,305.00 W TLI2-6-AW (6) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$1,305.00 W TLI2-8-AA (8) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER).$1,740.00 W TLI2-8-AW (8) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER/WHITE).$1,740.00 W TLI2-12-AA (12) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER).$2,610.00 W TLI2-12-AW (12) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER/WHITE).$2,610.00 W TRACER60-DUO-UNIV-AW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with universal mounting brackets (AMBER/WHITE).$1,805.00 STAR SIGNAL ST DLITE-2-AA (2) STAR Micro LED's ultra-low profile surface mounted (AMBER).$450.00 ST DLITE-2-AW (2) STAR Micro LED's ultra-low profile surface mounted (AMBER/WHITE).$390.00 ST DLITE-4-AA (4) STAR Micro LED's ultra-low profile surface mounted with (2) mounted in grille and (2) mounted to rear of vehicle/ body (AMBER).$905.00 ST DLITE-4-AW (4) STAR Micro LED's ultra-low profile surface mounted with (2) mounted in grille and (2) mounted to rear of vehicle/ body (AMBER/WHITE).$830.00 ST DLITE-6-AA (6) STAR Micro LED's ultra-low profile surface mounted with (4) mounted to grille and (2) mountd to rear of vehicle/body (AMBER).$1,360.00 ST DLITE-6-AW (6) STAR Micro LED's ultra-low profile surface mounted with (4) mounted to grille and (2) mountd to rear of vehicle/body (AMBER/WHITE).$1,245.00 ST DLITE-8-AA (8) STAR Micro LED's ultra-low profile surface mounted with (4) mounted to grille and (4) mounted to back of vehicle/body (AMBER)$1,810.00 ST DLITE-8-AW (8) STAR Micro LED's ultra-low profile surface mounted with (4) mounted to grille and (4) mounted to back of vehicle/body (AMBER/WHITE).$1,660.00 PUBLIC WORKS LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ST DLITE-12-AA (12) STAR Micro LED's ultra-low profile surface mounted with (4) mounted to grille, (1) mounted over each wheel position, and (4) mouted to rear of vehicle/body (AMBER).$2,720.00 ST DLITE-12-AW (12) STAR Micro LED's ultra-low profile surface mounted with (4) mounted to grille, (1) mounted over each wheel position, and (4) mouted to rear of vehicle/body (AMBER/WHITE).$2,490.00 CODE3 C3 OUTLINER-60-AW CODE3 DUAL COLOR OUTLINER 60'' INSTALLED ALONG RUNNING BOARD (AMBER/WHITE).$1,830.00 LIGHT BARS FEDERAL SIGNAL FS REL48-AW-USWTCH Federal Signal 48" Reliant Amber light bar with full front flood capability includes signal master, low power mode, strap kit, and Serial Interface Module for use with factory upfitter switches.$3,070.00 FS ALEG45-DUO-AW Federal Signal 45'' Allegiant dual Amber/White light bar including take downs, alley lights, signal master, strap kit, and compact digital soft button 6 switch controller.$2,375.00 FS ALGNT53-DUAL-WL-AW Federal Signal 53'' Allegiant dual Amber/White light bar including take downs, alley lights, work light feature, signal master, strap kit, and compact digital soft button 6 switch controller. (Work light feature requires mounting on cab shield)$2,565.00 FS LPX45-A Federal Signal 45'' Allegiant LC Discrete Amber Lightbar with Strap kit and fully populated with 4-LED's per position. Installs with simple on/off illuminated switch on dashboard.$1,960.00 FS LPX53-A Federal Signal 53'' Allegiant LC Discrete Amber Lightbar with Strap kit and fully populated with 4-LED's per position. Installs with simple on/off illuminated switch on dashboard.$2,305.00 FS ALGT21D-AMBRF FEDERAL SIGNAL 21" ALLEGIANT DESCRETE LIGHT BAR WITH 10-LED HEADS & CLEAR DOME (AMBER).$1,070.00 WHELEN W L10HAP WHELEN L10 - 6'' x 6.4'' Amber beacon $365.00 W MJYAAAAP Whelen Mini Justice light bar(AMBER) with mounting feet. 16 INCH $810.00 W MJYRRRRP Whelen Mini Justice light bar(RED) with mounting feet. 16 INCH $810.00 W LEGACY48-AA Whelen 48'' Legacy WCX DUO light bar (AMBER) with adjustable feet & Strap kit.$2,980.00 W LEGACY48-AW Whelen 48'' Legacy WCX DUO light bar (AMBER/WHITE) with adjustable feet & Strap kit.$2,980.00 W LIBERTY48-AA Whelen 48'' Liberty II solo light bar (AMBER) with adjustable feet & strap kit.$2,750.00 W LEGACY54-AW Whelen 54'' Legacy WCX DUO light bar (AMBER/WHITE) with adjustable feet & Strap kit.$2,980.00 W LIBERTY54-AA Whelen 54'' Liberty II solo light bar (AMBER) with adjustable feet & strap kit.$2,750.00 STAR SIGNAL ST 7100LED-AC STAR Mini-Light Bar 12.3'' L X 11.5'' W Dual Stack (Amber/White).$1,335.00 ST PHAZER44-AA STAR SIGNAL 44'' LED Dual Color Phazer Light Bar with mounting brackets, takedowns, alleys, rear traffic advisor. Fully Populated. (Requires Controller.) (AMBER/WHITE)$3,420.00 ST PHAZER44-AA STAR SIGNAL 44'' LED Dual Color Phazer Light Bar with mounting brackets, takedowns, alleys, rear traffic advisor. Fully Populated. (Requires Controller.) (AMBER/WHITE)$3,420.00 ST PHAZER51-AA STAR SIGNAL 51'' LED Dual Color Phazer Light Bar with mounting brackets, takedowns, alleys, rear traffic advisor. Fully Populated. (Requires Controller.) (AMBER/WHITE)$2,365.00 PUBLIC WORKS LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FEDERAL SIGNAL LIGHTING PACKAGES GENERIC FS RSL CC-AW Federal Signal Road Side Lighting Package includes 2 Micropulse LED's (Amber/White) in Grille, 2 Micropulse LED's (Amber/White) mounted to rear rear of body with white bezel, 1 eight head Amber Signal Master stick installed to rear of body, 1 Compact Digital Soft Button 6 switch controller. $2,375.00 FS ALB 4C 45 Federal Signal Amber Light Bar Package with 2 MicroPulse Ultra amber/white installed in grille, 2 MicroPulse Ultra amber/white light heads installed to rear of vehicle/body with white bezels, relay module with Compact Digital Soft Button 6 switch controller, 45'' Dual Color Amber/White Allegiant Light bar with vehicle specific strap kit. $3,255.00 FS ALB 4C 53 Federal Signal Amber Light Bar Package with 2 MicroPulse Ultra amber/white installed in grille, 2 MicroPulse Ultra amber/white light heads installed to rear of vehicle/body with white bezels, relay module with Compact Digital Soft Button 6 switch controller, 53'' Dual Color Amber/White Allegiant Light bar with vehicle specific strap kit. $3,630.00 FRONTIER AMBER FS LB-4MP2-FRONTIER-AW FRONTIER Federal Signal Reliant Lightbar Amber/White Package, Includes 1-Reliant S2 Light Bar, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,230.00 FS LB-8MP2-FRONTIER-AW FRONTIER Federal Signal Reliant Lightbar Amber/White Package, Includes 1-Reliant S2 Light Bar, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,110.00 FS LB-12MP2-FRONTIER-AW FRONTIER Federal Signal Reliant Lightbar Amber/White Package, Includes 1-Reliant S2 Light Bar, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $4,990.00 FS STP-4MP2-FRONTIER-AW FRONTIER Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,985.00 FS STP-8MP2-FRONTIER-AW FRONTIER Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,995.00 FS STP-12MP2-FRONTIER-AW FRONTIER Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,875.00 TACOMA AMBER FS LB-4MP2-TACO-AW TACOMA Federal Signal Reliant Lightbar Amber/White Package, Includes 1-Reliant S2 Light Bar, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,230.00 FS LB-8MP2-TACO-AW TACOMA Federal Signal Reliant Lightbar Amber/White Package, Includes 1-Reliant S2 Light Bar, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,110.00 FS LB-12MP2-TACO-AW TACOMA Federal Signal Reliant Lightbar Amber/White Package, Includes 1-Reliant S2 Light Bar, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $4,985.00 FS STP-4MP2-TACO-AW TACOMA Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,985.00 FS STP-8MP2-TACO-AW TACOMA Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,995.00 FS STP-12MP2-TACO-AW TACOMA Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,875.00 MAVERICK AMBER FS LB-4MP2-MAV-AW MAVERICK Federal Signal Reliant Lightbar Amber/White Package, Includes 1-Reliant S2 Light Bar, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,230.00 FS LB-8MP2-MAV-AW MAVERICK Federal Signal Reliant Lightbar Amber/White Package, Includes 1-Reliant S2 Light Bar, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,110.00 FS LB-12MP2-MAV-AW MAVERICK Federal Signal Reliant Lightbar Amber/White Package, Includes 1-Reliant S2 Light Bar, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $4,985.00 PUBLIC WORKS LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS STP-4MP2-MAV-AW MAVERICK Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,985.00 FS STP-8MP2-MAV-AW MAVERICK Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,995.00 FS STP-12MP2-MAV-AW MAVERICK Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,875.00 RANGER AMBER FS LB-4MP2-RNGR-AW RANGER Federal Signal Reliant Lightbar Amber/White Package, Includes 1-Reliant S2 Light Bar, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,230.00 FS LB-8MP2-RNGR-AW RANGER Federal Signal Reliant Lightbar Amber/White Package, Includes 1-Reliant S2 Light Bar, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,110.00 FS LB-12MP2-RNGR-AW RANGER Federal Signal Reliant Lightbar Amber/White Package, Includes 1-Reliant S2 Light Bar, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $4,985.00 FS STP-4MP2-RNGR-AW RANGER Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,985.00 FS STP-8MP2-RNGR-AW RANGER Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,995.00 FS STP-12MP2-RNGR-AW RANGER Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,875.00 F150 AMBER FS LB-4MP2-F150-AW F150 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,505.00 FS LB-8MP2-F150-AW F150 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,385.00 FS LB-12MP2-F150-AW F150 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,265.00 FS STP-4MP2-F150-AW F150 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,985.00 FS STP-8MP2-F150-AW F150 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,995.00 FS STP-12MP2-F150-AW F150 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,875.00 SUPER DUTY AMBER FS LB-4MP2-SD-AW Ford Super Duty Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,505.00 FS LB-8MP2-SD-AW Ford Super Duty Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,385.00 FS LB-12MP2-SD-AW Ford Super Duty Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,265.00 FS STP-4MP2-SD-AW Ford Super Duty Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,985.00 FS STP-8MP2-SD-AW Ford Super Duty Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,995.00 PUBLIC WORKS LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS STP-12MP2-SD-AW Ford Super Duty Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,875.00 FS LB-4MP2-SD-66S-AW Ford Super Duty Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,420.00 FS LB-8MP2-SD-66S-AW Ford Super Duty Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,300.00 FS LB-12MP2-SD-66S-AW Ford Super Duty Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,180.00 FS STP-4MP2-SD-66S-AW Ford Super Duty Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,940.00 FS STP-8MP2-SD-66S-AW Ford Super Duty Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,950.00 FS STP-12MP2-SD-66S-AW Ford Super Duty Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,830.00 SILVERADO 1500 AMBER FS LB-4MP2-SILV1500-AW Chevy Silverado 1500 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,505.00 FS LB-8MP2-SILV1500-AW Chevy Silverado 1500 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,385.00 FS LB-12MP2-SILV1500-AW Chevy Silverado 1500 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,265.00 FS STP-4MP2-SILV1500-AW Chevy Silverado 1500 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,985.00 FS STP-8MP2-SILV1500-AW Chevy Silverado 1500 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,995.00 FS STP-12MP2-SILV1500-AW Chevy Silverado 1500 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,875.00 SILVERADO HD AMBER FS LB-4MP2-SILVHD-AW Chevy 2500/3500 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,505.00 FS LB-8MP2-SILVHD-AW Chevy 2500/3500 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,385.00 FS LB-12MP2-SILVHD-AW Chevy 2500/3500 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,265.00 FS STP-4MP2-SILVHD-AW Chevy 2500/3500 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,985.00 FS STP-8MP2-SILVHD-AW Chevy 2500/3500 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,995.00 PUBLIC WORKS LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS STP-12MP2-SILVHD-AW Chevy 2500/3500 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,875.00 RAM 1500 AMBER FS LB-4MP2-RAM1500-AW Ram 1500 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,505.00 FS LB-8MP2-RAM1500-AW Ram 1500 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,385.00 FS LB-12MP2-RAM1500-AW Ram 1500 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,265.00 FS STP-4MP2-RAM1500-AW Ram 1500 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $4,025.00 FS STP-8MP2-RAM1500-AW Ram 1500 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $5,035.00 FS STP-12MP2-RAM1500-AW Ram 1500 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,915.00 RAM HD AMBER FS LB-4MP2-RAMHD-AW Ram 2500/3500 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $3,505.00 FS LB-8MP2-RAMHD-AW Ram 2500/3500 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $4,385.00 FS LB-12MP2-RAMHD-AW Ram 2500/3500 Federal Signal Allegiant Lightbar Amber/White Package, Includes 1-Allegiant Light Bar, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,265.00 FS STP-4MP2-RAMHD-AW Ram 2500/3500 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -4- Micropulse 6 Diode Light heads, 2 grille mount, 2 surface mounted to tailgate with white bezels $4,025.00 FS STP-8MP2-RAMHD-AW Ram 2500/3500 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -8- Micropulse 6 Diode Light heads, 4 grille mount, 4 surface mounted to tailgate with white bezels $5,035.00 FS STP-12MP2-RAMHD-AW Ram 2500/3500 Federal Signal Slick Top Amber/White Package, Includes 1-ILS Front interior Light Bar, 1-Rear CN Signal Stick Rear glass traffic advisor, -12- Micropulse 6 Diode Light heads, 6 grille mount, 6 surface mounted to tailgate with white bezels $5,915.00 TRANSIT FS STP-6MP2-TRANS-AW Transit Federal Signal Slick Top Amber/White Package, Includes 6 Micropulse Dual Color Light heads, (2) mounted in grille, (2) Adhesive Mount inside front winshield with shroud, (2) surface mounted near tail light, (1) Rear CN Signal Stick SignalMaster mounted above rear doors. $3,100.00 FS STP-10MP2-TRANS-AW Transit Federal Signal Slick Top Amber/White Package, Includes 10 Micropulse Dual Color Light heads, (2) mounted in grille, (2) Adhesive Mount inside front winshield with shroud, (2) surface mounted near tail light, (2) surface mounted to front quarter panel (2) surface mounted near rear wheel, (1) Rear CN Signal Stick SignalMaster mounted above rear doors. $3,925.00 FS STP-14MP2-TRANS-AW Transit Federal Signal Slick Top Amber/White Package, Includes 6 Micropulse Dual Color Light heads, (4) mounted in grille, (4) Adhesive Mount inside front winshield with shroud, (2) surface mounted near tail light, (2) surface mounted to front quarter panel (2) surface mounted near rear wheel, (1) Rear CN Signal Stick SignalMaster mounted above rear doors. $4,840.00 WHELEN LIGHTING PACKAGES W RSL VAN-AW Whelen Road Side Lighting Package includes 2 (AMBER/WHITE) T-Series LED's mounted in Grille, 2 (AMBER/WHITE) T-Series LED's mounted vertically on each side of vehicle above rear tail lights with black bezel, 1 Four head Amber directional stick installed o $2,735.00 PUBLIC WORKS LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W RSL SUV-AW Whelen Road Side Lighting Package includes 2 (AMBER/WHITE) T-Series LED's mounted in Grille, 2 (AMBER/WHITE) T-Series LED's mounted vertically on each side of vehicle above rear tail lights with black bezel, 1 Four head Amber directional stick installed i $2,735.00 W RSL TRK-AW Whelen Road Side Lighting Package includes 2 (amber/white) T-Series LED's mounted in Grille, 2 (amber/white) T-Series LED's mounted to rear tail gate with black bezel, 1 Six head Amber directional stick installed inside back glass, Core-C programmable $2,975.00 W RSL CC-AW Whelen Road Side Lighting Package includes 2 (amber/white) T-Series LED's mounted in Grille, 2 (amber/white) T-Series LED's mounted to rear of body with black bezel, 1 Six head Amber directional stick installed to rear of body, Core-C programmable 6 but $2,975.00 STAR LIGHTING PACKAGES ST RSL TRK-AW STAR Road Side Lighting Package includes 2 Amber/White Microstar LED D-Lite series LED's in Grille, 2 Amber/White Microstar LED D-Lite series LED's mounted to tailgate with white bezel, 1 Eight head Amber Traffic Advisor stick installed inside back glass, 1 Six position rocker switch control box. $2,075.00 ST RSL CC-AW STAR Road Side Lighting Package includes 2 Amber/White Microstar LED D-Lite series LED's in Grille, 2 Amber/White Microstar LED D-Lite series LED's mounted to rear of body with white bezel, 1 Eight head Amber Traffic Advisor stick mounted to back of body, 1 Six position rocker switch control box. $2,075.00 ST RSL VAN-AW STAR Road Side Lighting Package includes 2 Amber/White Microstar LED D-Lite series LED's in Grille, 2 Amber/White Microstar LED D-Lite series LED's vertically on each side of vehicle above rear tail lights with white bezel, 1 Eight head Amber Traffic Advisor stick installed above rear load doors, 1 Six position rocker switch control box. $2,075.00 ST RSL SUV-AW STAR Road Side Lighting Package includes 2 Amber/White Microstar LED D-Lite series LED's in Grille, 2 Amber/White Microstar LED D-Lite series LED's mtd vertically next to each side of license plate with white bezel, 1 Six head Amber PHANTOM rear window stick with reflective shroud installed inside rear hatch, 1 Six position rocker switch control box. $1,895.00 CORNER LED LIGHTS FEDERAL SIGNAL FS CRNR-FLUSH (2) Federal Signal Dual Color 6-LED push in style corner LED mounts flush $380.00 FS CRNR-LED (2) Federal Signal Dual Color 12-LED corner lights to be mounted in headlamps or tail lamps where possible.$425.00 FS CNR-LED-W (2) Federal Signal Corner LED lights to be mouunted in headlamp or tail lamp if possible (WHITE).$495.00 WHELEN W VERTEX-W (2) WHELEN corner LED's to be installed in headlamps or tail lamps where possible (WHITE).$445.00 W VERTEX-FLANGE (2) Whelen Vertex surface mount flanges.$20.00 STAR ST DLS306-2 (2) STAR Mini-Comet self-contained 6-LED round light with black mounting bezel.$370.00 ST CNR-LED (2) STAR self contained LED flashing light (2) LED's will be mounted in headlamps or tail lamps where possible.$475.00 VAN INTERIOR LIGHTING SLIMLITE-3 (3) SLIMLITE 60581 INSTALLED TO TOP CROSS MEMBERS OF VAN CEILING.$485.00 SLIMLITE-5 (5) SLIMLITE 60581 INSTALLED TO TOP CROSS MEMBERS OF VAN CEILING.$900.00 EXTERIOR FLOOD LIGHTING FEDERAL SIGNAL FS COM750-RND-2 (2) Federal Signal LED 1100 lumen 3" Round Work Lights, mounted at rear of utility body.$335.00 PUBLIC WORKS LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS COM1200-SQ-2 (2) Federal Signal LED 2700 lumen 4.3" Square Work Lights, mounted at rear of utility body.$360.00 GO-LIGHT GO-LIGHTSC Model 20204 LED GoLight with hard wired dash mount remote $935.00 GO-LIGHTDC Model 20074GT LED GoLight with wireless hand held and dash mount controls $1,070.00 TRAFFIC DIRECTORS FEDERAL SIGNAL FS SL6S-A Federal Signal 6 Head Latitude Directonal Stick with economy controller (Amber)$775.00 FS SL8S-A Federal Signal 8 Head Latitude Directonal Stick with economy controller (Amber)$830.00 WHELEN W DOM6-A Whelen Dominator 6-LED traffic advisor with mount brackets (AMBER).$880.00 W DOM8-A Whelen Dominator 8-LED traffic advisor with mount brackets (AMBER).$1,105.00 STAR ST DLQS4-MC STAR Dual Color Four LED Module 6-Light heads per module 30.8''L X 1.468''W X 1.1875''H Traffic Advisor -requires controller $750.00 ST DLQS-6 STAR single color Six LED Module 6-Light heads per module 30.6''L X 1.468''W X 1.1875''H Traffic Advisor -requires controller $840.00 ST DLQS-8 STAR single color Eight LED Module 6-Light heads per module 40.6''L X 1.468''W X 1.1875''H Traffic Advisor -requires controller $985.00 ST DLQS-8-MC STAR Dual Color Eight LED Module 6-Light heads per module 40.6''L X 1.468''W X 1.1875''H Traffic Advisor -requires controller $1,035.00 ST TD93DLXTARO STAR 48'' Aarrow End Traffic Advisor (Includes controller)$1,590.00 BEACONS STAR ST 256TSL-AA STAR Beacon LED with Amber lens and Amber LED lights.$300.00 ST 256TSL-CA STAR Beacon LED with CLEAR lens and Amber LED lights.$300.00 ST 256TSL-2-AA (2) STAR Beacon LED with Amber lens and Amber LED lights.$515.00 ST 256TSL-2-CA (2) STAR Beacon LED with CLEAR lens and Amber LED lights.$515.00 WHELEN W L31HAF WHELEN L31 - 4'' x 7.2'' Amber beacon, installed.$785.00 W QUICK-FIT-FORD WHELEN QUICK FIT ALUMINUM 3RD BRAKE LIGHT MOUNTING BRACKET, WHITE.$470.00 W QUICK-FIT-GM WHELEN QUICK FIT ALUMINUM 3RD BRAKE LIGHT MOUNTING BRACKET, WHITE.$470.00 MOUNTING BRACKETS AJ FS-ACARI-F ACARI TT MOUNTING BRACKET (FORD F-150 2015+, F-250 - F-550 2017+, RANGER 2019+)$420.00 NARWAHL Custom fabricated aluminum bracket fastened to front slope of mid/high roof vans to correct the slope for Go-Light install $185.00 ST GO-LIGHT-BRACKET STAR Go-Light Mounting Bracket for Phazer Light Bar $130.00 PUBLIC WORKS LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CHMSL ECCO Ecco CHMSL 3rd Brake Light Mounting Bracket, Ford F-150, with ECCO LED Minibar: Reflex, 15", 12-24VDC, 18 flash patterns, amber. Installed with Single Illuminated switch on dash.$810.00 PUBLIC WORKS LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LABOR ITEMS CAMERA INSTALL LABOR LABOR RATE PER HOUR FOR FLEET INSTALLS.$130.00 PATROL POLICE PATROL VEHICLE WIRING FEE includes 100A power distribution panel with 6 fused circuits.$310.00 UNMARKED UNMARKED VEHICLE WIRING FEE includes 100A power distribution panel with 6 fused circuits.$310.00 FIRE COMMAND FIRE COMMAND VEHICLE WIRING FEE includes 100A power distribution panel with 6 fused circuits.$570.00 RADIO INSTALL CUSTOMER PROVIDED SINGLE PIECE RADIO $130.00 RADIO-2 INSTALL CUSTOMER PROVIDED 2 PIECE RADIO $260.00 GPS INSTALL CUSTOMER PROVIDED ROOF MOUNTED GPS ANTENNA $130.00 DASH CAM INSTALL CUSTOMER PROVIDED CAMERA SYSTEM WITH DVR $455.00 ANTENNA INSTALL CUSTOMER PROVIDED ROOF MOUNTED RADIO ANTENNA $130.00 AJ POWER 100A power distribution panel with ground 12V power/ignition/ground.$125.00 PITA Additional labor and supplies required for install in atypical vehicle type.$390.00 W HLF-TLF-CORE CORE TO FLASH HEAD LIGHTS AND TAIL LIGHTS (MAY REQUIRE EXPANSION MODULE)$155.00 RADIO-ANTENNA 800 MHz Low-Profile radio antenna installed on roof with antenna lead to appropriate location for one or two piece radio.$195.00 INSTALL INSTALLATION OF ALL EQUIPMENT ON THIS QUOTE.$0.00 COVERT-ANTENNA STICK ON STYLE COVERT ANTENNA, INSTALLED IN GLASS.$190.00 CONSOLE ACCESSORIES TROY PRODUCTS TP SCREEN-ARM TROY PRODUCTS LAPTOP SCREEN SUPPORT ARM $85.00 TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$485.00 TP PRINTER-PKT TROY PRODUCTS printer insert for PocketJet printers with 2-3/8" paper roll. For select wide-body consoles with open storage.$480.00 TP MAG-MIC TROY PRODUCTS magnetic microphone mount. $75.00 TP MIC TROY PRODUCTS microphone clip and clip plate. $40.00 TP ARGES-FP TROY PRODUCTS 4" faceplate for the Arges spotlight with two (2) DC outlets and one (1) dual USB port. $55.00 TP DUAL-ARGES-FP TROY PRODUCTS 5" faceplate for Dual Arges spotlight.$0.00 TP FP-CORE TROY PRODUCTS 3" Whelen Cencom Core faceplate.$0.00 TP FP-MOTO TROY PRODUCTS 3" face plate for Motorolla XTL2500/5000/APX6500 one piece radio $0.00 TP FP-MOTO-REMOTE TROY PRODUCTS 3" face plate for Motorolla XTL2500/5000/APX6500 with remote head $0.00 TP FP-HARRIS TROY PRODUCTS 4" face plate for Harris XG-25M one-piece radio.$0.00 TP FP-HARRIS-REMOTE TROY PRODUCTS 3" face plate for Harris XG-25M remote head radio.$0.00 TP FP-TAIT TROY PRODUCTS 4" face plate for Tait M8200 one-piece radio.$0.00 EMERGENCY EQUIPMENT AND LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP FP-TAIT-REMOTE TROY PRODUCTS 4" face plate for Tait M8200 remote head radio.$0.00 TP FP-W-ARGES TROY PRODUCTS 4" faceplate for Whelen Arges spotlight controller.$0.00 TP FP-WCENCOM TROY PRODUCTS 4" faceplate for Whelen CenCom Sapphire, CANTROL or 295SDA series siren controller.$0.00 GUN MOUNTS AND LOCKS TROY PRODUCTS TP GM-SWM-UNIV TROY PRODUCTS theft-deterrent single-weapon gun mount. Includes butt plates and lock brackets with Large handcuff style gun lock. Includes (1) Universal handcuff style weapon locks with standard #2 Key & push-button override.$635.00 TP GM-DWM-870/AR TROY PRODUCTS theft-deterrent dual weapon gun mount. Includes butt plates and lock brackets. Includes (1) shotgun clamshell style gun lock with #2 Key & (1) AR clamshell style weapon lock with #2 key.$825.00 TP GM-DWM-UNIV TROY PRODUCTS theft-deterrent dual weapon gun mount. Includes butt plates and lock brackets with Large handcuff style gun lock. Includes (2) Universal handcuff style weapon locks with standard #2 Key & push-button override. $925.00 TP GM-SC-DWM-FREE TROY PRODUCTS free-standing dual-weapon gun mount equipped with Troy single-cell partitions.$890.00 TP GM-SC-DWM TROY PRODUCTS dual-weapon gun mount equipped with Troy single-cell partitions.$865.00 TP GM-SC-SWM TROY PRODUCTS single-weapon gun mount equipped with Troy single-cell partitions.$695.00 SETINA SET 1GUN-MNT Setina SINGLE weapon partition mounted gun rack with universal lock.$740.00 SET 2GUN-MNT Setina DUAL weapon partition mounted gun rack with universal locks.$1,005.00 SET GM-1080E-40MM SETINA DOUBLE RAIL GUN MOUNT WITH BLAC-RAC RUN LOCK MOUNTED ON PASSENGER SIDE RAIL & 40MM UNIVERSAL HANDCUFF MOUNTED ON DRIVER SIDE RAIL.$1,465.00 SET BLACRAC SMC SINGLE T-RAIL MOUNT WITH ELECTRIC BLAC-RAC LOCING HEAD, INCLUDES COLD WIRE MODULE.$1,300.00 PROGARD PG 1GUN-MNT Pro-Gard vertical partition mount SINGLE weapon tri-Lock gun rack with handcuff key $825.00 PG 2GUN-MNT Pro-Gard vertical partition mount DUAL weapon tri-Lock gun rack with handcuff key $985.00 COMPUTER STANDS AND CRADLES TROY PRODUCTS TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$460.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$600.00 TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00 TP ESC-MAV-COMP-SA TROY PRODUCTS ESCAPE & MAVERICK stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$640.00 TP ESC-MAV-COMP-SL TROY PRODUCTS ESCAPE & MAVERICK stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$755.00 SETINA PKG-PSM-UNIV Havis Universal compunter mount stand, cradle sold separately.$810.00 SET UT-1001 Havis universal laptop tray.$370.00 EMERGENCY EQUIPMENT AND LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION RAM MOUNTS RAM-VB-196-SW1 RAM universal laptop mounting kit with universal cradle.$605.00 SPOT LAMPS UNITY L-SPOT Unity left-hand pillar mounted 6'' spotlight with clear halogen bulb.$465.00 L-SPOT-LED UNITY Left hand spotlamp including Unity LED bulb & install kit.$705.00 LR-SPOT Unity left & right-hand pillar mounted 6'' spotlight with clear halogen bulb $930.00 LED BULB Whelen LED replacement bulb for left hand spot lamps.$315.00 LED BULB 2 Whelen LED replacement bulbs for left and right hand spot lamps.$635.00 WHELEN ARGES W ARGES1 Whelen Arges dedicated spot lamp with control head and vehicle specific Arges mount.$1,435.00 W ARGES2 Whelen Arges ProFocus spot/floor combination lamp with control head and vehicle specific Arges mount.$1,410.00 WHELEN HOWLER / SPEAKERS W HOWLER WEC-X Whelen single low frequency supplemental siren, with universal mounting bracket.$980.00 W SA315P Whelen 100 watt speaker with bracket.$355.00 W ULF44 WHELEN LOW CURRENT FLASHER FOR HALO/LED LIGHTS $225.00 CONTROLERS/AMPLIFIERS W 295-CONT Whelen 295SLSA6 controller with Whelen 100/200W Scan-Lock Self-Contained Siren/Switch.$725.00 W 6-SWITCH Whelen 6-switch contoller.$165.00 W HHS3200-LC Whelen HHS3200 hand held conrtoller Whelen 100/200W Scan-Lock Self-Contained Siren/Switch for low current applications.$695.00 W DOM-CONT Whelen Traffic advisor controller.$130.00 W CEN-CORE-S Whelen CENCOM Core S one piece siren with 21 Button control center.$1,960.00 W CEN-CORE-HHS Whelen CENCOM Core remote head siren with Hand Held control center.$1,435.00 W CEN-CORE-21 Whelen CENCOM Core remote head siren with 21 Button control center.$1,435.00 W CEN-CORE-ROT Whelen CENCOM Core remote head siren with Rotary Knob control center.$1,435.00 W CABIN-SPEAKER Core Cabin Speaker to be mounted in console to repeat voice tones and sound operator warnings and tones.$170.00 EXPANSION MODULES W EXP8 WHELEN 8-OUTPUT WECAN-X EXPANSION MODULE $285.00 W EXP16 WHELEN 16-OUTPUT WECAN-X EXPANSION MODULE $315.00 W EXP24 WHELEN 24-OUTPUT WECAN-X EXPANSION MODULE $370.00 PERIMITER LIGHTING W AVENGER-BKT Whelen dual Avenger headliner bracket.$15.00 EMERGENCY EQUIPMENT AND LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W AVGR-D-HLB Whelen dual Avenger with single color per light head with headliner mount bracket.$485.00 W AVGR-D-UNIV Whelen dual Avenger with single color per light head with universal mount.$470.00 W AVGR-DUO-HLB Whelen single Avenger, dual color with headliner mount bracket.$450.00 W AVGR-DUO-UNIV Whelen single Avenger, dual color with universal mount.$425.00 W AVGR-HLB Whelen single Avenger with headliner mount bracket, single color.$425.00 W AVGR-UNIV Whelen single Avenger universal mount, single color.$400.00 W AVP Whelen administrative vehicle package includes (4) dual avengers with (2) mounted in front windshield with headliner brackets and (2) mounted in rear glass, (2) T-series light heads mounted on L-brackets in grille, and (2) T-series light heads mounted on tag bracket. Includes Alpha siren and light controller, SA315P 100 watt speaker and bracket. $3,225.00 W DAVGR-D-HLB Whelen dual Avenger, duo color per light with headliner mount bracket $595.00 W DAVGR-D-UNIV Whelen dual Avenger, duo color per light with universal mount.$580.00 W DOM6 Whelen Dominator 6-LED traffic advisor with mount brackets, requires controller.$850.00 W DOM8 Whelen Dominator 8-LED traffic advisor with moun brackets, requires controller.$1,110.00 W DOME-RW Whelen low profile LED red/white dome light with built in switch.$350.00 W HATCH Whelen perimiter enhancement light.$415.00 W HLF-UNIV Whelen - Headlight flashers, solid state (Does Not Work with All Vehicles)$335.00 W INNER-F-FST Whelen solo color Front Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing).$1,230.00 W INNER-F-XLP Whelen EXTRA low profile solo color Front Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing). $1,230.00 W INNER-REAR-LC Whelen solo interior sedan/suv rear inner edge with mounting tray.$1,355.00 W ION-2 (2) Whelen Wide Angle ION series light head universal mount with bracket (Single color or "Split" only)$435.00 W ION-DUO-2 (2) Whelen dual color ION series universal mount light heads.$475.00 W ION-SM-2 (2) Whelen Wide Angle ION series surface mount light heads (Single color or "Split" only).$435.00 W IONV-2 (2) Whelen ION-V series light head with puddle light and mounting bracket.$785.00 W M4-2 (2) Whelen M4 series SOLID color light heads with black surround.$615.00 W M4-SPLIT-2 (2) Whelen M4 series Dual color light heads with black surround.$515.00 W MCRN-2 (2) Whelen Micron series light heads surface mount.$400.00 W MCRN-2-LB (2) Whelen Micron series light heads surface mount with L-brackets.$430.00 W MCRN-2-TAG (2) Whelen Micron series light heads surface mounted with tag mount bracket.$435.00 W MCRN-TAG-BKT Whelen Micron license plate mounting bracket.$30.00 W STRIPLT-2 (2) Whelen Mega-T Plus LED light solo color surface mount light heads (NO SPLIT COLORS).$395.00 W STRIPLT-2-LB (2) Whelen Mega-T Plus LED light solo color light heads with (2) 90 deg mounting L-brackets (NO SPLIT COLORS).$435.00 W STRIPLT-DUO-2 (2) Whelen Mega-T Plus LED light duo color surface mount light heads.$435.00 W STRIPLT-DUO-2-LB (2) Whelen Mega-T Plus LED light duo color light head with 90 deg mounting L-brackets.$475.00 EMERGENCY EQUIPMENT AND LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI-2 (2) Whelen T-Series Single Color ultra thin light heads surface mounted.$435.00 W TLI2-LB-2 (2) Whelen T-Series DUAL color ultra thin light heads with L-bracket.$460.00 W TLI2-TAG-2 (2) Whelen T-Series DUAL color ultra thin light heads mounted with tag bracket.$475.00 W TLI3-2 (2) Whelen TRI color T-series ultra thin series light head surface mount.$495.00 W TRACER12-UNIV (2) Whelen 12'' Tracers (one lamp housing) with universal mounting brackets SOLO $965.00 W TRACER60-DUO-UNIV (2) Whelen 60'' DUO color Tracers (5 lamp housing) with universal mounting brackets.$1,805.00 W TRACER72-DUO-UNIV (2) Whelen 60'' DUO color Tracers (6 lamp housing) with universal mounting brackets $2,075.00 W TLI-LB-2 (2) Whelen ION ''T'' series ultra thin light heads with L-bracket.$460.00 W TLI-TAG-2 (2) Whelen ION ''T'' series ultra thin light heads mounted with tag bracket $475.00 W VTX609C-K8A WHELEN FOUR CORNER LED KIT (WHITE) INSTALLED with WHELEN TWIST IN ADAPTER FOR FACTORY PREPPED HEAD LIGHTS/TAIL LIGHTS.$775.00 W OUTTER-PIU-DUO Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side.$1,560.00 W PILLAR-DUR Whelen Durango rear pillar LED lighting includes (3) light heads per side.$1,390.00 W PILLAR-DUR-DUO Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side.$1,560.00 W PILLAR-PIU Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side.$1,385.00 W PILLAR-PIU-DUO Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side.$1,560.00 W TLI2-2 (2) Whelen T-series Dual Color light head with mounting bracket.$435.00 W MINI-T-2-STUD (2) Whelen Mini T-series light heads Dual Color with stud mount installed in grille.$415.00 W OUTER-PIU Whelen Police Intercetpor Utility rear outer edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,260.00 W OUTER-PIU-DUO Whelen Police Interceptor Utility DUO rear outer edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,550.00 LIGHTING BRACKETS W M4-FLANGE-BL (2) Whelen M4 Flange Mounts $25.00 W MCRN-L-BRACKET (2) Whelen Micron L-Brackets $25.00 W TLI-BKT1 (2) Whelen Dual T-Series vertical L-bracket $40.00 W TLI-TAG-BKT Whelen T-Series Tag bracket $45.00 LIGHTING UPGRADES W LEGACY-MNE Upgrade any Whelen light bar to Midnight Edition to include smoked lenses and black strap kit $105.00 W TRACER-SMOKE Upgrade any Whelen Tracers include smoked lenses.$105.00 FEDERAL SIGNAL PERIMITER LIGHTING FS XSTREAM-2-RB (2) Federal Signal Xstream warning LEDs (single head) with universal mounting & shroud.$385.00 FS XSTREAM-2-D-RB (2) Federal Signal Xstream warning LEDs (dual head) with universal mounting & shroud.$400.00 FS MIRROR (2) Federal Signal side mirror rubber wedges with (2) micropulse dual color LED's $555.00 EMERGENCY EQUIPMENT AND LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS MPS123U-2-RB (2) Federal Signal MicroPulse Ultra 12 Tri-Color, Clear Lens (RBW).$495.00 MODULES FS SIM Federal Signal -Serial Interface Modue- Required to Operate Serial Light Bars with Analog Factory Switches.$245.00 FS OPTICOM OPTICOM TRAFFIC LIGHT CONTROLLER, MOUNTED INSIDE WINDSHIELD IF NOT OTHERWISE SPECIFIED.$2,285.00 STAR SIGNAL ST DLITE-2LB (2) STAR Micro LED's ultra-low profile with 90-deg L-brackets.$430.00 ST DLITMC-RUN6 (6) STAR MICROSTAR DLITE TRI-COLOR LED LIGHTS MOUNTED TO CUSTOM RUNNING BOARD BRACKETS, 3-PER SIDE $1,490.00 ST DLX6-2 (2) STAR Emergency Lighting 6-LED light heads, surface mount.$355.00 ST DLX6-2-LB (2) STAR Emergency Lighting 6-LED light heads with (2) L-brackets.$395.00 ST SB-4020 STAR 6 pos rocker switch box. $135.00 ST SB4040 STAR switch box with progressive slide feature $190.00 ST ULB28 STAR Phantom LED full width front visor interior bar with thin profile & dual color. (Req's Controller)$1,140.00 ST ULB38-TA STAR Phantom 6-LED rear window light bar with dual color traffic director, low profile. (Req's Controller)$820.00 ST ULB48-TA STAR Phantom 10-LED rear window light bar with dual color traffic director, low profile. (Req's Controller)$1,140.00 ST ULB9LDC-2 (2) STAR Emergency Lighting 9-diode LED dual color light.$650.00 ST ULB9S (2) STAR Emergency Lighting 9-diode LED split single color light.$555.00 ST-D44-16 STAR Cyclone Speaker with bracket, rear facing 100 watt driver. $340.00 ST AVP STAR administrative vehicle package includes (4) ULB9S Mini-Phantom's with (2) mounted in front windshield and (2) mounted in rear glass. (2) Dlit's installed in grille with l-brackets, and (4) DLIT mounted on tag bracket. Includes (LCS653) combination siren and light controller (NO PA) with (D-44-16) patented Cyclone 100 watt speaker and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $2,885.00 STPLB44-850 STAR Dual Color 44” Phazer LED light bar (model 1400LED) with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS850MG12) digital command control center for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket. $3,370.00 STPLB44-HHS STAR Dual Color 44” Phazer LED light bar (model 1400LED) full DUAL color with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS8880) hand held controller for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket. $3,060.00 STPLB51-850 STAR Dual Color 51” Phazer LED light bar (model 1400LED) full DUAL color with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS850MG12) digital command control center for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket. $3,720.00 STPLB51-HHS STAR Dual Color 51” Phazer LED light bar (model 1400LED) full DUAL color with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS8880) hand held controller for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket. $3,410.00 EMERGENCY EQUIPMENT AND LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION STPUMP-850-SDN STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor (Model ULB48) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes (Model 850MG12) digital command control center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $3,780.00 STPUMP-850-SUV STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor (Model ULB38) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes (Model 850MG12) digital command control center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $3,475.00 STPUMP-850-TRK STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum ultra low profile front visor. Rear (Model DLQS8MC) DUAL color LED 8-light head bar with STAR Phantom Lineum X traffic director. Includes (Model 850MG12) digital command control center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $3,675.00 STPUMP-HHS-SDN STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor(Model ULB48) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes (Model LCS880) hand held combination light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $3,265.00 STPUMP-HHS-SUV STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor (Model ULB38) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes Includes (Model LCS880) hand held combination center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $2,960.00 STPUMP-HHS-TRK STAR Dual Color Unmarked package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear (Model DLQS8) single color LED 8-light head bar with STAR Phantom Lineum X traffic director. Includes Includes (Model LCS880) hand held combination center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $3,155.00 CODE3 C3 OUTLINER-60 CODE3 DUAL COLOR OUTLINER 60'' INSTALLED ALONG RUNNING BOARD.$1,190.00 C3 OUTLINER-72 CODE3 DUAL COLOR OUTLINER 72'' INSTALLED ALONG RUNNING BOARD.$1,280.00 C3 UT-SPEAKER CODE 3 ultra thin 100W siren speaker with bracket.$355.00 C3-MICROPACK (2) CODE3 MicroPak Single Color high output Class I LED with push-in style flush mount installation.$440.00 C3-MICROPACK-DC (2) CODE3 MicroPak DUAL Color high output Class I LED with push-in style flush mount installation.$460.00 SPIKE STRIPS S3700K STOP STICK SUV KIT FROM STOP STICK LTD. INCLUDES 3 STOP STICKS, 1 REPLACEMENT STICK, DEPLOYMENT BAG, CORD REEL AND SLEEVE.$750.00 HARNESS HARNESS CUSTOM WIRING HARNESS WITH FULLY CUSTOM LABLED CABLES & PRE-ROUTED CIRCUITS.$450.00 EMERGENCY EQUIPMENT AND LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BATTERY SAVER KUSSMAUL E1 KUSSMAUL-SINGLE KUSSMAUL 51-03-1206 auto eject charging System for emergency vehicles with single battery. KIT includes 1000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,035.00 E1 KUSSMAUL-DUAL KUSSMAUL 53-03-1206 auto eject charging System for emergency vehicles with two batteries. KIT includes 2000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,090.00 HAVIS H CG-X HAVIS CHARGE GUARD BATTERY RUN DOWN PROTECTION, INSTALLED.$225.00 EMERGENCY EQUIPMENT AND LIGHTING Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PIU BALLISTICS ANGEL ARMOR AA PIU-3A-D ANGEL ARMOR LEVEL IIIa FRONT DRIVER DOOR FOR (2020+ POLICE INTERCEPTOR UTILITY) INCLUDES FREIGHT AND INSTALLATION.$1,175.00 AA PIU-3A-P ANGEL ARMOR LEVEL IIIa FRONT PASSENGER DOOR FOR (2020+ POLICE INTERCEPTOR UTILITY) INCLUDES FREIGHT AND INSTALLATION.$1,175.00 AA PIU-3PLUS-D ANGEL ARMOR LEVEL III+ FRONT DRIVER DOOR FOR (2020+ POLICE INTERCEPTOR UTILITY) INCLUDES FREIGHT AND INSTALLATION.$1,785.00 AA PIU-3PLUS-P ANGEL ARMOR LEVEL III+ FRONT PASSENGER DOOR FOR (2020+ POLICE INTERCEPTOR UTILITY) INCLUDES FREIGHT AND INSTALLATION.$1,785.00 PIU PUSH BUMPERS WESTIN WEST PIU-PB Westin Elite push bumper for Interceptor Utility 2020+.$880.00 WEST PIU-PB2L Westin Elite push bumper for Interceptor Utility 2020+ with two light channel (lights purchased separately).$940.00 WEST PIU-PB2L-PIT Westin Elite push bumper for Interceptor Utility 2020+ with two light channel including pit bars (No headlight wraps - lights purchased separately).$1,765.00 WEST PIU-PB2L-PIT-W Westin Elite push bumper for Interceptor Utility 2020+ with two light channel including pit bars with headlight wraps (lights purchased separately).$2,160.00 TROY PRODUCTS TP PB-PIU TROY PRODUCTS Push-bumper uprights with solid top channel cover.$1,155.00 TP PB-PIU-LB2 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights.$1,180.00 TP PB-PIU-LB4 TROY PRODUCTS Push-bumper uprights with four (4) light channel brackets and wire covers. Specify make & model of lights.$1,180.00 TP PB-LGH-BKT TROY PRODUCTS Push-bumper upright 45 degree light brackets to give side mounted lights more angel. (SOLD PER ONE EACH)$485.00 TP PB-UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$670.00 PB UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$660.00 PROGARD PG PIU-PB Pro-Gard HD push bumper.$1,030.00 SETINA SET PIU-PB400 Setina PB400 VS aluminum push bumper.$1,060.00 SET PIU-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,740.00 SET PIU-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$2,060.00 FEDERAL SIGNAL FS PIU-PB Federal Signal DFC Push Bumper series with speaker mount screens, no wraps, pit bars, or light channel.$1,030.00 FS PIU-PB2L Federal Signal DFC Push Bumper series with speaker mount screens and two light channel (lights sold separately).$1,030.00 FS PIU-PB4L Federal Signal DFC Push Bumper series with speaker mount screens and four light channel (lights sold separately).$1,030.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS PIU-PB2L-PIT Federal Signal DFC Push Bumper series with speaker mount screens, lower guard pit bars, and two light channel (lights sold separately).$2,060.00 FS PIU-PB4L-PIT Federal Signal DFC Push Bumper series with speaker mount screens, lower guard pit bars, and four light channel (lights sold separately).$2,060.00 FS PIU-PB2L-WRAP Federal Signal DFC Push Bumper series with speaker mount screens, upper guard headlight wraps, lower guard pit bars, and two light channel (lights sold separately).$2,575.00 FS PIU-PB4L-WRAP Federal Signal DFC Push Bumper series with speaker mount screens, upper guard headlight wraps, lower guard pit bars, and four light channel (lights sold separately).$2,575.00 PIU WHELEN LIGHTING LAW ENFORCEMENT FRONT W TLI2-2GL-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-4GL-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$870.00 W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$865.00 W TLI2-2PB-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-2FOG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (ONE RED/WHITE AND ONE BLUE/WHITE).$435.00 W STRIPLT-DUO-2GL-RBW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$475.00 W STRIPLT-DUO-4GL-RBW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$950.00 W TLI2-2GL-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$435.00 W TLI2-4GL-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$1,350.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$465.00 W TLI2-2PB-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$435.00 W TLI2-2FOG-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$435.00 W STRIPLT-DUO-2GL-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$475.00 W STRIPLT-DUO-4GL-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$950.00 W MINI-T-2STUD-RB (2) Whelen TRIO MINI-T series light heads surface mount with stud mount installed in grille split (RED/BLUE/WHITE).$415.00 W MINI-T-2STUD-RB (2) Whelen DUO MINI-T series light heads surface mount with stud mount installed in grille split (RED/BLUE).$415.00 W MINI-T-2STUD-RBW (2) Whelen DUO MINI-T series light heads surface mount with stud mount installed in grille split (RED/WHITE & BLUE/WHITE).$415.00 W MINI-T-2STUD-BW (2) Whelen DUO MINI-T series light heads surface mount with stud mount installed in grille split (BLUE/WHITE).$415.00 W MINI-T-2STUD-TRIO-RBW (2) Whelen DUO MINI-T series light heads surface mount with stud mount installed in grille split (RED/BLUE/WHITE).$455.00 W TLI2X-2GL-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 W TLI2-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-4GL-SMOKE-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (Two RED/WHITE & Two BLUE/WHITE).$900.00 W TLI2X-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2PB-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2X-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 W TLI2-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2PB-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-4GL-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$895.00 W TLI2X-2FOG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (ONE RED/WHITE AND ONE BLUE/WHITE).$450.00 W VTX609-K8A-B WHELEN VERTEX INSTALLED IN FACTORY PREPPED HEADLIGHT WITH TWIST LOCK ADAPTER (BLUE)$380.00 W VTX609-K8A-RB WHELEN VERTEX INSTALLED IN FACTORY PREPPED HEADLIGHT WITH TWIST LOCK ADAPTER (RED/BLUE)$380.00 W HLF-TLF-CORE CORE TO FLASH HEAD LIGHTS AND TAIL LIGHTS (MAY REQUIRE EXPANSION MODULE)$155.00 FIRE / EMS FRONT W TLI2-2GL-RW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$435.00 W TLI2-4GL-RW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$1,350.00 W STRIPLT-DUO-2GL-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$475.00 W STRIPLT-DUO-4GL-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$950.00 W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$595.00 W TLI2-2PB-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$435.00 W TLI2-2FOG-RW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$675.00 W MINI-T-2STUD-RW (2) Whelen DUO MINI-T series light heads surface mount with stud mount installed in grille split (RED/WHITE).$415.00 W VTX609-K8A-R WHELEN VERTEX INSTALLED IN FACTORY PREPPED HEADLIGHT WITH TWIST LOCK ADAPTER (RED)$380.00 LAW ENFORCEMENT SIDE W TLI2-2RD-RB (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-2RD-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$540.00 W TLI2-2RQG-RB (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$460.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$540.00 W TLI2-4RQG-RB (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$925.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$950.00 W TLI2-4WW-RB (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$870.00 W TLI2-2RD-BW (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$525.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W STRIPLT-DUO-2RD-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$540.00 W TLI2-2RQG-BW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$460.00 W STRIPLT-DUO-2RQG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$540.00 W TLI2-4RQG-BW (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$925.00 W STRIPLT-DUO-4RQG-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$950.00 W TLI2-4WW-BW (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$870.00 W VX2-2FB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/BLUE) - REQUIRES CONTROLLER $435.00 W VX2-2RB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/BLUE). - REQUIRES CONTROLLER $435.00 W VX2-2FB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 FIRE / EMS SIDE W TLI2-2RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$460.00 W TLI2-4RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$925.00 W STRIPLT-DUO-2RQG-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$575.00 W STRIPLT-DUO-4RQG-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$950.00 W STRIPLT-DUO-2RD-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$540.00 W TLI2-4WW-RW (4) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$870.00 W VX2-2FB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2FB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/AMBER). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/AMBER). - REQUIRES CONTROLLER+C2 $435.00 LAW ENFORCEMENT REAR W TLI2-2TAG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$475.00 W TLI2-2HATCH-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$435.00 W TLI2-4GATE-RB (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$870.00 W TLI2-2GATE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-2LIC-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$435.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-2LIC-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$435.00 W TLI2-2GATE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$435.00 W TLI2-4GATE-BW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$870.00 W TLI2-2HATCH-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$435.00 W TLI2-2TAG-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$475.00 W STRIPLT-DUO-2RG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-2RG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$540.00 W PILLAR-PIU-RB Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,385.00 W PILLAR-PIU-DUO-RB Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,560.00 W PILLAR-PIU-DUO-RBA Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (RED/AMBER & BLUE/AMBER).$1,560.00 W PILLAR-PIU-BW Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,385.00 W PILLAR-PIU-DUO-BW Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,560.00 W PILLAR-PIU-DUO-BWA Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE & WHITE/AMBER).$1,560.00 W OUTER-PIU-RB Whelen Police Intercetpor Utility rear outer edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/BLUE).$1,260.00 W OUTER-PIU-DUO-RB Whelen Police Interceptor Utility DUO rear outer edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/BLUE).$1,550.00 W OUTER-PIU-DUO-RBA Whelen Police Interceptor Utility DUO rear outer edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/AMBER & BLUE/AMBER).$1,550.00 W OUTER-PIU-BW Whelen Police Intercetpor Utility rear outer edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/WHITE).$1,260.00 W OUTER-PIU-DUO-BW Whelen Police Interceptor Utility DUO rear outer edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/WHITE).$1,550.00 W OUTER-PIU-DUO-BWA Whelen Police Interceptor Utility DUO rear outer edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/AMBER & WHITE/AMBER).$1,550.00 W TLI3-2TAG-RBW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/BLUE/WHITE).$540.00 W TLI3-2TAG-BAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO BLUE/AMBER/WHITE).$540.00 W TLI2-2LIC-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2LIC-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (BLUE/WHITE).$450.00 W TLI2-2TAG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (One RED/WHITE & One BLUE/WHITE).$490.00 W TLI2-2TAG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (BLUE/WHITE).$490.00 W INNER-RST-DUO-PIU-RBA Whelen DUO interior sedan/suv rear inner edge with mounting tray (RED/BLUE/AMBER).$1,255.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FIRE / EMS REAR W TLI2-2LIC-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$440.00 W TLI2-2TAG-RAW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$475.00 W TLI2-2HATCH-RA (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$435.00 W TLI2-2GATE-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$435.00 W TLI2-4GATE-RAW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$870.00 W STRIPLT-DUO-2RG-RA (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$540.00 W PILLAR-PIU-RW Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,385.00 W PILLAR-PIU-DUO-RW Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,560.00 W PILLAR-PIU-DUO-RWA Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (RED/AMBER & WHITE/AMBER).$1,560.00 W OUTER-PIU-RW Whelen Police Intercetpor Utility rear outer edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,260.00 W OUTER-PIU-DUO-RW Whelen Police Interceptor Utility DUO rear outer edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/WHITE).$1,550.00 W OUTER-PIU-DUO-RWA Whelen Police Interceptor Utility DUO rear outer edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/AMBER & WHITE/AMBER).$1,550.00 W TLI3-2TAG-RAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/AMBER/WHITE).$540.00 ARGES / HOWLER W ARGES1-PIU-1 Whelen Arges dedicated spot lamp with control head with Interceptor Utility specific Arges mount.$1,305.00 W ARGES1-PIU-2 Dual Whelen Arges dedicated spot lamps with control head and Interceptor Utility specific driver and passenger Arges mounts. $2,320.00 W HOWLER-PIU Whelen low frequency supplemental siren, with Interceptor Utility mounting bracket.$740.00 MIRROR W UMIRROR-PIU-RB (2) Whelen U-Series, 180 deg warning light with PIU under mirror mount brackets (DUO BOTH SIDES RED/BLUE).$885.00 W UMIRROR-PIU-BW (2) Whelen U-Series, 180 deg warning light with PIU under mirror mount brackets (DUO BOTH SIDES BLUE/WHITE).$885.00 W UMIRROR-PIU-RW (2) Whelen U-Series, 180 deg warning light with PIU under mirror mount brackets (DUO BOTH SIDES RED/WHITE).$885.00 W UMIRROR-PIU-RA (2) Whelen U-Series, 180 deg warning light with PIU under mirror mount brackets (DUO BOTH SIDES RED/AMBER).$885.00 W MBEAM-PIU-RB (2) Whelen mirror beam front of side view mirror mounted LED's with SOLO ION series light heads (one RED/one BLUE).$670.00 W MBEAM-PIU-DUO-RB (2) Whelen mirror beam front of side view mirror mounted LED's with DUO ION series light heads (RED/BLUE EACH SIDE).$725.00 W MBEAM-PIU-DUO-RBW (2) Whelen mirror beam front of side view mirror mounted LED's with DUO ION series light heads (RED/WHITE DRIVERS BLUE/WHITE PASSENGER).$700.00 W MBEAM-PIU-B (2) Whelen mirror beam front of side view mirror mounted LED's with SOLO ION series light heads (BLUE).$670.00 W MBEAM-PIU-DUO-BW (2) Whelen mirror beam front of side view mirror mounted LED's with DUO ION series light heads (BLUE/WHITE EACH SIDE).$725.00 W MBEAM-PIU-R (2) Whelen mirror beam front of side view mirror mounted LED's with SOLO ION series light heads (RED).$670.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W MBEAM-PIU-DUO-RW (2) Whelen mirror beam front of side view mirror mounted LED's with DUO ION series light heads (RED/WHITE EACH SIDE).$725.00 TRACERS W TRACER60-DUO-PIU-RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with Interceptor mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$1,805.00 W TRACER60-DUO-PIU-BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with Interceptor mounting brackets (BLUE/WHITE).$1,805.00 W TRACER60-DUO-PIU-RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with Interceptor mounting brackets (RED/WHITE).$1,805.00 W TRACER60-DUO-PIU-RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with Interceptor mounting brackets (RED/AMBER with override to WHITE).$1,805.00 W TRACER60-DUO-PIU-RB (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with Interceptor mounting brackets (RED/BLUE).$1,805.00 LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-PIU-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, HHS3200, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $3,475.00 W EDGE2-ROT-PIU-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-PIU-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-ROT-PIU-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-PIU-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W LEGACY-CHH-PIU-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-PIU-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-PIU-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CHH-PIU-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-PIU-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-PIU-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-C21B-DT-PIU-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CROT-DT-PIU-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CROT-DT-PIU-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-PIU-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 LAW ENFORCEMENT UNMARKED PACKAGES W SLICK1-HH-PIU-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (RED/BLUE).$3,500.00 W SLICK1-21B-PIU-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,270.00 W SLICK1-ROT-PIU-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,205.00 W SLICK1-HH-PIU-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (BLUE).$3,500.00 W SLICK1-ROT-PIU-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,205.00 W SLICK1-21B-PIU-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,270.00 W SLICK2-CHH-PIU-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-CHH-PIU-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-PIU-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-PIU-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-PIU-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-PIU-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-OUT-ROT-PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-OUT-21B-PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 BUTTON Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-OUT-ROT-PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-OUT-21B-PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-DUAL-ROT-PIU-RBWA Whelen FST Front DUO, Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, and Rear OUTER EDGE Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $6,290.00 W SLICK2-DUAL-21B-PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, and Rear OUTER EDGE Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $6,290.00 W SLICK2-DUAL-ROT-PIU-BWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $6,290.00 W SLICK2-DUAL-21B-PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, and Rear OUTER EDGE Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $6,290.00 W SLICK2-OUT-ROT-DT-PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-ROT-DT-PIU-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-21B-DT-PIU-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-ROT-DT-PIU-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-21B-DT-PIU-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-OUT-21B-DT-PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-OUT-ROT-DT-PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-OUT-21B-DT-PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-DUAL-ROT-DT-PIU-RBWA Whelen FST Front DUO, Rear DUO SPOILER Outter Edge with 6-LED Ion series light heads, and Rear OUTER EDGE Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $7,205.00 W SLICK2-DUAL-21B-DT-PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $8,985.00 W SLICK2-DUAL-ROT-DT-PIU-BWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $8,985.00 W SLICK2-DUAL-21B-DT-PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $8,985.00 FIRE / EMS LIGHT BAR PACKAGES W EDGE2-ROT-PIU-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,595.00 W EDGE2-21B-PIU-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,745.00 W LEGACY-CHH-PIU-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-PIU-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-PIU-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-PIU-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-PIU-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CROT-DT-PIU-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 W LEGACY-C21B-DT-PIU-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 W LIBERTY-OPTI-CROT-DT-PIU-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LIBERTY-OPTI-C21B-DT-PIU-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 FIRE / EMS UNMARKED PACKAGES W SLICK1-HH-PIU-R Whelen XLP SOLO Front and RST SOLO Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200, Rotary knob Controller, speaker, and bracket (RED).$3,500.00 W SLICK1-ROT-PIU-R Whelen XLPSOLO Front and RST SOLO Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,205.00 W SLICK1-21B-PIU-R Whelen XLP SOLO Front and RST SOLO Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,270.00 W SLICK2-CHH-PIU-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-PIU-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-PIU-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-OUT-ROT-PIU-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-OUT-21B-PIU-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-DUAL-ROT-PIU-RWA Whelen FST Front DUO, Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, and Rear OUTER EDGE Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $6,290.00 W SLICK2-DUAL-21B-PIU-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $6,290.00 W SLICK2-ROT-DT-PIU-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-21B-DT-PIU-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,940.00 W SLICK2-OUT-ROT-DT-PIU-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core,, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,940.00 W SLICK2-OUT-21B-DT-PIU-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-DUAL-ROT-DT-PIU-RWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,205.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-DUAL-21B-DT-PIU-RWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21-button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,205.00 PIU FED-SIG LIGHTING LAW ENFORCEMENT FRONT FS MP2-2FOG-BW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (BLUE/WHITE).$405.00 FS MP2-2FOG-RBW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2GL-BW (2) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$405.00 FS MP2-2GL-RBW (2) Federal Signal MicroPulse ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2PB-BW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$405.00 FS MP2-2PB-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-4GL-BW (4) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$600.00 FS MP2-4GL-RBW (4) Federal Signal MicroPulse ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$600.00 FIRE / EMS FRONT FS MP2-2FOG-RW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (RED/WHITE).$405.00 FS MP2-2GL-RW (2) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$405.00 FS MP2-2PB-RW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$405.00 FS MP2-4GL-RW (4) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$600.00 LAW ENFORCEMENT SIDE FS FM2-PUSH-4-BW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (BLUE/WHITE).$915.00 FS FM2-PUSH-4-RB (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing(RED/BLUE).$730.00 FS MP2-2RD-BW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RD-RB (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$435.00 FS MP2-2RQG-BW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RQG-RB (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$435.00 FS MP2-4RQG-BW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$875.00 FS MP2-4RQG-RB (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$875.00 FS MP2-4WW-BW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$815.00 FS MP2-4WW-RB (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/BLUE).$815.00 FIRE / EMS SIDE FS FM2-PUSH-4-RW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/WHITE).$730.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS FM2-PUSH-4-RA (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/AMBER).$730.00 FS MP2-2RD-RW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RD-RA (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RA (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-4RQG-RW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$875.00 FS MP2-4RQG-RA (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/AMBER).$875.00 FS MP2-4WW-RW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/WHITE).$815.00 FS MP2-4WW-RA (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/AMBER).$815.00 LAW ENFORCEMENT REAR FS MP2-2GATE-BW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (BLUE/WHITE).$405.00 FS MP2-2GATE-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2HATCH-BW (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$405.00 FS MP2-2HATCH-RB (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$405.00 FS MP2-2LIC-BW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$405.00 FS MP2-2LIC-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-4GATE-BW (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (BLUE/WHITE).$815.00 FS MP2-4GATE-RB (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (RED/BLUE).$815.00 FS SML8-B Federal Signal Latitude Signal Mater traffic advisor with (BLUE)LEDs.$645.00 FS SML8-RB Federal Signal Latitude Signal Mater traffic advisor with 1/2 (RED) and 1/2 (BLUE)LEDs.$645.00 FS PIU-DPIL-RBW Federal Signal MicroPulse Ultra D-Pillar Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/BLUE/WHITE).$2,000.00 FS PIU-SPOIL-RBW Federal Signal MicroPulse Ultra under Spoiler Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/BLUE/WHITE).$1,245.00 FIRE / EMS REAR FS MP2-2GATE-RAW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$405.00 FS MP2-2HATCH-RA (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$405.00 FS MP2-2LIC-RAW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$405.00 FS MP2-2TAG-RAW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$440.00 FS MP2-4GATE-RAW (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$815.00 FS SML8-RW Federal Signal Latitude Signal Mater traffic advisor with alternating (RED/WHITE)LEDs.$645.00 FS SML8-RA Federal Signal Latitude Signal Mater traffic advisor with alternating (RED/AMBER)LEDs.$645.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS PIU-DPIL-RAW Federal Signal MicroPulse Ultra D-Pillar Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/AMBER/WHITE).$2,000.00 FS PIU-SPOIL-RAW Federal Signal MicroPulse Ultra under Spoiler Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/AMBER/WHITE).$1,245.00 RUMBLER FS PIU-RUMBLER Federal Signal RUMBLER low frequency speakers for use with sirens with integrated Rumbler capability $815.00 MIRROR FS PIU-MIR-MPS-2-RBW Federal Signal vehicle specific under mirror mounted MicroPulse Wide Angle 9 Tri colored LED's (RED/BLUE/WHITE).$665.00 FS PIU-MIR-MPS-2-RAW Federal Signal vehicle specific under mirror mounted MicroPulse Wide Angle 9 Tri colored LED's (RED/AMBER/WHITE).$665.00 RUNNING BOARD LIGHT FS DR5-PIU-RBW Federal Signal 60" Running board light with tri-colored lens (RED/BLUE/WHITE).$2,630.00 FS DR5-PIU-BAW Federal Signal 60" Running board light with tri-colored lens (BLUE/AMBER/WHITE).$2,630.00 FS DR5-PIU-RAW Federal Signal 60" Running board light with tri-colored lens (RED/AMBER/WHITE).$2,630.00 FS DR5-SMOKE-PIU-RBW Federal Signal 60" Running board light with tri-colored SMOKED lens (RED/BLUE/WHITE).$2,775.00 LAW ENFORCEMENT LIGHT BAR PACKAGES FS ALGT53-PHHS-PIU-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-PHHS-PIU-BWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-P21-PIU-RBWA Federal Signal 53" Allegiant Max LED Lightbar, TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 Button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P21-PIU-BWA Federal Signal 53" Allegiant MAX LED Lightbar, TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 Button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P17BRK-PIU-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER)left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,380.00 FS ALGT53-P21-DT-PIU-BWA Federal Signal 53" Allegiant MAX LED Lightbar, TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 Button Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-P17BRK-DT-PIU-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS ALGT53-P17BRK-DT-PIU-BWA Federal Signal 53" Allegiant MAX LED Lightbar, TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-PF400-DT-LF-PIU-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,435.00 FS ALGT53-PF400-DT-LF-PIU-BWA Federal Signal 53" Allegiant MAX LED Lightbar, TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,435.00 FS VALOR51-P21-PIU-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-P21-PIU-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-P17BRK-PIU-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P17BRK-PIU-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P21-DT-PIU-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P21-DT-PIU-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P17BRK-DT-PIU-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS VALOR51-P17BRK-DT-PIU-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-PF400-DT-LF-PIU-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,095.00 FS VALOR51-PF400-DT-LF-PIU-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,095.00 LAW ENFORCEMENT UNMARKED PACKAGES FS SLICK3-PHHS-PIU-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, 100 watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,895.00 FS SLICK3-PHHS-PIU-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100 watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,895.00 FS SLICK3-P21-PIU-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,860.00 FS SLICK3-P21-PIU-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front and (BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,860.00 FS SLICK3-P17BRK-PIU-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P17BRK-PIU-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P21-DT-PIU-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P21-DT-PIU-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P17BRK-DT-PIU-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 FS SLICK3-P17BRK-DT-PIU-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS SLICK3-OUT-P21-DT-PIU-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-OUT-P21-DT-PIU-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-OUT-P17BRK-DT-PIU-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FS SLICK3-OUT-P17BRK-DT-PIU-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FS SLICK3-DUAL-P21-DT-PIU-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/BLUE/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,670.00 FS SLICK3-DUAL-P21-DT-PIU-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (BLUE/WHITE/AMBER) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,670.00 FS SLICK3-DUAL-P17BRK-DT-PIU-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/BLUE/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,640.00 FS SLICK3-DUAL-P17BRK-DT-PIU-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (BLUE/WHITE/AMBER) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,640.00 FIRE / EMS LIGHT BAR PACKAGES FS ALGT53-P17BRK-DT-PIU-RWA Federal Signal 53" Allegiant MAX LED Lightbar, TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-P21-DT-PIU-RWA Federal Signal 53" Allegiant MAX LED Lightbar, TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 Button Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS ALGT53-P21-PIU-RWA Federal Signal 53" Allegiant MAX LED Lightbar, TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 Button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-PF400-DT-LF-PIU-RWA Federal Signal 53" Allegiant MAX LED Lightbar, TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,435.00 FS ALGT53-PF400Q-DT-LF-PIU-RWGA Federal Signal 53" Allegiant MAX LED Lightbar,TRI color w/sync capability (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,435.00 FS ALGT53-PHHS-PIU-RWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $4,170.00 FS VALOR51-P17BRK-DT-PIU-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-P17BRK-PIU-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P21-DT-PIU-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P21-PIU-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-PF400-DT-LF-PIU-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,095.00 FS VALOR51-PF400Q-DT-LF-PIU-RWGA Federal Signal 51" Valor LED Lightbar, TRI Color (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,235.00 FIRE / EMS UNMARKED PACKAGES FS SLICK3-PHHS-PIU-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, 100 watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,895.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS SLICK3-P21-PIU-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,860.00 FS SLICK3-P17BRK-PIU-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P21-DT-PIU-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P17BRK-DT-PIU-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-OUT-P21-DT-PIU-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-OUT-P17BRK-DT-PIU-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FS SLICK3-DUAL-P21-DT-PIU-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/AMBER/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,670.00 FS SLICK3-DUAL-P17BRK-DT-PIU-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/AMBER/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,640.00 PIU TROY CONSOLE & CAGES CONSOLES TP PIU-CON18 TROY PRODUCTS 18'' L-shaped console with 10'' slope / 8'' level with faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate w/ (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $1,035.00 TP PIU-CON18-PRTR TROY PRODUCTS 18'' printer console with faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate w/ (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $1,220.00 TP PIU-CON22 TROY PRODUCTS 22'' all-level console with faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate w/ (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $985.00 TP PIU-CON-OH TROY PRODUCTS 2020+ PI Utility Overhead 4''Console - mounts siren control and radio remote head.$520.00 PARTITIONS TP PIU-1/2CAGE-POLY TROY PRODUCTS PI Utility single-cell with poly window; kick panel w/ foot pocket, removable emergency escape panel , center seat floor plate, plastic seat with OS seatbelt system, rear partition w/POLY window, and cargo window side panels.$3,215.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP PIU-1/2CAGE-WIRE-FIRE TROY PRODUCTS PI Utility single-cell with poly window; kick panel w/ foot pocket, removable emergency escape panel , center seat floor plate, plastic seat with OS seatbelt system, rear partition square-hole pattern, fire cubby on DS.$3,155.00 TP PIU-1/2CAGE-POLY-FIRE TROY PRODUCTS PI Utility single-cell with poly window; kick panel w/ foot pocket, removable emergency escape panel , center seat floor plate, plastic seat with OS seatbelt system, rear partition w/POLY window, and fire cubby on DS.$3,370.00 TP PIU-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel, Includes mounting kit & partition kick panels with big foot pockets for Interceptor Utility.$1,535.00 TP PIU-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Interceptor Utility.$1,560.00 TP PIU-CARGO-POLY TROY PRODUCTS rear partition, poly main window and square-hole cargo window side panels. $810.00 TP PIU-CARGO-WIRE TROY PRODUCTS rear partition, square-hole main window with square-hole cargo window guards. $735.00 TP PIU-CARGO-WIRE-FIRE-AED TROY PRODUCTS rear partition, square-hole main window with driver side fire extinguisher compartment and passenger side locking storage compartment.$905.00 SEATS & CAGES TP PIU-SEAT-POLY TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with poly main window and cargo window side panels. Includes air bag corridor gap panels. $2,545.00 TP PIU-SEAT-POLY-FIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with poly main window and fire cubby on DS. Includes air bag corridor gap panels. $2,675.00 TP PIU-SEAT-POLY-FIRE-AED TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with poly main window and cargo window side panels to include AED and Fire Extinguisher cubby.$2,795.00 TP PIU-SEAT-WIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole pattern and cargo window side panels. $2,370.00 TP PIU-SEAT-WIRE-FIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole pattern and fire cubby on DS. $2,525.00 TP PIU-SEAT-WIRE-FIRE-AED TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole pattern and fire cubby on DS and AED cubby on PS.$2,705.00 TP PIU-CGP TROY PRODUCTS PI Utility rear partition airbag corridor gap panels, driver and passenger sides. (For use with plastic seats.)$250.00 TP PIU-DR-PLT TROY PRODUCTS passenger door handle cover set. $175.00 TP PIU-SWB TROY PRODUCTS driver & passenger welded vertical bar window guards. $425.00 TP PIU-SWB225 TROY PRODUCTS driver & passenger welded vertical bar window guards with 2.25 spacing. $440.00 TP PIU-SWB-H TROY PRODUCTS driver & passenger welded horizontal bar window guards. $420.00 TP PIU-POLY TROY PRODUCTS driver & passenger polycarbonate window guards. $430.00 TP PIU-DP-SET TROY PRODUCTS DRIVER AND PASSENGER DOOR PANEL SET.$470.00 TP PIU-HATCH TROY PRODUCTS cargo hatch square-hole window guard.$260.00 COMPUTER STANDS TP PIU-COMP-SA TROY PRODUCTS 2020+ Interceptor Utility stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$660.00 TP PIU-COMP-SL TROY PRODUCTS 2020+ Interceptor Utility stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$815.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$460.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$600.00 FREE STANDING GUN MOUNT TP PIU-GM-FREE TROY PRODUCTS free-standing dual-weapon gun mount for the PI Utility, required for applications where a front partition is not present.$1,005.00 PIU SETINA CONSOLE & CAGES PARTITIONS SET PIU-R-PART-8VS Setina 8VS RESESSED panel prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,640.00 SET PIU-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,835.00 SEATS & CAGES SET PIU-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate installs utilizing STOCK SEAT.$2,245.00 SET PIU-SEAT-WIRE Setina full replacement transport seat TPO plastic with center pull belts and wire mesh cargo barrier.$2,645.00 SET PIU-12VS-POLY Setina - 12-VS rear partition - POLY $1,125.00 SET PIU-12VS-WIRE Setina - 12-VS rear partition - WIRE $1,110.00 SET PIU-DOOR Setina TPO door panel.$600.00 SET PIU-SWB Setina VERTICAL window armor bars.$595.00 FREE STANDING GUN MOUNT SET PIU-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$550.00 PIU HAVIS CONSOLE & COMPUTER MOUNTS HAV PIU-CON14 Havis 14''L x 6.5H vehicle specific console includes (3) 12V outlets, (2) cup holders, side mount arm rest, and necessary blanks.$860.00 HAV PIU-CON22 Havis 22''L sloped vehicle specific console includes OEM USB and lighter plug relocation cutout, OEM parking brake relocation cutout, (2) additional 12V outlets, (2) cup holders, side mount arm rest, and necessary blanks.$1,080.00 HAV PIU-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,020.00 HAV PIU-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$760.00 PIU PROGARD CONSOLE & CAGES PARTITIONS PG PIU-CARGO-POLY Pro-Gard ¼'' poly rear cargo barrier with filler panels.$1,005.00 PG PIU-PART Pro-Gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,615.00 PG PIU-R-PART Pro-Gard RESESSED panel partition includes poly center slider window with expanded metal insert and lower extension panel.$1,770.00 SEATS & CAGES PG PIU-1/2CAGE Pro-gard single prisoner cage includes partition, seat, door panels, window bars, rear barrier, and lower extension panels.$4,145.00 PG PIU-1/2CAGE-OSB Pro-gard single prisoner cage includes partition, seat, door panels, window bars, rear barrier, lower extension panels, and officer safe belts.$4,595.00 PG PIU-CARGO-WIRE Pro-Gard ¼'' 7 Ga. Steel wire rear cargo barrier with filler panels.$1,005.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PG PIU-DISABLE Pro-Gard 2020+ Police Interceptor Utility rear door / window disable kit (block off plates).$150.00 PG PIU-FLOOR-PAN Pro-Gard charcoal grey ABS floor.$580.00 PG PIU-SEAT-POLY Pro-gard standard prisoner transport seat with ¼'' poly. window cargo barrier & seat.$2,265.00 PG PIU-SEAT-WIRE Pro-gard standard prisoner transport seat with 7 Ga. Steel screen window cargo barrier & seat.$2,265.00 PG PIU-SWB Pro-Gard -steel window Bars, for use with O.E.M. door panels only.$540.00 PIU VAULT/GUN BOX AMERICAN ALUMINUM AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$2,135.00 AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,810.00 AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$450.00 AA UP VAULT American Aluminum UP vault leg kit, installed.$385.00 TROY PRODUCTS TP PIU-VAULT-ELEV TROY PRODUCTS elevated storage vault, 48''Wx24''Lx8H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. Elevated design allows access to spare tire.$1,965.00 TP PIU-VAULT-ELEV-ELEC TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor, with slide out electronics tray with guard fence.$2,410.00 TP PIU-VAULT-TILT TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor & tilt-up cargo mount that allows access to spare tire.$2,705.00 TP PIU-VAULT-TILT-ELEC TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor, tilt-up cargo mount that allows access to spare tire, & tilt-down electronics tray.$2,955.00 TP PIU-RDECK TROY PRODUCTS PI Utility horizontal cargo deck with adjustable divider, bolts to PI Utility rear cages.$755.00 TP PIU-COMMAND TROY PRODUCTS INTERCEPTOR UTILITY command post with tilt-up white board and storage drawers.$6,135.00 TP PIU-CARGODECK-SS TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with easy-deploy Stop-Stick compartment, slide-out electronics tray, storage tray and side cubbies.$2,120.00 TP PIU-CARGODECK-SS-V TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with Stop-Stick compartment, slide-out electronics tray, storage tray, side cubbies and storage vault 40''Wx22''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. $3,640.00 TP PIU-CARGODECK-CMPT TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with lidded tilt-up compartment, slide-out electronics tray, storage tray, side cubbies.$2,345.00 TP PIU-CARGODECK-CMPT-V TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with lidded tilt-up compartment, slide-out electronics tray, storage tray, side cubbies and storage vault 40''Wx22''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. $3,865.00 TP PIU-VAULT-SL-ELE TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor, with slide out electronics tray with guard fence.$2,315.00 TP PIU-DRONE TROY PRODUCTS INTERCEPTOR UTILITY Drone command post, 40"W x 30"L x 23"H; one TV drawer on top, one storage drawer with 1" foam, drawer latch handles and cypher lock; bottom whiteboard pop-up drawer. (Works work with a Samsung 32" model #QN32Q50R TV. Not included.) $7,305.00 SETINA SET PIU-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,295.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SET PIU-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,535.00 SET PIU-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$410.00 PIU K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$5,095.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,455.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$805.00 AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$6,390.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$245.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$205.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,855.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $5,990.00 HAVIS MOUNTS HAV PIU-K9 Havis K9 Transport system powder coated white.$5,640.00 ACE K9 AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $3,500.00 AK9 HA-2520-HYB K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box (ENGINE STALL SENSOR NOT INCLUDED - not compatible with Hybrid vehicle). $3,310.00 AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $4,340.00 AK9 HP-5020-HYB Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box (ENGINE STALL SENSOR NOT INCLUDED - not compatible with Hybrid vehicle). $4,155.00 AK9 HA-2520-AWD K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html $4,080.00 AK9 HA-2520-AWD-HYB K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html (ENGINE STALL SENSOR NOT INCLUDED - not compatible with Hybrid vehicle). $3,890.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AK9 HP-5020-AWD Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html. $4,895.00 AK9 HP-5020-AWD-HYB Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html (ENGINE STALL SENSOR NOT INCLUDED - not compatible with Hybrid vehicle). $4,715.00 TAHOE BALLISTICS KERR IND AA TAH-3A-D ANGEL ARMOR LEVEL IIIa FRONT DRIVER DOOR FOR (2021+ TAHOE) INCLUDES FREIGHT AND INSTALLATION.$1,175.00 AA TAH-3A-P ANGEL ARMOR LEVEL IIIa FRONT PASSENGER DOOR FOR (2021+ TAHOE) INCLUDES FREIGHT AND INSTALLATION.$1,115.00 KERR TAH-3PLUS-D KERR NIJ Level 3+ ballistic door panels for front driver sider only. Kerr Industries offers a full 3-year/36,000 mile warranty on all parts supplied and installed.$2,750.00 KERR TAH-3PLUS-P KERR NIJ Level 3+ ballistic door panels for front passenger sider only. Kerr Industries offers a full 3-year/36,000 mile warranty on all parts supplied and installed.$2,750.00 ANGEL ARMOR AA TAH-3PLUS-D ANGEL ARMOR LEVEL III+ FRONT DRIVER DOOR FOR (2021+ TAHOE) INCLUDES FREIGHT AND INSTALLATION.$1,990.00 AA TAH-3PLUS-P ANGEL ARMOR LEVEL III+ FRONT PASSENGER DOOR FOR (2021+ TAHOE) INCLUDES FREIGHT AND INSTALLATION.$1,990.00 TAHOE PUSH BUMPERS WESTIN WEST TAH-PB Westin Elite XD push bumper for Tahoe/Suburban 2021+.$1,125.00 WEST TAH-PB2L Westin Elite XD push bumper for Tahoe/Suburban 2021+ with two light channel (Lights purchased separately).$1,185.00 WEST TAH-PB2L-PIT Westin Elite XD push bumper for Tahoe/Suburban 2021+ with two light channel including pit bars (No headlight wraps - lights purchased separately).$2,010.00 WEST TAH-PB2L-PIT-W Westin Elite XD push bumper for Tahoe/Suburban 2021+ with two light channel including pit bars with headlight wraps (Lights purchased separately).$2,405.00 PB UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$660.00 TROY PRODUCTS TP PB-TAH TROY PRODUCTS Push-bumper uprights with solid top channel cover.$1,195.00 TP PB-TAH-LB2 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights.$1,220.00 TP PB-TAH-LB4 TROY PRODUCTS Push-bumper uprights with four (4) light channel brackets and wire covers. Specify make & model of lights.$1,220.00 TP PB-LGH-BKT TROY PRODUCTS Push-bumper upright 45 degree light brackets to give side mounted lights more angel. (SOLD PER ONE EACH)$485.00 TP PB-UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$670.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PROGARD PG TAH-PB Pro-Gard HD Tahoe push bumper.$930.00 SETINA SET TAH-PB400 Setina PB400 push bumper, Tahoe.$1,060.00 SET TAH-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,740.00 SET TAH-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$2,060.00 FEDERAL SIGNAL FS TAH-PB Federal Signal DFC Push Bumper series with speaker mount screens, no wraps, pit bars, or light channel.$1,180.00 FS TAH-PB2L Federal Signal DFC Push Bumper series with speaker mount screens and two light channel (lights sold separately).$1,180.00 FS TAH-PB4L Federal Signal DFC Push Bumper series with speaker mount screens and four light channel (lights sold separately).$1,180.00 FS TAH-PB2L-PIT Federal Signal DFC Push Bumper series with speaker mount screens, lower guard pit bars, and two light channel (lights sold separately).$2,205.00 FS TAH-PB4L-PIT Federal Signal DFC Push Bumper series with speaker mount screens, lower guard pit bars, and four light channel (lights sold separately).$2,205.00 FS TAH-PB2L-WRAP Federal Signal DFC Push Bumper series with speaker mount screens, upper guard headlight wraps, lower guard pit bars, and two light channel (lights sold separately).$2,725.00 FS TAH-PB4L-WRAP Federal Signal DFC Push Bumper series with speaker mount screens, upper guard headlight wraps, lower guard pit bars, and four light channel (lights sold separately).$2,725.00 TAHOE WHELEN LIGHTING LAW ENFORCEMENT FRONT W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$865.00 W TLI2-2GL-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-4GL-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$870.00 W TLI2-2FOG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (ONE RED/WHITE AND ONE BLUE/WHITE).$435.00 W TLI2-2PB-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$435.00 W STRIPLT-DUO-2GL-RBW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$475.00 W STRIPLT-DUO-4GL-RBW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$950.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$465.00 W TLI2-2GL-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$435.00 W TLI2-4GL-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$1,350.00 W TLI2-2FOG-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$435.00 W TLI2-2PB-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$435.00 W STRIPLT-DUO-2GL-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$475.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W STRIPLT-DUO-4GL-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$950.00 W TLI2X-2GL-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 W TLI2-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 W TLI2-4GL-SMOKE-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (Two RED/WHITE & Two BLUE/WHITE).$900.00 W TLI2X-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2PB-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2X-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 W TLI2-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2PB-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-4GL-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$895.00 W TLI2X-2FOG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (ONE RED/WHITE AND ONE BLUE/WHITE).$450.00 W HLF-TLF-CORE CORE TO FLASH HEAD LIGHTS AND TAIL LIGHTS (MAY REQUIRE EXPANSION MODULE)$155.00 FIRE / EMS FRONT W TLI2-2GL-RW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$435.00 W TLI2-4GL-RW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$1,350.00 W STRIPLT-DUO-2GL-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$475.00 W STRIPLT-DUO-4GL-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$950.00 W TLI2-2FOG-RW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$675.00 W TLI2-2PB-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$435.00 W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$595.00 LAW ENFORCEMENT SIDE W TLI2-2RD-RB (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W TLI2-2RQG-RB (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$460.00 W TLI2-4RQG-RB (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$925.00 W TLI2-4WW-RB (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$870.00 W STRIPLT-DUO-2RD-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$950.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-2RD-BW (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$525.00 W TLI2-2RQG-BW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$460.00 W TLI2-4RQG-BW (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$925.00 W TLI2-4WW-BW (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$870.00 W STRIPLT-DUO-2RD-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$540.00 W STRIPLT-DUO-2RQG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$540.00 W STRIPLT-DUO-4RQG-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$950.00 W VX2-2FB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/BLUE) - REQUIRES CONTROLLER $435.00 W VX2-2RB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/BLUE). - REQUIRES CONTROLLER $435.00 W VX2-2FB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 FIRE / EMS SIDE W TLI2-2RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$460.00 W TLI2-4RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$925.00 W TLI2-4WW-RW (4) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$870.00 W STRIPLT-DUO-2RD-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$540.00 W STRIPLT-DUO-2RQG-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$575.00 W STRIPLT-DUO-4RQG-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$950.00 W VX2-2FB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2FB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/AMBER). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/AMBER). - REQUIRES CONTROLLER+C2 $435.00 LAW ENFORCEMENT REAR W TLI2-2HATCH-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$435.00 W TLI2-2GATE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$435.00 W OUTTER-TAH Whelen Tahoe rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,260.00 W TLI2-4GATE-RB (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$870.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W OUTTER-TAH-DUO Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,550.00 W TLI2-2TAG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$475.00 W PILLAR-TAH Whelen Tahoe rear pillar LED lighting includes (3) light heads per side.$1,615.00 W TLI2-2LIC-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$435.00 W STRIPLT-DUO-2RG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$540.00 W PILLAR-TAH-DUO Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side.$1,730.00 W TLI2-2HATCH-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$435.00 W TLI2-2GATE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$435.00 W TLI2-4GATE-BW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$870.00 W TLI2-2TAG-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$475.00 W TLI2-2LIC-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$435.00 W STRIPLT-DUO-2RG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$540.00 W OUTTER-TAH-RB Whelen Tahoe rear outer edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/BLUE).$1,260.00 W OUTTER-TAH-DUO-RB Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/BLUE).$1,550.00 W OUTTER-TAH-DUO-RBA Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/AMBER & BLUE/AMBER).$1,550.00 W OUTTER-TAH-BW Whelen Tahoe rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/WHITE).$1,260.00 W OUTTER-TAH-DUO-BW Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/WHITE).$1,550.00 W OUTTER-TAH-DUO-BWA Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/AMBER & WHITE/AMBER).$1,550.00 W PILLAR-TAH-RB Whelen Tahoe rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,260.00 W PILLAR-TAH-DUO-RB Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,730.00 W PILLAR-TAH-DUO-RBA Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (RED/AMBER & BLUE/AMBER).$1,730.00 W PILLAR-TAH-BW Whelen Tahoe OUTER EDGE rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,615.00 W PILLAR-TAH-DUO-BW Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,730.00 W PILLAR-TAH-DUO-BWA Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE & WHITE/AMBER).$1,730.00 W TLI3-2TAG-RBW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/BLUE/WHITE).$540.00 W TLI3-2TAG-BAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO BLUE/AMBER/WHITE).$540.00 W TLI2-2LIC-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-2LIC-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (BLUE/WHITE).$450.00 W TLI2-2TAG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (One RED/WHITE & One BLUE/WHITE).$490.00 W TLI2-2TAG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (BLUE/WHITE).$490.00 W INNER-RST-DUO-TAH-RBA Whelen DUO interior sedan/suv rear inner edge with mounting tray (RED/BLUE/AMBER).$1,255.00 FIRE / EMS REAR W TLI2-2HATCH-RA (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$435.00 W TLI2-2GATE-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$435.00 W TLI2-4GATE-RAW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$870.00 W TLI2-2LIC-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$440.00 W TLI2-2TAG-RAW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$475.00 W STRIPLT-DUO-2RG-RA (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$540.00 W OUTTER-TAH-RW Whelen Tahoe rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,260.00 W OUTTER-TAH-DUO-RW Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/WHITE).$1,550.00 W OUTTER-TAH-DUO-RWA Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/AMBER & WHITE/AMBER).$1,550.00 W PILLAR-TAH-RW Whelen Tahoe rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,615.00 W PILLAR-TAH-DUO-RW Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,730.00 W PILLAR-TAH-DUO-RWA Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE & AMBER/WHITE)$1,730.00 W TLI3-2TAG-RAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/AMBER/WHITE).$540.00 ARGES / HOWLER W ARGES1-TAH-1 Whelen Arges dedicated spot lamp with control head with TAHOE Utility specific Arges mount.$1,305.00 W ARGES1-TAH-2 Dual Whelen Arges dedicated spot lamps with control head and TAHOE Utility specific driver and passenger Arges mounts. $2,320.00 W HOWLER-TAH Whelen low frequency supplemental siren, with TAHOE Utility mounting bracket.$845.00 MIRROR W MBEAM-TAH-RB (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (one RED/one BLUE).$670.00 W MBEAM-TAH-B (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (BLUE).$670.00 W MBEAM-TAH-R (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (RED).$670.00 W UMIRROR-TAH-RB (2) Whelen U-Series, 180 deg warning light with TAHOE under mirror mount brackets (DUO BOTH SIDES RED/BLUE).$885.00 W MBEAM-TAH-DUO-RB (2) Whelen mirror beam front of side view mirror mounted LED's with DUO ION series light heads (RED/BLUE).$725.00 W MBEAM-TAH-DUO-RBC (2) Whelen mirror beam front of side view mirror mounted LED's with DUO ION series light heads (RED/WHITE DRIVERS & BLUE/WHITE PASSENGERS).$725.00 W UMIRROR-TAH-BW (2) Whelen U-Series, 180 deg warning light with TAHOE under mirror mount brackets (DUO BOTH SIDES BLUE/WHITE).$885.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W MBEAM-TAH-DUO-BW (2) Whelen mirror beam front of side view mirror mounted LED's with DUO ION series light heads (BLUE/WHITE).$670.00 W UMIRROR-TAH-RW (2) Whelen U-Series, 180 deg warning light with TAHOE under mirror mount brackets (DUO BOTH SIDES RED/WHITE).$885.00 W UMIRROR-TAH-RA (2) Whelen U-Series, 180 deg warning light with TAHOE under mirror mount brackets (DUO BOTH SIDES RED/AMBER).$885.00 W MBEAM-TAH-DUO-RW (2) Whelen mirror beam front of side view mirror mounted LED's with DUO ION series light heads (RED/WHITE).$725.00 TRACERS W TRACER60-DUO-TAH-RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with TAHOE mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$1,865.00 W TRACER60-DUO-TAH-BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with TAHOE mounting brackets (BLUE/WHITE).$1,805.00 W TRACER60-DUO-TAH-RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with TAHOE mounting brackets (RED/WHITE).$1,805.00 W TRACER60-DUO-TAH-RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with TAHOE mounting brackets (RED/AMBER with override to WHITE).$1,805.00 LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-TAH-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, HHS3200, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $3,475.00 W EDGE2-ROT-TAH-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-TAH-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-ROT-TAH-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-TAH-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-ROT-TAH-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-TAH-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,745.00 W LEGACY-CHH-TAH-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-TAH-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-TAH-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-CROT-DT-TAH-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-TAH-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CHH-TAH-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-TAH-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-TAH-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-TAH-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-TAH-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 LAW ENFORCEMENT UNMARKED PACKAGES W SLICK1-HH-TAH-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200, HANDHELD Controller, speaker, and bracket (RED/BLUE).$3,530.00 W SLICK1-ROT-TAH-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,235.00 W SLICK1-21B-TAH-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,300.00 W SLICK1-HH-TAH-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200, HANDHELD Controller, speaker, and bracket (BLUE).$3,440.00 W SLICK1-ROT-TAH-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,235.00 W SLICK1-21B-TAH-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,300.00 W SLICK2-CHH-TAH-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-CHH-TAH-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-TAH-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-TAH-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-OUT-ROT-TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-OUT-21B-TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-DUAL-ROT-TAH-RBWA Whelen FST Front DUO, Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, and Rear OUTER EDGE Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,455.00 W SLICK2-DUAL-21B-TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,455.00 W SLICK2-ROT-DT-TAH-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core-S, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-21B-DT-TAH-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-OUT-ROT-DT-TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-OUT-21B-DT-TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-DUAL-ROT-DT-TAH-RBWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $7,370.00 W SLICK2-DUAL-21B-DT-TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $7,370.00 W SLICK2-ROT-TAH-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-TAH-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-OUT-ROT-TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER) $4,840.00 W SLICK2-OUT-21B-TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-DUAL-ROT-TAH-BWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,455.00 W SLICK2-DUAL-21B-TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $6,455.00 W SLICK2-21B-DT-TAH-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-ROT-DT-TAH-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core-S, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-OUT-ROT-DT-TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-OUT-21B-DT-TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-DUAL-ROT-DT-TAH-BWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,370.00 W SLICK2-DUAL-21B-DT-TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,370.00 FIRE / EMS LIGHT BAR PACKAGES W LEGACY-CHH-TAH-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-TAH-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-TAH-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-TAH-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-TAH-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CROT-DT-TAH-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-C21B-DT-TAH-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 W LIBERTY-OPTI-CROT-DT-TAH-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 W LIBERTY-OPTI-C21B-DT-TAH-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 FIRE / EMS UNMARKED PACKAGES W SLICK1-HH-TAH-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200, HANDHELD Controller, speaker, and bracket (RED).$3,530.00 W SLICK1-ROT-TAH-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,235.00 W SLICK1-21B-TAH-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,300.00 W SLICK2-CHH-TAH-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,365.00 W SLICK2-ROT-TAH-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-TAH-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-OUT-ROT-TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-OUT-21B-TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-DUAL-ROT-TAH-RWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,455.00 W SLICK2-DUAL-21B-TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,455.00 W SLICK2-DUAL-21B-DT-TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $6,715.00 W SLICK2-DUAL-ROT-DT-TAH-RWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,370.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-OUT-21B-DT-TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-OUT-ROT-DT-TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-21B-DT-TAH-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-ROT-DT-TAH-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,760.00 TAHOE FED-SIG LIGHTING LAW ENFORCEMENT FRONT FS MP2-2FOG-BW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (BLUE/WHITE).$405.00 FS MP2-2FOG-RBW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2GL-BW (2) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$405.00 FS MP2-2GL-RBW (2) Federal Signal MicroPulse ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2PB-BW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$405.00 FS MP2-2PB-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-4GL-BW (4) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$600.00 FS MP2-4GL-RBW (4) Federal Signal MicroPulse ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$600.00 FIRE / EMS FRONT FS MP2-2FOG-RW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (RED/WHITE).$405.00 FS MP2-2GL-RW (2) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$405.00 FS MP2-2PB-RW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$405.00 FS MP2-4GL-RW (4) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$600.00 LAW ENFORCEMENT SIDE FS FM2-PUSH-4-BW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (BLUE/WHITE).$915.00 FS FM2-PUSH-4-RB (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing(RED/BLUE).$730.00 FS MP2-2RD-BW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RD-RB (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$435.00 FS MP2-2RQG-BW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RQG-RB (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$435.00 FS MP2-4RQG-BW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$875.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS MP2-4RQG-RB (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$875.00 FS MP2-4WW-BW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$815.00 FS MP2-4WW-RB (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/BLUE).$815.00 FIRE / EMS SIDE FS FM2-PUSH-4-RW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/WHITE).$730.00 FS FM2-PUSH-4-RA (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/AMBER).$730.00 FS MP2-2RD-RW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RD-RA (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RA (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-4RQG-RW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$875.00 FS MP2-4RQG-RA (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/AMBER).$875.00 FS MP2-4WW-RW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/WHITE).$815.00 FS MP2-4WW-RA (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/AMBER).$815.00 LAW ENFORCEMENT REAR FS MP2-2GATE-BW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (BLUE/WHITE).$405.00 FS MP2-2GATE-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2HATCH-BW (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$405.00 FS MP2-2HATCH-RB (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$405.00 FS MP2-2LIC-BW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$405.00 FS MP2-2LIC-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2TAG-BW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (BLUE/WHITE).$440.00 FS MP2-2TAG-RBW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$440.00 FS MP2-4GATE-BW (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (BLUE/WHITE).$815.00 FS MP2-4GATE-RB (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (RED/BLUE).$815.00 FS SML8-B Federal Signal Latitude Signal Mater traffic advisor with (BLUE)LEDs.$645.00 FS SML8-RB Federal Signal Latitude Signal Mater traffic advisor with 1/2 (RED) and 1/2 (BLUE)LEDs.$645.00 FS TAH-DPIL-RBW Federal Signal MicroPulse Ultra D-Pillar Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/BLUE/WHITE).$2,000.00 FS TAH-SPOIL-RBW Federal Signal MicroPulse Ultra under Spoiler Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/BLUE/WHITE).$1,245.00 FIRE / EMS REAR FS MP2-2GATE-RAW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$405.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS MP2-2HATCH-RA (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$405.00 FS MP2-2LIC-RAW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$405.00 FS MP2-2TAG-RAW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$440.00 FS MP2-4GATE-RAW (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$815.00 FS SML8-R Federal Signal Latitude Signal Mater traffic advisor with (RED)LEDs.$645.00 FS SML8-RW Federal Signal Latitude Signal Mater traffic advisor with alternating (RED/WHITE)LEDs.$645.00 FS SML8-RA Federal Signal Latitude Signal Mater traffic advisor with alternating (RED/AMBER)LEDs.$645.00 FS TAH-DPIL-RAW Federal Signal MicroPulse Ultra D-Pillar Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/AMBER/WHITE).$2,000.00 FS TAH-SPOIL-RAW Federal Signal MicroPulse Ultra under Spoiler Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/AMBER/WHITE).$1,245.00 RUMBLER FS TAH-RUMBLER Federal Signal RUMBLER low frequency speakers for use with sirens with integrated Rumbler capability $815.00 MIRROR FS TAH-MIR-MPS-2-RBW Federal Signal vehicle specific under mirror mounted MicroPulse Wide Angle 9 Tri colored LED's (RED/BLUE/WHITE).$800.00 FS TAH-MIR-MPS-2-RAW Federal Signal vehicle specific under mirror mounted MicroPulse Wide Angle 9 Tri colored LED's (RED/AMBER/WHITE).$800.00 RUNNING BOARD LIGHT FS DR6-TAH-RBW Federal Signal 72" Running board light with tri-colored lens (RED/BLUE/WHITE).$2,990.00 FS DR6-TAH-BAW Federal Signal 72" Running board light with tri-colored lens (BLUE/AMBER/WHITE).$2,990.00 FS DR6-TAH-RAW Federal Signal 72" Running board light with tri-colored lens (RED/AMBER/WHITE).$2,990.00 FS DR6-SMOKE-TAH-RBW Federal Signal 72" Running board light with tri-colored SMOKED lens (RED/BLUE/WHITE)$2,990.00 LAW ENFORCEMENT LIGHT BAR PACKAGES FS ALGT53-PHHS-TAH-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-PHHS-TAH-BWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-P21-TAH-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER 191 light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P21-TAH-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER 191 light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS ALGT53-P17BRK-TAH-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER)left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P21-DT-TAH-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER 191 light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-P17BRK-DT-TAH-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-P17BRK-DT-TAH-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-PF400-DT-LF-TAH-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,435.00 FS ALGT53-PF400-DT-LF-TAH-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,435.00 FS VALOR51-P21-TAH-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER 191 light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-P21-TAH-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER 191 light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-P17BRK-TAH-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P17BRK-TAH-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS VALOR51-P21-DT-TAH-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER 191 light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P21-DT-TAH-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER 191 light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P17BRK-DT-TAH-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-P17BRK-DT-TAH-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-PF400-DT-LF-TAH-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,395.00 FS VALOR51-PF400-DT-LF-TAH-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,395.00 FIRE / EMS LIGHT BAR PACKAGES FS ALGT53-P17BRK-DT-TAH-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-P21-DT-TAH-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER 191 light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-P21-TAH-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER 191 light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-PF400-DT-LF-TAH-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,435.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS ALGT53-PF400Q-DT-LF-TAH-RWGA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,575.00 FS ALGT53-PHHS-TAH-RWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $4,170.00 FS VALOR51-P17BRK-DT-TAH-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-P17BRK-TAH-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P21-DT-TAH-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER 191 light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P21-TAH-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER 191 light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-PF400-DT-LF-TAH-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,395.00 FS VALOR51-PF400Q-DT-LF-TAH-RWGA Federal Signal 51" Valor LED Lightbar, TRI Color (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,540.00 LAW ENFORCEMENT UNMARKED PACKAGES FS SLICK3-PHHS-TAH-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/191-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller, (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $3,895.00 FS SLICK3-PHHS-TAH-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100/191-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller, (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $3,895.00 FS SLICK3-P21-TAH-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/191-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,860.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS SLICK3-P21-TAH-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100/191-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,860.00 FS SLICK3-P17BRK-TAH-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/191-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P17BRK-TAH-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100/191-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P21-DT-TAH-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P21-DT-TAH-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P17BRK-DT-TAH-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 FS SLICK3-P17BRK-DT-TAH-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 FS SLICK3-OUT-P21-DT-TAH-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-OUT-P21-DT-TAH-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-OUT-P17BRK-DT-TAH-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FS SLICK3-OUT-P17BRK-DT-TAH-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FS SLICK3-DUAL-P21-DT-TAH-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/BLUE/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,670.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS SLICK3-DUAL-P21-DT-TAH-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (BLUE/WHITE/AMBER) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,670.00 FS SLICK3-DUAL-P17BRK-DT-TAH-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/BLUE/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,640.00 FS SLICK3-DUAL-P17BRK-DT-TAH-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (BLUE/WHITE/AMBER) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,640.00 FIRE / EMS UNMARKED PACKAGES FS SLICK3-PHHS-TAH-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front and (RED/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100/191-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller, (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $3,895.00 FS SLICK3-P21-TAH-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, 100/191-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,860.00 FS SLICK3-P17BRK-TAH-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, 100/191-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P21-DT-TAH-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P17BRK-DT-TAH-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 FS SLICK3-OUT-P21-DT-TAH-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-OUT-P17BRK-DT-TAH-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FS SLICK3-DUAL-P21-DT-TAH-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/AMBER/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,670.00 FS SLICK3-DUAL-P17BRK-DT-TAH-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/AMBER/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 191-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,640.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TAHOE TROY CONSOLE & CAGES CONSOLES TP TAH-CON18 TROY PRODUCTS 18'' standard width (not wide body) L-shaped vehicle specific sloped console with 9'' slope / 9'' level. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, two (2) dual-port USB modules, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,045.00 TP TAH-WBCON18 TROY PRODUCTS 18'' vehicle specific wide-body console with 8'' slope /8'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, two (2) dual-port USB modules, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,160.00 TP TAH-WBCON18-FB TROY PRODUCTS 18'' vehicle specific wide-body console with 9'' slope /9'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, two (2) dual-port USB modules, and locking lidded file box with large leather pad that bolts to rear of wide-body console. $1,355.00 TP TAH-WBCON18-PRT TROY PRODUCTS 18'' vehicle specific printer mount wide-body console with 9'' slope /9'' level w/printer module in open storage area on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, two (2) dual-port USB modules, eight adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,435.00 TP TAH-WBCON18-LOCK TROY PRODUCTS 18'' wide-body console with 9'' slope / 9'' level and LOCKABLE storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (1) DC outlet & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. No floorplate needed. $1,370.00 TP TAH-CON-OH TROY PRODUCTS overhead 7'' console to replace OEM dome light module for remote head controller only.$430.00 TP TAH-CON21 TROY PRODUCTS 21'' L-shaped sloped console with 9'' slope / 12' level. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (1) DC outlet & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. No floorplate needed. $1,075.00 TP TAH-WBCON21 TROY PRODUCTS 21'' wide-body console with 9'' slope / 12'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (1) DC outlet & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. No floorplate needed. $1,240.00 TP TAH-WBCON25 TROY PRODUCTS 25'' wide-body console with 9'' slope / 16'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (1) DC outlet & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. No floorplate needed. $1,285.00 PARTITIONS TP TAH-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Tahoe / Suburban models.$1,580.00 TP TAH-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Tahoe / Suburban models.$1,550.00 TP TAH-CARGO-POLY TROY PRODUCTS rear partition with polycarbonate window. Includes cargo side window panels. $1,155.00 TP TAH-CARGO-WIRE TROY PRODUCTS rear partition with square-hole pattern. Includes cargo side window panels. $1,000.00 TP TAH-CARGO-WIRE-FIRE TROY PRODUCTS rear partition with square-hole pattern. Includes fire cubby on DS.$2,100.00 SEATS & CAGES TP TAH-1/2CAGE TROY PRODUCTS Tahoe single-cell with poly front window, kick panel w/ foot pocket, poly divider with removable panel, plastic seat with OS seatbelts, PS door panel, rear partition square-hole pattern with side panels.$3,120.00 TP TAH-SEAT-WIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole pattern and cargo window side panels.$2,460.00 TP TAH-SEAT-WIRE-FIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with wire main window and cargo window side panels to include Fire Extinguisher cubby.$2,425.00 TP TAH-SEAT-WIRE-FIRE-AED TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with wire main window and cargo window side panels to include DS Fire Extinguisher cubby and PS AED cubby.$2,845.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP TAH-SEAT-POLY TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear poly partition with square-hole pattern cargo window side panels. Includes air bag corridor gap panels.$2,590.00 TP TAH-SEAT-POLY-FIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear poly partition with fire cubby on DS.$2,630.00 TP TAH-SEAT-POLY-FIRE-AED TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear poly partition with fire cubby on PS and AED cubby on DS.$2,905.00 TP TAH-SWB-VERT TROY PRODUCTS driver & passenger side vertical, welded-bar window guards. $480.00 TP TAH-SWB-DIA TROY PRODUCTS driver & passenger side diamond-punched window guards. $460.00 TP TAH-WB-POLY TROY PRODUCTS driver & passenger side polycarbonate window guards. $500.00 TP TAH-DP TROY PRODUCTS driver and passenger side door panel set, 2021 Tahoe.$475.00 TP TAH-DP-COVER TROY PRODUCTS driver and passenger side PLASTIC door covers, 2021 Tahoe.$455.00 TP TAH-HATCH TROY PRODUCTS rear cargo door square-hole window guard.$315.00 TP TAH-CGP TROY PRODUCTS Chevy Tahoe rear partition airbag corridor gap panels, driver and passenger sides.$270.00 COMPUTER STANDS TP TAH-COMP-SL TROY PRODUCTS passenger seat mount computer stand with slide arm for docking station, 2021 Tahoe (CRADLE SOLD SEPARATELY).$925.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$460.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$600.00 FREE STANDING GUN MOUNT TP TAH-GM-FREE TROY PRODUCTS free-standing dual-weapon gun mount for the Tahoe PPV, required for applications where a front partition is not present.$1,005.00 TAHOE SETINA CONSOLE & CAGES PARTITIONS SET TAH-12VS-POLY Setina 12-VS rear partition - POLY $1,130.00 SET TAH-12VS-WIRE Setina 12-VS rear partition - WIRE $1,110.00 SET TAH-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,835.00 SET TAH-R-PART-8VS Setina 8VS RESESSED panel prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,640.00 SEATS & CAGES SET TAH-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate installs utilizing STOCK SEAT.$2,180.00 SET TAH-DOOR Setina TPO door panel.$610.00 SET TAH-DOOR-AL Setina replacement door panel VS-Aluminum.$475.00 SET TAH-SEAT Setina full replacement transport seat TPO plastic with center pull belts (rear cargo screen NOT included)$1,870.00 SET TAH-SWB Setina VERTICAL window armor bars.$625.00 SET TAH-SEAT-wDEL Setina full replacement transport seat TPO plastic with center pull belts (rear cargo screen NOT included) for vehicles ordered with factory rear seat delete.$2,120.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FREE STANDING GUN MOUNT SET TAH-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$535.00 TAHOE PROGARD CONSOLE & CAGES PARTITIONS PG TAH-R-PART Pro-Gard space saver plus RESESSED panel prisoner transport partition with lower extension panels $1,770.00 PG TAH-CARGO-POLY Pro-Gard ¼'' poly rear cargo barrier with filler panels.$975.00 PG TAH-CARGO-WIRE Pro-Gard steel wire cargo barrier with filler panels.$975.00 SEATS & CAGES PG TAH-SEAT-OSB-POLY Pro-Gard standard transport seat with ¼'' Polycarbonate window cargo barrier including officer safe seat belts.$2,990.00 PG TAH-SEAT-POLY Pro-Gard standard transport seat with ¼'' Polycarbonate window cargo barrier.$2,315.00 PG TAH-SWB-OEM Pro-Gard steel window bars for use with O.E.M. door panels only.$540.00 PG TAH-DOOR-ABS Pro-Gard ABS door panels.$390.00 PG TAH-1/2CAGE Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side.$4,125.00 PG TAH-1/2CAGE-OSB Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side with officer safe seat belt.$4,580.00 TAHOE HAVIS CONSOLE & COMPUTER MOUNTS HAV TAH-CON20 Havis vehicle specific 22''L x 12.5''H Angled console includes wing kit, track mount, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$1,295.00 HAV TAH-CON23 Havis vehicle specific 22''L x 12.5''H Angled console includes wing kit, track mount, side mount arm rest, (3) DC power outlets, (2) cup holders, and necessary blanks.$1,185.00 HAV TAH-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$890.00 HAV TAH-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,150.00 TAHOE VAULT/GUN BOX AMERICAN ALUMINUM AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$2,135.00 AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,810.00 AA UP VAULT American Aluminum UP vault leg kit, installed.$385.00 AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$450.00 TROY PRODUCTS TP TAH-UPVAULT-ELE TROY PRODUCTS Tahoe elevated storage vault, 44"W x 24"L x 8"H with 2 draw-tight locking handles, foam in drawer, includes slide-out electronics tray. $2,370.00 TP TAH-VAULT-TILT-ELE TROY PRODUCTS TAHOE storage vault, 44''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor with tilt-up cargo mount including electronics tray.$2,895.00 TP TAH-FLOOR-ELEC TROY PRODUCTS tilt-up cargo area replacement floor with electronics tray.$1,105.00 TP TAH-ELEC-BOX TROY PRODUCTS 30.5'' electronics box with hinged lid, mounted to back of partition for use with NO vault.$530.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP TAH-RDECK TROY PRODUCTS Tahoe horizontal cargo deck with adjustable divider, bolts to Tahoe rear cages.$805.00 TP TAH-CARGODECK-SS TROY PRODUCTS Tahoe rear cargo deck storage system with easy-deploy Stop-Stick compartment, slide-out storage drawer, slide-out electronics tray, storage tray and side cubbies.$2,975.00 TP TAH-CARGODECK-STR TROY PRODUCTS Tahoe rear cargo deck storage system with hinged lid compartment, slide-out storage drawer w/push-button lock, slide-out electronics tray, storage tray and side cubbies.$3,965.00 TP TAH-COMMAND TROY PRODUCTS TAHOE command post 44''Wx22''Lx17''H, includes storage drawers, full size map drawer & radio mounting area with cargo mounting platform.$7,095.00 TP TAH-DRONE TROY PRODUCTS TAHOE Drone command post, 40"W x 30"L x 23"H; one TV drawer on top, one storage drawer with 1" foam, drawer latch handles and cypher lock; bottom whiteboard pop-up drawer. (Works work with a Samsung 32" model #QN32Q50R TV. Not included.) $7,425.00 SETINA SET TAH-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,380.00 SET TAH-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,625.00 SET TAH-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$440.00 TAHOE K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$5,095.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,455.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$805.00 AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$6,390.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$245.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$205.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,855.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $5,990.00 HAVIS MOUNTS HAV TAH-K9 Havis K9 Transport system powder coated white.$5,550.00 ACE K9 AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $3,500.00 AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $4,340.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AK9 HA-2520-AWD K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html $4,080.00 AK9 HP-5020-AWD Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html. $4,895.00 DURANGO BALLISTICS ANGEL ARMOR AA DUR-3A-D ANGEL ARMOR LEVEL IIIa FRONT DRIVER DOOR FOR (2011+DURANGO) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 AA DUR-3A-P ANGEL ARMOR LEVEL IIIa FRONT PASSENGER DOOR FOR (2011+DURANGO) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 DURANGO PUSH BUMPERS WESTIN WEST DUR-PB Westin Elite push bumper for Durango Pursuit.$710.00 WEST DUR-PB2L Westin Elite push bumper for Durango Pursuit with two light channel (lights purchased separately).$770.00 WEST DUR-PB2L-PIT Westin Elite push bumper for Durango Pursuit with two light channel including pit bars (No headlight wraps - lights purchased separately).$1,600.00 WEST DUR-PB2L-PIT-W Westin Elite push bumper for Durango Pursuit with two light channel including pit bars with headlight wraps (lights purchased separately).$2,070.00 TROY PRODUCTS TP PB-DUR TROY PRODUCTS Push-bumper uprights with solid top channel cover.$1,155.00 TP PB-DUR-LB2 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights.$1,180.00 TP PB-DUR-LB4 TROY PRODUCTS Push-bumper uprights with four (4) light channel brackets and wire covers. Specify make & model of lights.$1,180.00 TP PB-LGH-BKT TROY PRODUCTS Push-bumper upright 45 degree light brackets to give side mounted lights more angel. (SOLD PER ONE EACH)$485.00 TP PB-UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$670.00 PB UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$660.00 PROGARD PG DUR-PB Pro-Gard push bumper.$930.00 SETINA SET DUR-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,740.00 SET DUR-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$2,060.00 FEDERAL SIGNAL FS DUR-PB Federal Signal DFC Push Bumper series with speaker mount screens, no wraps, pit bars, or light channel.$1,180.00 FS DUR-PB2L Federal Signal DFC Push Bumper series with speaker mount screens and two light channel (lights sold separately).$1,180.00 FS DUR-PB4L Federal Signal DFC Push Bumper series with speaker mount screens and four light channel (lights sold separately).$1,180.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS DUR-PB2L-PIT Federal Signal DFC Push Bumper series with speaker mount screens, lower guard pit bars, and two light channel (lights sold separately).$2,205.00 FS DUR-PB4L-PIT Federal Signal DFC Push Bumper series with speaker mount screens, lower guard pit bars, and four light channel (lights sold separately).$2,205.00 FS DUR-PB2L-WRAP Federal Signal DFC Push Bumper series with speaker mount screens, upper guard headlight wraps, lower guard pit bars, and two light channel (lights sold separately).$2,725.00 FS DUR-PB4L-WRAP Federal Signal DFC Push Bumper series with speaker mount screens, upper guard headlight wraps, lower guard pit bars, and four light channel (lights sold separately).$2,725.00 DURANGO WHELEN LIGHTING LAW ENFORCEMENT FRONT W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$865.00 W TLI2-2GL-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-4GL-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$870.00 W TLI2-2FOG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (ONE RED/WHITE AND ONE BLUE/WHITE).$435.00 W TLI2-2PB-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$435.00 W STRIPLT-DUO-2GL-RBW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$475.00 W STRIPLT-DUO-4GL-RBW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$950.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$465.00 W TLI2-2GL-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$435.00 W TLI2-4GL-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$1,350.00 W TLI2-2FOG-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$435.00 W TLI2-2PB-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$435.00 W STRIPLT-DUO-2GL-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$475.00 W STRIPLT-DUO-4GL-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$950.00 W TLI2X-2GL-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 W TLI2-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 W TLI2-4GL-SMOKE-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (Two RED/WHITE & Two BLUE/WHITE).$900.00 W TLI2X-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2PB-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2X-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2X-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 W TLI2-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2PB-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2FOG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (ONE RED/WHITE AND ONE BLUE/WHITE).$450.00 W HLF-TLF-CORE CORE TO FLASH HEAD LIGHTS AND TAIL LIGHTS (MAY REQUIRE EXPANSION MODULE)$155.00 FIRE / EMS FRONT W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$595.00 W TLI2-2GL-RW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$435.00 W TLI2-4GL-RW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$1,350.00 W TLI2-2FOG-RW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$675.00 W TLI2-2PB-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$435.00 W STRIPLT-DUO-2GL-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$475.00 W STRIPLT-DUO-4GL-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$950.00 LAW ENFORCEMENT SIDE W STRIPLT-DUO-2RD-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$950.00 W TLI2-2RD-RB (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W TLI2-2RQG-RB (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$460.00 W TLI2-4RQG-RB (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$925.00 W STRIPLT-DUO-2RD-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$540.00 W STRIPLT-DUO-2RQG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$540.00 W STRIPLT-DUO-4RQG-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$950.00 W TLI2-2RD-BW (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$525.00 W TLI2-2RQG-BW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$460.00 W TLI2-4RQG-BW (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$925.00 W TLI2-4WW-BW (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$870.00 W TLI2-4WW-RB (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$870.00 W VX2-2FB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/BLUE) - REQUIRES CONTROLLER $435.00 W VX2-2RB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/BLUE). - REQUIRES CONTROLLER $435.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W VX2-2FB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 FIRE / EMS SIDE W TLI2-2RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$460.00 W TLI2-4RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$925.00 W STRIPLT-DUO-2RD-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$540.00 W STRIPLT-DUO-2RQG-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$575.00 W STRIPLT-DUO-4RQG-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$950.00 W TLI2-4WW-RW (4) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$870.00 W VX2-2FB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2FB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/AMBER). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/AMBER). - REQUIRES CONTROLLER+C2 $435.00 LAW ENFORCEMENT REAR W STRIPLT-DUO-2RG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-2RG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$540.00 W TLI2-2GATE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$435.00 W TLI2-2GATE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-2HATCH-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$435.00 W TLI2-2HATCH-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$435.00 W TLI2-2LIC-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$435.00 W TLI2-2LIC-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-2TAG-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$475.00 W TLI2-4GATE-BW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$870.00 W TLI2-4GATE-RB (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$870.00 W TLI2-2TAG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$475.00 W PILLAR-DUR-RB Whelen Durango rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,390.00 W PILLAR-DUR-DUO-RB Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,560.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W PILLAR-DUR-DUO-RBA Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (RED/AMBER & BLUE/AMBER).$1,560.00 W PILLAR-DUR-BW Whelen Durango rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,390.00 W PILLAR-DUR-DUO-BW Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,560.00 W PILLAR-DUR-DUO-BWA Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE & WHITE/AMBER).$1,560.00 W TLI3-2TAG-RBW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/BLUE/WHITE).$540.00 W TLI3-2TAG-BAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO BLUE/AMBER/WHITE).$540.00 W TLI2-2LIC-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2LIC-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (BLUE/WHITE).$450.00 W TLI2-2TAG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (One RED/WHITE & One BLUE/WHITE).$490.00 W TLI2-2TAG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (BLUE/WHITE).$490.00 W INNER-RST-DUO-DUR-RBA Whelen DUO interior sedan/suv rear inner edge with mounting tray (RED/BLUE/AMBER).$1,255.00 FIRE / EMS REAR W TLI2-2TAG-RAW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$475.00 W TLI2-2HATCH-RA (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$435.00 W TLI2-2GATE-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$435.00 W TLI2-4GATE-RAW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$870.00 W TLI2-2LIC-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$440.00 W STRIPLT-DUO-2RG-RA (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$540.00 W PILLAR-DUR-RW Whelen Durango rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,390.00 W PILLAR-DUR-DUO-RW Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,560.00 W PILLAR-DUR-DUO-RWA Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE & AMBER/WHITE)$1,560.00 W TLI3-2TAG-RAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/AMBER/WHITE).$540.00 ARGES / HOWLER W ARGES1-DUR-1 Whelen Arges dedicated spot lamp with control head with DURANGO Utility specific Arges mount.$1,305.00 W ARGES1-DUR-2 Dual Whelen Arges dedicated spot lamps with control head and DURANGO Utility specific driver and passenger Arges mounts. $2,320.00 W HOWLER-DUR Whelen low frequency supplemental siren, with DURANGO Utility mounting bracket.$780.00 MIRROR W MBEAM-DUR-R (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (BOTH SIDES RED).$670.00 W MBEAM-DUR-B (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (BOTH SIDES BLUE).$670.00 W MBEAM-DUR-RB (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (DRIVERS SIDE RED, PASSENGER SIDE BLUE).$670.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W MBEAM-DUR-DUO RB (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (DUO BOTH SIDES RED/BLUE).$725.00 W MBEAM-DUR-DUO RBW (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (DUO DRIVERS RED/WHITE, PASSENGERS BLUE/WHITE).$725.00 W MBEAM-DUR-DUO BW (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (DUO BOTH SIDES BLUE/WHITE).$725.00 W MBEAM-DUR-DUO RW (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (DUO BOTH SIDES RED/WHITE).$725.00 W UMIRROR-DUR-DUO RB (2) Whelen U-Series, 180 deg warning light with DURANGO under mirror mount brackets (DUO BOTH SIDES RED/BLUE).$830.00 W UMIRROR-DUR-DUO RBW (2) Whelen U-Series, 180 deg warning light with DURANGO under mirror mount brackets (DUO DRIVERS RED/WHITE, PASSENGERS BLUE/WHITE).$605.00 W UMIRROR-DUR-DUO BW (2) Whelen U-Series, 180 deg warning light with DURANGO under mirror mount brackets (DUO BOTH SIDES BLUE/WHITE).$830.00 W UMIRROR-DUR-DUO RW (2) Whelen U-Series, 180 deg warning light with DURANGO under mirror mount brackets (DUO BOTH SIDES RED/WHITE).$830.00 TRACERS W TRACER60-DUO-DUR-RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with DURANGO mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$1,805.00 W TRACER60-DUO-DUR-BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with DURANGO mounting brackets (BLUE/WHITE).$1,805.00 W TRACER60-DUO-DUR-RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with DURANGO mounting brackets (RED/WHITE).$1,805.00 W TRACER60-DUO-DUR-RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with DURANGO mounting brackets (RED/AMBER WITH OVERRIDE TO WHITE).$1,805.00 LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-DUR-RBWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, HHS3200 light/siren controller, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $3,475.00 W EDGE2-ROT-DUR-RBWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights,PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-DUR-RBWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-ROT-DUR-BWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights,PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-DUR-BWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER) $4,745.00 W LEGACY-CHH-DUR-RBWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DUR-RBWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-C21B-DUR-RBWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-DUR-RBWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-DUR-RBWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CHH-DUR-BWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE Hand Held controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DUR-BWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-DUR-BWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-DUR-BWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-DUR-BWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 LAW ENFORCEMENT UNMARKED PACKAGES W SLICK1-HH-DUR-RB Whelen SOLO XLP Front and SOLO RST Rear Inner Edge, takedown lights, mounting hardware, HHS3200, HANDHELD Controller, speaker, and bracket (RED/BLUE).$3,690.00 W SLICK1-ROT-DUR-RB Whelen SOLO XLP Front and SOLO RST Rear Inner Edge with traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,205.00 W SLICK1-21B-DUR-RB Whelen XLP Front and RST Rear Inner Edge with traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,270.00 W SLICK1-HH-DUR-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200, handheld Controller, speaker, and bracket (BLUE).$3,690.00 W SLICK1-ROT-DUR-B Whelen XLP Front and RST Rear Inner Edge with traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,205.00 W SLICK1-21B-DUR-B Whelen XLP Front and RST Rear Inner Edge with traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,270.00 W SLICK2-CHH-DUR-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-CHH-DUR-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-DUR-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-21B-DUR-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-DUAL-ROT-DUR-RBWA Whelen FST Front DUO, Rear DUO Inner Edge with traffic advisor and Rear Pillar DUO with 6-LED Ion series light heads, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,290.00 W SLICK2-DUAL-21B-DUR-RBWA Whelen FST Front DUO and Rear DUO Inner Edge with traffic advisor and Rear Pillar DUO with 6-LED Ion series light heads, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,290.00 W SLICK2-ROT-DT-DUR-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core-S, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-21B-DT-DUR-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-DUAL-ROT-DT-DUR-RBWA Whelen FST Front DUO, Rear DUO Inner Edge with TRAFFIC ADVISOR and Rear Pillar DUO with 6-LED Ion series light heads, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $7,205.00 W SLICK2-DUAL-21B-DT-DUR-RBWA Whelen FST Front DUO and Rear DUO Inner Edge with traffic advisor and Rear Pillar DUO with 6-LED Ion series light heads, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $7,205.00 W SLICK2-ROT-DUR-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-DUR-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-DT-DUR-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core-S, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-DUAL-ROT-DUR-BWA Whelen FST Front DUO and Rear DUO Inner Edge, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core,Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,290.00 W SLICK2-DUAL-21B-DUR-BWA Whelen FST Front DUO and Rear DUO Inner Edge, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21-Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,290.00 W SLICK2-21B-DT-DUR-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, 21-Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-DUAL-ROT-DT-DUR-BWA Whelen FST Front DUO and Rear DUO inner Edge and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,205.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-DUAL-21B-DT-DUR-BWA Whelen FST Front DUO and Rear DUO inner Edge and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,205.00 FIRE / EMS LIGHT BAR PACKAGES W EDGE2-ROT-DUR-RWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, photo cell, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE RED AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-DUR-RWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, photo cell, takedown lights, alley lights, mounting kit, Core-S, 21-Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,745.00 W LEGACY-CHH-DUR-RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DUR-RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-DUR-RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21-Button controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-DUR-RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-DUR-RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21-Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CROT-DT-DUR-RGWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 W LEGACY-C21B-DT-DUR-RGWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21-Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 W LIBERTY-OPTI-CROT-DT-DUR-RGWA Whelen Liberty 48" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 W LIBERTY-OPTI-C21B-DT-DUR-RGWA Whelen Liberty 48" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 FIRE / EMS UNMARKED PACKAGES W SLICK1-HH-DUR-R Whelen XLP Front Solo with takedown lights and RST Rear Inner Edge with mounting hardware, HHS3206 siren, Rotary knob Controller, speaker, and bracket (RED).$3,500.00 W SLICK1-ROT-DUR-R Whelen XLP Front Solo with takedown lights and RST Rear Inner Edge with mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,205.00 W SLICK1-21B-DUR-R Whelen XLP Front Solo with takedown lights and RST Rear Inner Edge with mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,270.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-CHH-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-DT-DUR-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core-S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-21B-DT-DUR-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-DUAL-ROT-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, Outer Edge Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,290.00 W SLICK2-DUAL-21B-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, Outer Edge Rear Pillar DUO with 6-LED Ion series light heads, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,290.00 W SLICK2-DUAL-ROT-DT-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, Outer Edge Rear Pillars with 6 DUO Ion series light heads, mounting hardware, Core, Rotary Knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,205.00 W SLICK2-DUAL-21B-DT-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, Outer Edge Rear Pillars with 6 DUO Ion series light heads, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,205.00 DURANGO FED-SIG LIGHTING LAW ENFORCEMENT FRONT FS MP2-2FOG-BW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (BLUE/WHITE).$405.00 FS MP2-2FOG-RBW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2GL-BW (2) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$405.00 FS MP2-2GL-RBW (2) Federal Signal MicroPulse ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2PB-BW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$405.00 FS MP2-2PB-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-4GL-BW (4) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$600.00 FS MP2-4GL-RBW (4) Federal Signal MicroPulse ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$600.00 FIRE / EMS FRONT FS MP2-2FOG-RW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (RED/WHITE).$405.00 FS MP2-2GL-RW (2) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$405.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS MP2-2PB-RW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$405.00 FS MP2-4GL-RW (4) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$600.00 LAW ENFORCEMENT SIDE FS FM2-PUSH-4-BW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (BLUE/WHITE).$915.00 FS FM2-PUSH-4-RB (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing(RED/BLUE).$730.00 FS MP2-2RD-BW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RD-RB (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$435.00 FS MP2-2RQG-BW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RQG-RB (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$435.00 FS MP2-4RQG-BW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$875.00 FS MP2-4RQG-RB (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$875.00 FS MP2-4WW-BW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$815.00 FS MP2-4WW-RB (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/BLUE).$815.00 FIRE / EMS SIDE FS FM2-PUSH-4-RW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/WHITE).$730.00 FS FM2-PUSH-4-RA (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/AMBER).$730.00 FS MP2-2RD-RW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RD-RA (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RA (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-4RQG-RW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$875.00 FS MP2-4RQG-RA (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/AMBER).$875.00 FS MP2-4WW-RW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/WHITE).$815.00 FS MP2-4WW-RA (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/AMBER).$815.00 LAW ENFORCEMENT REAR FS DUR-DPIL-RBW Federal Signal MicroPulse Ultra D-Pillar Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/BLUE/WHITE).$2,000.00 FS DUR-SPOIL-RBW Federal Signal MicroPulse Ultra under Spoiler Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/BLUE/WHITE).$1,245.00 FIRE / EMS REAR FS DUR-DPIL-RAW Federal Signal MicroPulse Ultra D-Pillar Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/AMBER/WHITE).$2,000.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS DUR-SPOIL-RAW Federal Signal MicroPulse Ultra under Spoiler Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/AMBER/WHITE).$1,245.00 RUMBLER FS DUR-RUMBLER Federal Signal RUMBLER low frequency speakers for use with sirens with integrated Rumbler capability $815.00 FS DUR-RUMBLER Federal Signal RUMBLER low frequency speakers for use with sirens with integrated Rumbler capability $775.00 MIRROR FS DUR-MIR-MPS-2-RBW Federal Signal vehicle specific under mirror mounted MicroPulse Wide Angle 9 Tri colored LED's (RED/BLUE/WHITE).$800.00 FS DUR-MIR-MPS-2-RAW Federal Signal vehicle specific under mirror mounted MicroPulse Wide Angle 9 Tri colored LED's (RED/AMBER/WHITE).$800.00 RUNNING BOARD LIGHT FS DR5-DUR-RBW Federal Signal 60" Running board light with tri-colored lens (RED/BLUE/WHITE).$3,185.00 FS DR5-DUR-BAW Federal Signal 60" Running board light with tri-colored lens (BLUE/AMBER/WHITE).$3,185.00 FS DR5-DUR-RAW Federal Signal 60" Running board light with tri-colored lens (RED/AMBER/WHITE).$3,185.00 FS DR5-SMOKE-DUR-RBW Federal Signal 60" Running board light with tri-colored SMOKED lens (RED/BLUE/WHITE)$3,185.00 LAW ENFORCEMENT LIGHT BAR PACKAGES FS ALGT53-PHHS-DUR-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-PHHS-DUR-BWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-P21-DUR-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 Button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P21-DUR-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 Button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P17BRK-DUR-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER)left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,380.00 FS ALGT53-P21-DT-DUR-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 Button Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-P17BRK-DT-DUR-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS ALGT53-P17BRK-DT-DUR-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-PF400-DT-LF-DUR-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,640.00 FS ALGT53-PF400-DT-LF-DUR-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,340.00 FS VALOR51-P21-DUR-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,080.00 FS VALOR51-P21-DUR-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,080.00 FS VALOR51-P17BRK-DUR-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P17BRK-DUR-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P21-DT-DUR-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P21-DT-DUR-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P17BRK-DT-DUR-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS VALOR51-PF400-DT-LF-DUR-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,095.00 FS VALOR51-PF400-DT-LF-DUR-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,235.00 FIRE / EMS LIGHT BAR PACKAGES FS ALGT53-P17BRK-DT-DUR-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-P21-DT-DUR-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-P21-DUR-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 Button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-PF400-DT-LF-DUR-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,340.00 FS ALGT53-PF400Q-DT-LF-DUR-RWGA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,770.00 FS ALGT53-PHHS-DUR-RWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $4,170.00 FS VALOR51-P17BRK-DT-DUR-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-P17BRK-DT-DUR-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS VALOR51-P17BRK-DUR-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P21-DT-DUR-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P21-DUR-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,080.00 FS VALOR51-PF400-DT-LF-DUR-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,095.00 FS VALOR51-PF400Q-DT-LF-DUR-RWGA Federal Signal 51" Valor LED Lightbar, TRI Color (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,235.00 LAW ENFORCEMENT UNMARKED PACKAGES FS SLICK3-PHHS-DUR-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller, (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $3,895.00 FS SLICK3-PHHS-DUR-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE/AMBER) front and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller, (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $3,895.00 FS SLICK3-P21-DUR-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,860.00 FS SLICK3-P21-DUR-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,860.00 FS SLICK3-P17BRK-DUR-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P21-DT-DUR-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P17BRK-DT-DUR-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS SLICK3-OUT-P21-DT-DUR-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-OUT-P21-DT-DUR-BWA Federal Signal Spectralux tri color (BLUE/WHITE/AMBER) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-OUT-P17BRK-DT-DUR-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FS SLICK3-OUT-P17BRK-DT-DUR-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FS SLICK3-DUAL-P21-DT-DUR-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/BLUE/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,670.00 FS SLICK3-DUAL-P21-DT-DUR-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (BLUE/WHITE/AMBER) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,670.00 FS SLICK3-DUAL-P17BRK-DT-DUR-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/BLUE/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,640.00 FS SLICK3-DUAL-P17BRK-DT-DUR-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (BLUE/WHITE/AMBER) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,640.00 FS SLICK3-P17BRK-DT-DUR-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 FIRE / EMS UNMARKED PACKAGES FS SLICK3-PHHS-DUR-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front and (RED/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller, (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $3,895.00 FS SLICK3-P21-DUR-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,860.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS SLICK3-P17BRK-DUR-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P21-DT-DUR-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P17BRK-DT-DUR-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 FS SLICK3-OUT-P21-DT-DUR-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-OUT-P17BRK-DT-DUR-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FS SLICK3-DUAL-P21-DT-DUR-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/AMBER/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,670.00 FS SLICK3-DUAL-P17BRK-DT-DUR-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/AMBER/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,640.00 DURANGO TROY CONSOLE & CAGES CONSOLES TP DUR-CON18 TROY PRODUCTS 18'' non-floor-shift console, Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate with (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $1,150.00 TP DUR-CON14-PRTR TROY PRODUCTS 14'' printer mount console includes standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate with (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $1,240.00 TP DUR-AWD-RELOCATE 2'' faceplate to relocate the OEM AWD module (For AWD models only).$0.00 PARTITIONS TP DUR-CARGO-WIRE TROY PRODUCTS Durango rear partition w/square-hole main window & cargo window side panels. $770.00 TP DUR-CARGO-POLY TROY PRODUCTS Durango rear partition with polycarbonate main window & cargo window side panels.$810.00 TP DUR-HATCH TROY PRODUCTS rear cargo door square-hole window guard.$305.00 TP DUR-PART-SLIDE TROY PRODUCTS spacemaker partition with sliding window & square hole punched bracket. Includes mounting kit & Partition kick panels with big-foot pockets.$1,665.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SEATS & CAGES TP DUR-SEAT-POLY TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear poly partition with square-hole cargo window side panels.$2,610.00 TP DUR-SEAT-WIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole main window and cargo window side panels.$2,435.00 TP DUR-SWB TROY PRODUCTS Durango driver/passenger side vertical bar window guards.$430.00 TP DUR-CGP TROY PRODUCTS Durango rear partition airbag corridor gap panels, driver and passenger sides.$255.00 TP DUR-DP-SET TROY PRODUCTS Durango driver/passenger side replacement door panels. $420.00 TP DUR-DIA TROY PRODUCTS Durango driver/passenger side diamond-punch window guards.$425.00 TP-DUR-1/2CAGE TROY PRODUCTS Durango single-cell with poly window, kick pane w/foot pocket, removable emergency escape panel, plastic seat w/ OS seatbelts, rear partition with square-hole pattern w/ cargo side panels. $5,800.00 COMPUTER STANDS TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$460.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$600.00 GUN BOXES TP-DUR-CARGODECK TROY PRODUCTS Durango rear cargo deck system with lidded storage tray and slide-out electronics tray w/lock. $5,280.00 TP DUR-DRONE TROY PRODUCTS DURANGO Drone command post, 40"W x 30"L x 23"H; one TV drawer on top, one storage drawer with 1" foam, drawer latch handles and cypher lock; bottom whiteboard pop-up drawer. (Works work with a Samsung 32" model #QN32Q50R TV. Not included.) $7,185.00 DURANGO SETINA CONSOLE & CAGES PARTITIONS SET DUR-12VS-POLY Setina 12VS 2nd row partition - POLY $1,080.00 SET DUR-12VS-WIRE Setina 12VS 2nd row partition - WIRE $1,085.00 SET DUR-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,835.00 SEATS & CAGES SET DUR-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate installs utilizing STOCK SEAT.$2,180.00 SET DUR-SWB Setina VS steel vertical window barriers. Compatible with stock & TPO door panels.$615.00 SET DUR-SEAT Setina full replacement with stock seat belts (This is a seat cover, not a replacement )$1,445.00 SET DUR-DOOR-COVER Setina S TPO black plastic door panels, installs over OEM door panels.$600.00 FREE STANDING GUN MOUNT SET DUR-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$535.00 DURANGO PROGARD CONSOLE & CAGES PARTITIONS PG DUR-R-PART Pro-gard RESESSED panel partition includes poly center slider window with expanded metal insert and lower extension panel.$1,770.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PG DUR-CARGO-WIRE Pro-Gard 7 gauge steel wire cargo barrier with filler panels.$1,005.00 PG DUR-CARGO-POLY Pro-gard - ¼'' poly cargo barrier with filler panels.$1,005.00 SEATS & CAGES PG DUR-SEAT-WIRE Pro-Gard charcoal grey ABS standard prisoner transport seat w/ 1/4'' steel screen window cargo barrier and outboard seat belts.$2,990.00 PG DUR-SEAT-POLY Pro-Gard charcoal grey ABS standard prisoner transport seat w/ 1/4'' poly window cargo barrier and outboard seat belts.$2,990.00 PG DUR- FLOOR-PAN Pro-gard charcoal grey ABS floor pan $515.00 PG DUR-PWB Pro-Gard poly window bars (for use with O.E.M. door panels only)$540.00 DURANGO HAVIS CONSOLE & COMPUTER MOUNTS HAV DUR-CON20 Havis 20''L x 10''H vehicle specific console includes mounting, side mount arm rest, (2) DC power outlets, (2) cup holders, and necessary blanks.$1,575.00 HAV DUR-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$735.00 HAV DUR-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$995.00 DURANGO VAULT/GUN BOX AMERICAN ALUMINUM AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$2,135.00 AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,810.00 AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$450.00 AA UP VAULT American Aluminum UP vault leg kit, installed.$385.00 TROY PRODUCTS TP DUR-VAULT TROY PRODUCTS DURANGO storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor for use with OEM seats or REAR PARTITION ONLY.$2,590.00 TP DUR-VAULT-TILT TROY PRODUCTS DURANGO storage vault, 40''Wx28''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor, & tilt-up cargo mount system for use with PLASTIC SEAT. $2,525.00 SETINA SET DUR-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,380.00 SET DUR-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,625.00 SET DUR-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$270.00 DURANGO K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$5,095.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,455.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$805.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$6,390.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$245.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$205.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,855.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $5,990.00 HAVIS MOUNTS HAV DUR-K9 Havis K9 Transport system powder coated white.$5,550.00 ACE K9 AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $3,500.00 AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $4,340.00 AK9 HA-2520-AWD K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html $4,080.00 AK9 HP-5020-AWD Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html. $4,895.00 DURANGO GFX GFX CANSPICUITY-RW DURANGO CONSPICUITY TAPE Places Red/White conspicuity tape on door edges and liftgate for reflective warning.$55.00 GFX DUF-MOTO-SPEAKER DURANGO PRE-WIRED MOTOROLA REMOTE SPEAKER KIT Motorola remote speaker mounted on custom bracket in center console. M/H D-IHCCC1A or D-IHCCB2A or D-IHCCD2A or CUG $225.00 GFX DUR-1/2CAGE DURANGO SETINA SINGLE PRISONER TRANSPORT PARTITION Expands the cargo space behind the driver’s seat and provides excellent containment for detainees. Coated polycarbonate front window and divider panel. Heavy duty roll bar type framework with Z-bend drivers side for better driver’s seat recline and space. For use with TPO replacement prisoner seat. M/H D-ISQEI2, RECOMMEND ADDING D-ISQEG1 & D-ISQEF1 $1,745.00 GFX DUR-12VS-WIRE DURANGO SETINA 12-VS CARGO PARTITION Features vinyl coated expanded metal window to minimize rear view glare and protects rear seat occupancy access to the cargo area.$1,010.00 GFX DUR-2HATCH-B DURANGO BLUE/BLUE REAR HATCH HANDLE LIGHTS SOLO – WHELEN ION For rear visibility while lift gate is open.$565.00 GFX DUR-2HATCH-R DURANGO RED/RED REAR HATCH HANDLE LIGHTS SOLO – WHELEN ION For rear visibility while lift gate is open.$565.00 GFX DUR-2HATCH-RB DURANGO RED/BLUE REAR HATCH HANDLE LIGHTS SOLO – WHELEN ION For rear visibility while lift gate is open.$565.00 GFX DUR-3A-DP DURANGO FRONT DOOR BALLISTIC PANELS WITH NIJ LEVEL IIIA PROTECTION Features 13 ply Kevlar front driver & passenger protection.$1,740.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION GFX DUR-800mHz DURANGO 0-1000 MHZ ANTENNA NO-CONNECTOR - 25 FT CABLE $250.00 GFX DUR-ANT-MULTI DURANGO MULTI BAND ANTENNA CABLE-MINI UHF - 25 FT CABLE $255.00 GFX DUR-ARGES1 DURANGO WHELEN ARGES DRIVERS SIDE SPOTLIGHT Procleara silicone optics, 5-degree spread, 360-degree rotation, paddle switch with 3 push buttons.$1,260.00 GFX DUR-ARM-BROTHER DURANGO BROTHER PRINTER ARMREST MOUNT & PAPER HOLDER Replaces Stellantis CUG-Police Center Console armrest with Havis padded tilt/swivel Brother Pocket Jet roll-feed printer housing armrest. FITS BROTHER #6 & 7 PRINTERS. M/H D-IHCCC1A or D-IHCCB2A or D-IHCCD2A or CUG $335.00 GFX DUR-AWM-2 DURANGO ALL WEATHER FLOOR MATS Blueline GFX Edition-Front & 2nd row floor mat set.$305.00 GFX DUR-BLACKOUT DURANGO BLACKOUT MODULE InterMotive Blackout Module turns off front & rear lighting (tail) when activated and restores full operation at 20-mph.$795.00 GFX DUR-CARGO-TILT-NOPART DURANGO TILT UP CARGO LOAD FLOOR GFX designed cargo load floor replacement, features ultra tough bed liner material surface with locking system and latching sliding electronics mounting tray. Floor tilts up for service and keeps electronics safe and easy to work on while providing tough interior surface for today’s gear. FOR USE WITHOUT CARGO PARTITION $1,130.00 GFX DUR-CARGO-TILT-WPART DURANGO TILT UP CARGO LOAD FLOOR GFX designed cargo load floor replacement, features ultra tough bed liner material surface with locking system and latching sliding electronics mounting tray. Floor tilts up for service and keeps electronics safe and easy to work on while providing tough interior surface for today’s gear. FOR USE WITH CARGO PARTITION $1,005.00 GFX DUR-CORE-21B DURANGO 21 Button with 4 position slide WHELEN CORE SYSTEM All the features of the Core Siren System with GFX’s Plug & Play integration with our EXO Wire Harness & PDC System. Eliminates soldering and assures consistent wiring from vehicle to vehicle for easier service if needed. Includes: Horn Ring Transfer • Individual Light Head Control • Cruise Mode • Takedown • Park Kill • Traffic Advisor • Weapon Lock Output • Load Management • Keypad Back Lighting • Day/Night Lighting • Flash Pattern Control • Dashboard Aux Button • Front and Rear Wig Wag • Headlight Sense • Alarm Sense • PA System/Microphone M/H D-IAATD2A AND D-EAXPW1 OR D-EAXPW1A $1,610.00 GFX DUR-CORE-CHH DURANGO 14 Button hand held with microphone WHELEN CORE SYSTEM All the features of the Core Siren System with GFX’s Plug & Play integration with our EXO Wire Harness & PDC System. Eliminates soldering and assures consistent wiring from vehicle to vehicle for easier service if needed. Includes: Horn Ring Transfer • Individual Light Head Control • Cruise Mode • Takedown • Park Kill • Traffic Advisor • Weapon Lock Output • Load Management • Keypad Back Lighting • Day/Night Lighting • Flash Pattern Control • Dashboard Aux Button • Front and Rear Wig Wag • Headlight Sense • Alarm Sense • PA System/Microphone M/H D-IAATD2A AND D-EAXPW1 OR D-EAXPW1A $1,610.00 GFX DUR-CORE-ROT DURANGO 13 Button with rotary knob and 4 position slide WHELEN CORE SYSTEM All the features of the Core Siren System with GFX’s Plug & Play integration with our EXO Wire Harness & PDC System. Eliminates soldering and assures consistent wiring from vehicle to vehicle for easier service if needed. Includes: Horn Ring Transfer • Individual Light Head Control • Cruise Mode • Takedown • Park Kill • Traffic Advisor • Weapon Lock Output • Load Management • Keypad Back Lighting • Day/Night Lighting • Flash Pattern Control • Dashboard Aux Button • Front and Rear Wig Wag • Headlight Sense • Alarm Sense • PA System/Microphone M/H D-IAATD2A AND D-EAXPW1 OR D-EAXPW1A $1,610.00 GFX DUR-DOOR DURANGO SETINA TPO DOOR PANEL COVERS Features seamless polymer contour fit and disables rear door locks, window and handles.$460.00 GFX DUR-DP-STRAP DURANGO FRONT DOOR CHECK STRAPS Design patented to reduce strain on OEM Door swing hinges. INCLUDED WITH XDV AND XDG $245.00 GFX DUR-ETRAY DURANGO ELECTRONIC TRAY LOCATED INSIDE REAR CARGO STORAGE WITH GROUND KIT Features a 450 square inch aluminum mounting surface for electronic equipment. Ground Stud provided on tray with direct chassis ground. $390.00 GFX DUR-HARNESS DURANGO WIRE HARNESS & POWER DISTRIBUTION CENTER Harness provides power for camera, computer, siren system, radio, modem/cradlepoint, radar, ticket printer, and lightbars, with both B+ and Ignition where needed. Lighting circuits are routed throughout the vehicle for easy connection at the most popular lighting locations. Chassis Ground points are extended to console. Power Distribution Center provides single point access to all fuses & relays for emergency equipment. $2,300.00 GFX DUR-HARNESS-EXO DURANGO WIRE HARNESS & POWER DISTRIBUTION CENTER - EXO Harness provides power for camera, computer, siren system, radio, modem/cradlepoint, radar, ticket printer, and lightbars, with both B+ and ignition where needed. Lighting circuits are routed throughout the vehicle for easy connection at the most popular lighting locations. Chassis Ground points are extended to console. Power Distribution Center provides single point access to all fuses & relays for emergency equipment. Our EXO modification makes plug and play ease of installation for popular siren systems. $2,300.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION GFX DUR-HAV-CGX DURANGO HAVIS CHARGE GUARD ELECTRICAL SYSTEM TIME Protects against dead batteries by disconnecting battery power via an adjustable timer. M/H D-EAXPW1 OR D-EAXPW1A $240.00 GFX DUR-HAV-COMP-MOUNT DURANGO HAVIS LAPTOP MOUNT WITH SWING ARM AND MOTION DEVICE Mates to Stellantis CUG-Police Center Console. Provides adjustable mounting pole, motion device, and tilt swivel. Accepts docking or universal laptop cradles. M/H D-IHCCC1A or D-IHCCB2A or D-IHCCD2A or CUG $570.00 GFX DUR-HAV-CON19-PRTR6 DURANGO HAVIS 19” BUILT IN BROTHER PRINTER MOUNT CONSOLE Printer mounts in forward section, with adjustable cup holder and tilt swivel arm rest. PRINTER MOUNT ACCEPTS BROTHER POCKETJET 6 AND 7 PRINTERS. $1,095.00 GFX DUR-HAV-CON19-PRTR8 DURANGO HAVIS 19” BUILT IN BROTHER PRINTER MOUNT CONSOLE Printer mounts in forward section, with adjustable cup holder and tilt swivel arm rest. PRINTER MOUNT ACCEPTS BROTHER POCKETJET 8 SERIES PRINTERS. $1,135.00 GFX DUR-HAV-CON23 DURANGO HAVIS 23” CONSOLE WITH TILT SWIVEL ARM REST AND SELF ADJUSTING CUP HOLDER 23” of total mounting space includes 2 APO’s, 2 adjustable cup holders, and tilt/swivel arm rest.$975.00 GFX DUR-HAV-K9 DURANGO HAVIS K9 TRANSPORTATION SYSTEM Single compartment kit with sliding front door and fold down interior window guards, door panels, rubber mat, and dome light. Black powder coated finish. Cool Guard Plus heat monitoring system. (2) control modules, (2) temperature sensors, pager system, window fan, window drop and handler alert by flashing vehicle lights & horn. M/H D-EAXPW1A or D-EAXPW1 $11,040.00 GFX DUR-INNER-FST-SOLO-RB DURANGO FRONT VISOR MOUNTED WHELEN FST INNER EDGE-10 LAMP SOLO WCX Features WeCanX, Takedown, Driver: Red & Passenger: Blue Solo LED Lightheads.$1,140.00 GFX DUR-INNER-XLP-DUO-RBW DURANGO FRONT VISOR MOUNTED WHELEN XLP INNER EDGE-12 LAMP DUO WCX Features WeCanX, Driver: Red/White & Passenger: Blue/White Duo LED Lightheads.$2,245.00 GFX DUR-LEG48-DUO-RBA DURANGO ROOF MOUNTED 48” WHELEN LEGACY DUO WCX Features WeCanX programming capability, Alley, Photocell, Front: Red/White & Blue/White, Rear: Red/Amber & Blue/Amber Duo LED Lightheads.$3,580.00 GFX DUR-LEG48-SOLO-RB DURANGO ROOF MOUNTED 48” WHELEN LEGACY SOLO WCX Features WeCanX programming capability, Alley, Takedown, Photocell, Driver: Red & Passenger: Blue Solo LED Lightheads.$2,655.00 GFX DUR-LEG48-SOLO-RBA DURANGO ROOF MOUNTED 48” WHELEN LEGACY SOLO WCX Feature WeCanX programming capability, Alley, Takedown, Front Drivers Side Red, Front Passenger Side Blue, Rear Driver Red, Rear Passenger Blue Ends with (6) Amber center section for Traffic Advisor and Warning. $2,890.00 GFX DUR-LIB48-DUO-RB DURANGO ROOF MOUNTED 48” WHELEN LIBERTY II DUO WCX Features WeCanX programming capability, Alley, Photocell, Front: Red/White & Blue/White, Rear: Red/Amber & Blue/Amber Duo LED Lightheads.$3,330.00 GFX DUR-LIB48-SOLO-RB DURANGO ROOF MOUNTED 48” WHELEN LIBERTY II SOLO WCX Features WeCanX programming capability, Alley, Takedown, Photocell, Driver: Red & Passenger: Blue Solo LED Lightheads.$3,020.00 GFX DUR-LSPOT DURANGO PASSENGER SIDE A-PILLAR LED SPOTLIGHT Whelen LED Bulb, Unity pillar mount. Same configuration as Stellantis LNA option.$810.00 GFX DUR-LUND-2LOFT-K9 DURANGO LUND LOFT DUAL WEAPON MOUNT Provides storage for two weapons, (1) Rifle, (1) Shotgun, in cargo area roof. Utilizes unused ceiling space to keep weapons secure and out of sight. Electronic lock releases and keyed vault locks. 5-keys. FOR USE WITH K9 SYSTEM D-IHKEA2 $1,900.00 GFX DUR-LUND-2LOFT-PART DURANGO LUND LOFT DUAL WEAPON MOUNT Provides storage for two weapons, (1) Rifle, (1) Shotgun, in cargo area roof. Utilizes unused ceiling space to keep weapons secure and out of sight. Electronic lock releases and keyed vault locks. 5-keys. WITH D-ISQBP2 CARGO PARTITION $1,635.00 GFX DUR-MOTO-2PC-TRANS DURANGO PRE-WIRED MOTOROLA REMOTE MOUNT TRANSFER KIT Contains HKN6168B, HKN6188B, & HKN4191 cabling and connectors - compatible with Motorola APX and XTL two-piece radios. M/H D-EAXPW1 OR D-EAXPW1A $405.00 GFX DUR-NOISE-V6 V6 DURANGO GROUND PACKAGE & ENGINE NOISE SUPPRESSION Features exhaust system (2), hood (2), and liftgate (2).$405.00 GFX DUR-NOISE-V8 V8 DURANGO GROUND PACKAGE & ENGINE NOISE SUPPRESSION Features exhaust system (2), hood (2), and liftgate (2).$395.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION GFX DUR-OPS DURANGO OFFICER PROTECTION SYSTEM InterMotive Officer Protection Package alerts driver to approaches from rear of vehicle when engaged. Sounds alert tone, turns on rear view camera, turns on reverse lights, and locks doors.$555.00 GFX DUR-PART-10C DURANGO SETINA REAR SEAT 10-C-XL STEEL PARTITION Extra legroom design for ease of entry and egress from passenger side rear seat. Features sliding coated polycarbonate window with vinyl coated expanded metal security screen with 3” document slot and recessed panel. $1,510.00 GFX DUR-PIM DURANGO POLICE INTERFACE MODULE InterMotive Police Interface Module combines Blackout Module, Officer Protection Package, and provides choice of switch function, Auto Park Override, and integrates Secure Park for weapons release. $985.00 GFX DUR-RACETRACK DURANGO DURANGO TAIL LIGHT RACE TRACK FLASH Integrates with OEM T-Connectors to alternate flash the inboard & outboard tail lamp sections to create a highly visible warning system.$535.00 GFX DUR-REAR-INNER-DUO-RBA DURANGO UPPER REAR WINDOW MOUNTED WHELEN RST INNER EDGE-10 LAMP DUO WCX Features WeCanX, Driver: Red/Amber & Passenger: Blue/Amber Duo LED Lightheads.$1,765.00 GFX DUR-REAR-INNER-SOLO-RBA DURANGO UPPER REAR WINDOW MOUNTED WHELEN RST INNER EDGE-10 LAMP SOLO WCX Features WeCanX, Driver: Red & Passenger: Blue Solo LED End Flashers, with 8: Amber Traffic Advisor.$1,390.00 GFX DUR-RESTORE DURANGO DOOR/WINDOW ACTIVATION KIT Restores CW6 rear door disable to civilian operation. KIT ONLY, NOT INSTALLED.$130.00 GFX DUR-R-PART-10C DURANGO SETINA REAR SEAT 10-C-RP STEEL PARTITION WITH RECESSED PANEL Features sliding coated polycarbonate window with vinyl coated expanded metal security screen with 3” document slot with recessed panel.$1,510.00 GFX DUR-SA315P-2PB DURANGO DUAL 100W PUSH BUMPER MOUNTED WHELEN SA315P SIREN SPEAKERS M/H XPW OR D-EAPGA2 M/H D-EAXPW1 OR D-EAXPW1A $765.00 GFX DUR-SA315P-GM DURANGO SINGLE 100W INTERNAL MOUNTED WHELEN SA315P SIREN SPEAKER AND BRACKET M/H D-EAXPW1 OR D-EAXPW1A $375.00 GFX DUR-SA315P-PB DURANGO SINGLE 100W PUSH BUMPER MOUNTED WHELEN SA315P SIREN SPEAKER M/H XPW OR D-EAPGA2 M/H D-EAXPW1 OR D-EAXPW1A $490.00 GFX DUR-SEAT-WIRE DURANGO SETINA TPO SEAT REPLACEMENT WITH CENTER PULL SEAT BELTS Designed to maximize occupancy and features recessed molded handcuff accommodation. TPO polymer for easy biohazard cleanup and Setina’s retractable center pull seatbelt system for officer safety. INCLUDES D-ISQBP2 CARGO PARTITION $2,265.00 GFX DUR-SET-PB400 DURANGO SETINA PB400 PUSH BUMPER Features GFX Law’s exclusive design for speaker mounting and superior corrosion protection.$770.00 GFX DUR-SET-PB450L4-RBW DURANGO SETINA PB450L4 PUSH BUMPER WITH WHELEN ION LIGHTS - TRIO (RWB) Features GFX Law’s exclusive design for speaker mounting and superior corrosion protection. Two Whelen Trio-ION (RWB) recess mounted in the top cross bar and two Whelen Trio-ION (RWB) angle mounted in side plates. Includes individual lighthead and color control. M/H D-EAXPW1A or D-EAXPW1 $1,490.00 GFX DUR-SWB DURANGO SETINA STEEL VERTICAL WINDOW GUARD Designed for high strength, visibility and ventilation.$485.00 GFX DUR-UMIRROR-V-B DURANGO BLUE/BLUE UNDER MIRROR WITH CLEAR PUDDLE LIGHTS – WHELEN LINSV2 Mounted under mirror for 180º side visibility and ground lighting while door is open.$875.00 GFX DUR-UMIRROR-V-R DURANGO RED/RED UNDER MIRROR WITH CLEAR PUDDLE LIGHTS – WHELEN LINSV2 Mounted under mirror for 180º side visibility and ground lighting while door is open.$875.00 GFX DUR-UMIRROR-V-RB DURANGO RED/BLUE UNDER MIRROR WITH CLEAR PUDDLE LIGHTS – WHELEN LINSV2 Mounted under mirror for 180º side visibility and ground lighting while door is open.$875.00 GFX DUR-WMINI-2FQP-B DURANGO BLUE/BLUE FRONT CORNER LIGHTS - WHELEN MINI T-ION Mounted in the front fascia for additional side lighting.$450.00 GFX DUR-WMINI-2FQP-R DURANGO RED/RED FRONT CORNER LIGHTS - WHELEN MINI T-ION Mounted in the front fascia for additional side lighting.$450.00 GFX DUR-WMINI-2FQP-RB DURANGO RED/BLUE FRONT CORNER LIGHTS - WHELEN MINI T-ION Mounted in the front fascia for additional side lighting.$450.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION GFX DUR-WMINI-2RQP-B DURANGO BLUE/BLUE REAR CORNER LIGHTS SOLO – WHELEN MINI T-ION Mounted in the rear fascia for additional side lighting.$540.00 GFX DUR-WMINI-2RQP-R DURANGO RED/RED REAR CORNER LIGHTS SOLO – WHELEN MINI T-ION Mounted in the rear fascia for additional side lighting.$540.00 GFX DUR-WMINI-2RQP-RB DURANGO RED/BLUE REAR CORNER LIGHTS SOLO – WHELEN MINI T-ION Mounted in the rear fascia for additional side lighting.$540.00 GFX DUR-WTLI-2GL-B DURANGO BLUE/BLUE INTERIOR GRILLE LIGHTS SOLO – WHELEN T-ION Mounted behind front fascia grille for unmarked appearance.$475.00 GFX DUR-WTLI-2GL-R DURANGO RED/RED INTERIOR GRILLE LIGHTS SOLO – WHELEN T-ION Mounted behind front fascia grille for unmarked appearance.$475.00 GFX DUR-WTLI-2GL-RB DURANGO RED/BLUE INTERIOR GRILLE LIGHTS SOLO – WHELEN T-ION Mounted behind front fascia grille for unmarked appearance.$475.00 GFX DUR-WTLI-2HATCH-B DURANGO BLUE/BLUE REAR HATCH MOUNTED LIGHTS SOLO – WHELEN T-ION GFX exclusive shroud for reduced/eliminated back flash, mounted in top of rear window for rear visibility.$550.00 GFX DUR-WTLI-2HATCH-R DURANGO RED/RED REAR HATCH MOUNTED LIGHTS SOLO – WHELEN T-ION GFX exclusive shroud for reduced/eliminated back flash, mounted in top of rear window for rear visibility.$550.00 GFX DUR-WTLI-2HATCH-RB DURANGO RED/BLUE REAR HATCH MOUNTED LIGHTS SOLO – WHELEN T-ION GFX exclusive shroud for reduced/eliminated back flash, mounted in top of rear window for rear visibility.$550.00 GFX DUR-WTLI-2RQG-B DURANGO BLUE/BLUE QUARTER WINDOW SIDE LIGHTS SOLO – WHELEN T-ION GFX exclusive shroud for reduced/eliminated back flash, mounted in the rear cargo window for additional side lighting.$615.00 GFX DUR-WTLI-2RQG-R DURANGO RED/RED QUARTER WINDOW SIDE LIGHTS SOLO – WHELEN T-ION GFX exclusive shroud for reduced/eliminated back flash, mounted in the rear cargo window for additional side lighting.$615.00 GFX DUR-WTLI-2RQG-RB DURANGO RED/BLUE QUARTER WINDOW SIDE LIGHTS SOLO – WHELEN T-ION GFX exclusive shroud for reduced/eliminated back flash, mounted in the rear cargo window for additional side lighting.$615.00 GFX DUR-WTLIXJ-4GL-RB DURANGO INTERIOR GRILLE LIGHTS SOLO, QUAD (4) - SMOKED WHELEN T-ION TLIJX Mounted behind front fascia grille for unmarked appearance RED/BLUE SPLIT $760.00 GFX DUR-WVTX-2RTL-B DURANGO BLUE/BLUE REAR IN-LAMP LIGHTS SOLO – WHELEN VERTEX Mounted in reverse light cavity for superior light output & visibility.$455.00 GFX DUR-WVTX-2RTL-R DURANGO RED/RED REAR IN-LAMP LIGHTS SOLO – WHELEN VERTEX Mounted in reverse light cavity for superior light output & visibility.$455.00 GFX DUR-WVTX-2RTL-RB DURANGO RED/BLUE REAR IN-LAMP LIGHTS SOLO – WHELEN VERTEX Mounted in reverse light cavity for superior light output & visibility.$455.00 EXPEDITION BALLISTICS ANGEL ARMOR AA EXP-3A-D ANGEL ARMOR LEVEL IIIa FRONT DRIVER DOOR FOR (2019+ EXPEDITION) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 AA EXP-3A-P ANGEL ARMOR LEVEL IIIa FRONT PASSENGER DOOR FOR (2019+ EXPEDITION) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 EXPEDITION PUSH BUMPERS TROY PRODUCTS TP PB-EXP TROY PRODUCTS Push-bumper uprights with solid top channel cover.$1,195.00 TP PB-EXP-LB2 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights.$1,220.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP PB-EXP-LB4 TROY PRODUCTS Push-bumper uprights with four (4) light channel brackets and wire covers. Specify make & model of lights.$1,220.00 TP PB-LGH-BKT TROY PRODUCTS Push-bumper upright 45 degree light brackets to give side mounted lights more angel. (SOLD PER ONE EACH)$485.00 TP PB-UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$670.00 PB UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$660.00 PROGARD PG EXP-PB Pro-Gard push bumper.$930.00 SETINA SET EXP-PB400 Setina PB400 VS aluminum push bumper.$1,060.00 EXPEDITION WHELEN LIGHTING LAW ENFORCEMENT FRONT W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$865.00 W TLI2-2GL-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-4GL-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$870.00 W TLI2-2FOG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (ONE RED/WHITE AND ONE BLUE/WHITE).$435.00 W TLI2-2PB-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$435.00 W STRIPLT-DUO-2GL-RBW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$475.00 W STRIPLT-DUO-4GL-RBW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$950.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$465.00 W TLI2-2GL-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$435.00 W TLI2-4GL-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$1,350.00 W TLI2-2FOG-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$435.00 W TLI2-2PB-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$435.00 W STRIPLT-DUO-2GL-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$475.00 W STRIPLT-DUO-4GL-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$950.00 W TLI2X-2GL-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 W TLI2-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 W TLI2-4GL-SMOKE-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (Two RED/WHITE & Two BLUE/WHITE).$900.00 W TLI2X-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2X-2PB-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2X-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 W TLI2-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2PB-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2FOG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (ONE RED/WHITE AND ONE BLUE/WHITE).$450.00 W HLF-TLF-CORE CORE TO FLASH HEAD LIGHTS AND TAIL LIGHTS (MAY REQUIRE EXPANSION MODULE)$155.00 FIRE / EMS FRONT W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$595.00 W TLI2-2GL-RW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$435.00 W TLI2-4GL-RW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$1,350.00 W TLI2-2FOG-RW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$675.00 W TLI2-2PB-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$435.00 W STRIPLT-DUO-2GL-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$475.00 W STRIPLT-DUO-4GL-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$950.00 LAW ENFORCEMENT SIDE W TLI2-2RD-RB (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W TLI2-2RQG-RB (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$460.00 W TLI2-4RQG-RB (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$925.00 W TLI2-4WW-RB (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$870.00 W STRIPLT-DUO-2RD-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$950.00 W TLI2-2RD-BW (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$525.00 W TLI2-2RQG-BW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$460.00 W TLI2-4RQG-BW (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$925.00 W TLI2-4WW-BW (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$870.00 W STRIPLT-DUO-2RD-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$540.00 W STRIPLT-DUO-2RQG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$540.00 W STRIPLT-DUO-4RQG-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$950.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W VX2-2FB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/BLUE) - REQUIRES CONTROLLER $435.00 W VX2-2RB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/BLUE). - REQUIRES CONTROLLER $435.00 W VX2-2FB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 FIRE / EMS SIDE W TLI2-2RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$460.00 W TLI2-4RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$925.00 W TLI2-4WW-RW (4) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$870.00 W STRIPLT-DUO-2RD-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$540.00 W STRIPLT-DUO-2RQG-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$575.00 W STRIPLT-DUO-4RQG-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$950.00 W VX2-2FB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2FB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/AMBER). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/AMBER). - REQUIRES CONTROLLER+C2 $435.00 LAW ENFORCEMENT REAR W TLI2-2HATCH-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$435.00 W TLI2-2LIC-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-2TAG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$475.00 W TLI2-2GATE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-4GATE-RB (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$870.00 W STRIPLT-DUO-2RG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$540.00 W TLI2-2HATCH-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$435.00 W TLI2-2LIC-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$435.00 W TLI2-2TAG-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$475.00 W TLI2-2GATE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$435.00 W TLI2-4GATE-BW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$870.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W STRIPLT-DUO-2RG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$540.00 W TLI3-2TAG-RBW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/BLUE/WHITE).$540.00 W TLI3-2TAG-BAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO BLUE/AMBER/WHITE).$540.00 W TLI3-2TAG-RAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/AMBER/WHITE).$540.00 W TLI2-2LIC-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2LIC-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (BLUE/WHITE).$450.00 W TLI2-2TAG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (One RED/WHITE & One BLUE/WHITE).$490.00 W TLI2-2TAG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (BLUE/WHITE).$490.00 W INNER-RST-DUO-EXP-RBA Whelen DUO interior sedan/suv rear inner edge with mounting tray (RED/BLUE/AMBER).$1,255.00 FIRE / EMS REAR W TLI2-2HATCH-RA (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$435.00 W TLI2-2LIC-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$440.00 W TLI2-2TAG-RAW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$475.00 W TLI2-2GATE-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$435.00 W TLI2-4GATE-RAW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$870.00 W STRIPLT-DUO-2RG-RA (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$540.00 W TLI3-2TAG-RAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/AMBER/WHITE).$540.00 ARGES / HOWLER W ARGES1-EXP-1 Whelen Arges dedicated spot lamp with control head with EXPEDITION specific DRIVERS SIDE Arges mount.$1,305.00 W HOWLER-EXP Whelen WCX low frequency supplemental siren, with EXPEDITION mounting bracket.$765.00 TRACERS W TRACER60-DUO-EXP-RBW (2) Whelen 60'' DUO color Tracers (5 lamp housing) with EXPEDITION mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$1,805.00 W TRACER60-DUO-EXP-BW (2) Whelen 60'' DUO color Tracers (5 lamp housing) with EXPEDITION mounting brackets (BLUE/WHITE).$1,805.00 W TRACER60-DUO-EXP-RW (2) Whelen 60'' DUO color Tracers (5 lamp housing) with EXPEDITION mounting brackets (RED/WHITE).$1,805.00 W TRACER60-DUO-EXP-RWA (2) Whelen 60'' DUO color Tracers (5 lamp housing) with EXPEDITION mounting brackets (RED/AMBER WITH OVERRIDE TO WHITE).$1,805.00 LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-EXP-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, HHS3200 light/siren controller, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $3,475.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W EDGE2-ROT-EXP-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-EXP-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-ROT-EXP-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-EXP-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER) $4,745.00 W EDGE2-ROT-EXP-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-EXP-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W LEGACY-CHH-EXP-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-EXP-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-EXP-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-EXP-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-EXP-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CHH-EXP-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-EXP-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-EXP-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-EXP-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-EXP-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LAW ENFORCEMENT UNMARKED PACKAGES W SLICK1-HH-EXP-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HH3200, HANDHELD Controller, speaker, and bracket (RED/BLUE).$3,500.00 W SLICK1-ROT-EXP-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,205.00 W SLICK1-21B-EXP-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,270.00 W SLICK1-HH-EXP-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200, HANDHELD Controller, speaker, and bracket (BLUE).$3,500.00 W SLICK1-ROT-EXP-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,205.00 W SLICK1-21B-EXP-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,270.00 W SLICK2-CHH-EXP-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-EXP-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-EXP-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-DT-EXP-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-21B-DT-EXP-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-CHH-EXP-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-EXP-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-EXP-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 FIRE / EMS LIGHT BAR PACKAGES W LEGACY-CHH-EXP-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-EXP-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-EXP-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-CROT-DT-EXP-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-EXP-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CROT-DT-EXP-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 W LEGACY-C21B-DT-EXP-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 W LIBERTY-OPTI-CROT-DT-EXP-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 W LIBERTY-OPTI-C21B-DT-EXP-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 FIRE / EMS UNMARKED PACKAGES W SLICK1-HH-EXP-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (RED).$3,500.00 W SLICK1-ROT-EXP-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,205.00 W SLICK1-21B-EXP-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,270.00 W SLICK2-CHH-EXP-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-EXP-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-EXP-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 EXPEDITION FED-SIG LIGHTING LAW ENFORCEMENT FRONT FS MP2-2FOG-BW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (BLUE/WHITE).$405.00 FS MP2-2FOG-RBW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2GL-BW (2) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$405.00 FS MP2-2GL-RBW (2) Federal Signal MicroPulse ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2PB-BW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$405.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS MP2-2PB-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-4GL-BW (4) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$600.00 FS MP2-4GL-RBW (4) Federal Signal MicroPulse ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$600.00 FIRE / EMS FRONT FS MP2-2FOG-RW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (RED/WHITE).$405.00 FS MP2-2GL-RW (2) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$405.00 FS MP2-2PB-RW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$405.00 FS MP2-4GL-RW (4) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$600.00 LAW ENFORCEMENT SIDE FS FM2-PUSH-4-BW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (BLUE/WHITE).$915.00 FS FM2-PUSH-4-RB (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing(RED/BLUE).$730.00 FS MP2-2RD-BW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RD-RB (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$435.00 FS MP2-2RQG-BW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RQG-RB (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$435.00 FS MP2-4RQG-BW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$875.00 FS MP2-4RQG-RB (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$875.00 FS MP2-4WW-BW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$815.00 FS MP2-4WW-RB (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/BLUE).$815.00 FIRE / EMS SIDE FS FM2-PUSH-4-RW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/WHITE).$730.00 FS FM2-PUSH-4-RA (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/AMBER).$730.00 FS MP2-2RD-RW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RD-RA (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RA (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-4RQG-RW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$875.00 FS MP2-4RQG-RA (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/AMBER).$875.00 FS MP2-4WW-RW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/WHITE).$815.00 FS MP2-4WW-RA (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/AMBER).$815.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LAW ENFORCEMENT REAR FS MP2-2GATE-BW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (BLUE/WHITE).$405.00 FS MP2-2GATE-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2HATCH-BW (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$405.00 FS MP2-2HATCH-RB (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$405.00 FS MP2-2LIC-BW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$405.00 FS MP2-2LIC-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2TAG-BW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (BLUE/WHITE).$440.00 FS MP2-2TAG-RBW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$440.00 FS MP2-4GATE-BW (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (BLUE/WHITE).$815.00 FS MP2-4GATE-RB (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (RED/BLUE).$815.00 FS SML8-B Federal Signal Latitude Signal Mater traffic advisor with (BLUE)LEDs.$645.00 FS SML8-RB Federal Signal Latitude Signal Mater traffic advisor with 1/2 (RED) and 1/2 (BLUE)LEDs.$645.00 FS EXP-SPOIL-RBW Federal Signal MicroPulse Ultra under Spoiler Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/BLUE/WHITE).$1,245.00 FIRE / EMS REAR FS MP2-2GATE-RAW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$405.00 FS MP2-2HATCH-RA (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$405.00 FS MP2-2LIC-RAW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$405.00 FS MP2-2TAG-RAW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$440.00 FS MP2-4GATE-RAW (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$815.00 FS SML8-R Federal Signal Latitude Signal Mater traffic advisor with (RED)LEDs.$645.00 FS SML8-RW Federal Signal Latitude Signal Mater traffic advisor with alternating (RED/WHITE)LEDs.$645.00 FS SML8-RA Federal Signal Latitude Signal Mater traffic advisor with alternating (RED/AMBER)LEDs.$645.00 FS EXP-SPOIL-RAW Federal Signal MicroPulse Ultra under Spoiler Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/AMBER/WHITE).$1,245.00 MIRROR FS EXP-MIR-MPS-2-RBW Federal Signal vehicle specific under mirror mounted MicroPulse Wide Angle 9 Tri colored LED's (RED/BLUE/WHITE).$810.00 FS EXP-MIR-MPS-2-RAW Federal Signal vehicle specific under mirror mounted MicroPulse Wide Angle 9 Tri colored LED's (RED/AMBER/WHITE).$800.00 RUNNING BOARD LIGHT FS DR6-EXP-RBW Federal Signal 72" Running board light with tri-colored lens (RED/BLUE/WHITE).$2,990.00 FS DR6-EXP-BAW Federal Signal 72" Running board light with tri-colored lens (BLUE/AMBER/WHITE).$2,990.00 FS DR6-EXP-RAW Federal Signal 72" Running board light with tri-colored lens (RED/AMBER/WHITE).$2,990.00 FS DR6-SMOKE-EXP-RBW Federal Signal 72" Running board light with tri-colored SMOKED lens (RED/BLUE/WHITE)$3,135.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LAW ENFORCEMENT LIGHT BAR PACKAGES FS ALGT53-PHHS-EXP-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER)left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-PHHS-EXP-BWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-P21-EXP-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P21-EXP-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P17BRK-EXP-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER)left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,380.00 FS ALGT53-P21-DT-EXP-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-P17BRK-DT-EXP-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-P17BRK-DT-EXP-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-PF400-DT-LF-EXP-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,925.00 FS ALGT53-PF400-DT-LF-EXP-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,435.00 FS VALOR51-P21-EXP-RBWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS VALOR51-P21-EXP-BWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-P17BRK-EXP-RBWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P17BRK-EXP-BWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P21-DT-EXP-RBWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P21-DT-EXP-BWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P17BRK-DT-EXP-RBWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-P17BRK-DT-EXP-BWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-PF400-DT-LF-EXP-RBWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,395.00 FS VALOR51-PF400-DT-LF-EXP-BWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,395.00 FIRE / EMS LIGHT BAR PACKAGES FS ALGT53-PHHS-EXP-RWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $4,170.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS ALGT53-P21-EXP-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P21-DT-EXP-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-P17BRK-DT-EXP-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-PF400-DT-LF-EXP-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,435.00 FS ALGT53-PF400Q-DT-LF-EXP-RWGA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,880.00 FS VALOR51-P21-EXP-RWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-P17BRK-EXP-RWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P21-DT-EXP-RWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P17BRK-DT-EXP-RWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-PF400-DT-LF-EXP-RWA Federal Signal 51" Valor LED Lightbar, dual Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,395.00 FS VALOR51-PF400Q-DT-LF-EXP-RWGA Federal Signal 51" Valor LED Lightbar, dual Color (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,540.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LAW ENFORCEMENT UNMARKED PACKAGES FS SLICK3-PHHS-EXP-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller, (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,895.00 FS SLICK3-PHHS-EXP-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front and (BLUE/WHITE/AMBER) rear package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller, (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,895.00 FS SLICK3-P21-EXP-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear CN SignalMaster package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,845.00 FS SLICK3-P21-EXP-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front and (BLUE/WHITE/AMBER) rear CN SignalMaster package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,845.00 FS SLICK3-P17BRK-EXP-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear CN SignalMaster package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,815.00 FS SLICK3-P17BRK-EXP-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear CN SignalMaster package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,815.00 FS SLICK3-P21-DT-EXP-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear CN SignalMaster package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,540.00 FS SLICK3-P21-DT-EXP-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear CN SignalMaster package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,540.00 FS SLICK3-P17BRK-DT-EXP-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear CN SignalMaster package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,510.00 FS SLICK3-P17BRK-DT-EXP-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear CN SignalMaster package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,510.00 FS SLICK3-OUT-P21-DT-EXP-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,720.00 FS SLICK3-OUT-P21-DT-EXP-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,720.00 FS SLICK3-OUT-P17BRK-DT-EXP-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,720.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS SLICK3-OUT-P17BRK-DT-EXP-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,720.00 FIRE / EMS UNMARKED PACKAGES FS SLICK3-P21-EXP-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front and (RED/AMBER/WHITE) rear CN SignalMaster package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,845.00 FS SLICK3-P17BRK-EXP-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear CN SignalMaster package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,815.00 FS SLICK3-P21-DT-EXP-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear CN SignalMaster package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,540.00 FS SLICK3-P17BRK-DT-EXP-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear CN SignalMaster package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,510.00 FS SLICK3-OUT-P21-DT-EXP-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,720.00 FS SLICK3-OUT-P17BRK-DT-EXP-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 EXPEDITION TROY CONSOLES & CAGES CONSOLES TP EXP-CON14 TROY PRODUCTS 14''console with 7'' slope / 7'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $995.00 TP EXP-CON-OH TROY PRODUCTS Ford Expedition 7” overhead console. Disclaimer: Civilian Expedition model will require removal of the bluetooth microphone.$425.00 TP EXP-WBCON16 TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,185.00 TP EXP-WBCON16-FB TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking lidded file box that bolts to the rear of wide-body console with large leather pad. $1,375.00 TP EXP-WBCON20 TROY PRODUCTS 20'' wide-body console with 8'' slope / 12'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,200.00 TP EXP-CON18 TROY PRODUCTS 18''console with 7'' slope / 11'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $970.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PARTITIONS TP EXP-CARGO-POLY TROY PRODUCTS standard-body rear partition with polycarbonate window. Includes cargo side window panels. $945.00 TP EXP-CARGO-WIRE TROY PRODUCTS standard-body rear partition with square-hole window. Includes cargo side window panels. $870.00 TP EXP-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for Expedition SSV.$1,540.00 TP EXP-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for Expedition SSV.$1,510.00 SEATS & CAGES TP EXP-SWB TROY PRODUCTS driver & passenger welded vertical bar window guards. $430.00 TP EXP-DP TROY PRODUCTS door panel kit $430.00 TP EXP-1/2CAGE TROY PRODUCTS Expedition single-cell with poly window; kick panel w/ foot pocket, removable emergency escape panel , plastic seat with OS seatbelt system, rear partition square-hole pattern w/ cargo side panels.$3,465.00 TP EXP-SEAT-WIRE-FIRE-AED TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square hole main window and cargo window side panels to include AED and Fire Extinguisher cubby.$3,080.00 TP EXP-SEAT-WIRE TROY PRODUCTS Expedition plastic seat with OS belt system, rear partition with square-hole window, square hole cargo side window guards.$2,730.00 TP EXP-SEAT-POLY TROY PRODUCTS Expedition plastic seat with OS belt system, rear partition with polycarbonate window, square hole cargo side window guards.$2,785.00 TP EXP-HATCH TROY PRODUCTS Expedition square hole cargo hatch window guard.$335.00 COMPUTER STANDS AND CRADLES TP EXP-COMP-SL TROY PRODUCTS 2018+ Expedition stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$785.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$460.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$600.00 EXPEDITION SETINA CONSOLES & CAGES PARTITIONS SET EXP-12VS-POLY Setina 12VS 2nd row partition - POLY $1,125.00 SET EXP-12VS-WIRE Setina 12VS 2nd row partition - WIRE $1,110.00 SEATS & CAGES SET EXP-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,840.00 FREE STANDING GUN MOUNT SET EXP-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$535.00 EXPEDITION HAVIS CONSOLE & COMPUTER MOUNTS HAV EXP-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,035.00 HAV EXP-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$760.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION HAV EXP-CON18 Havis 18''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,115.00 HAV EXP-CON30 Havis 30''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,230.00 EXPEDITION PROGARD CONSOLES & CAGES PARTITIONS PG EXP-CARGO-POLY Pro-Gard - ¼'' poly cargo barrier with filler panels for use with side curtain airbags in SSV only.$1,005.00 PG EXP-CARGO-WIRE Pro-Gard - 7 gauge steel wire cargo barrier with filler panels for use with side curtain airbags in SSV only.$1,005.00 PG EXP-PART Pro-gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,770.00 EXPEDITION VAULT/GUN BOX TROY PRODUCTS TP EXP-COMMAND TROY PRODUCTS Command post 48''Wx22''Lx18''H, includes storage drawers, full size map drawer & radio mounting area.$5,950.00 TP EXP-VAULT-TILT TROY PRODUCTS EXPEDITION standard-body storage vault, 44''Wx35''Lx12H'' with tilt mechanism to reach spare tire. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. Includes steel cargo mount to provide solid mounting point for Troy vaults or command posts. Replaces plastic factory floor module. $3,155.00 SETINA SET EXP-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,380.00 SET EXP-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,625.00 SET EXP-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$255.00 EXPEDITION K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$5,095.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,455.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$805.00 AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$6,390.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$245.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$205.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,855.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $5,990.00 HAVIS MOUNTS HAV EXP-K9 Havis K9 Transport system powder coated white.$5,640.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ACE K9 AK9 HA-2520-AWD K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html $4,080.00 AK9 HP-5020-AWD Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html. $4,895.00 SILVERADO BALLISTICS ANGEL ARMOR AA SILV-3A-D ANGEL ARMOR LEVEL IIIa FRONT DRIVER DOOR FOR (2019+ SILVERADO) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 AA SILV-3A-P ANGEL ARMOR LEVEL IIIa FRONT PASSENGER DOOR FOR (2019+ SILVERADO) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 SILVERADO PUSH BUMPERS WESTIN WEST SILV15-PB Westin Elite push bumper for Silverado 1500 2024+$1,045.00 WEST SILV15-PB2L Westin Elite push bumper for Silverado 1500 with two light channel (lights purchased separatel $1,105.00 WEST SILV15-PB2L-PIT Westin Elite push bumper for Silverado 1500 2024+ with two light channel including pit bars (No headlight wraps - lights purchased separately).$2,010.00 WEST SILV15-PB2L-PIT-W Westin Elite push bumper for Silverado 1500 2024+ with two light channel including pit bars with headlight wraps (lights purchased separately).$2,405.00 TROY PRODUCTS TP PB-SILV TROY PRODUCTS Push-bumper uprights with solid top channel cover.$1,195.00 TP PB-SILV-LB2 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights.$1,220.00 TP PB-SILV-LB4 TROY PRODUCTS Push-bumper uprights with four (4) light channel brackets and wire covers. Specify make & model of lights.$1,220.00 TP PB-LGH-BKT TROY PRODUCTS Push-bumper upright 45 degree light brackets to give side mounted lights more angel. (SOLD PER ONE EACH)$485.00 TP PB-UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$670.00 PB UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$660.00 PROGARD PG SILV-PB Pro-gard - Push Bumper $930.00 SETINA SET SILV-PB Setina - Push Bumper $1,060.00 SET SILV-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,255.00 SET SILV-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$2,060.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SILVERADO WHELEN LIGHTING LAW ENFORCEMENT FRONT W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$865.00 W TLI2-2GL-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-4GL-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$870.00 W TLI2-2FOG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (ONE RED/WHITE AND ONE BLUE/WHITE).$435.00 W TLI2-2PB-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$435.00 W STRIPLT-DUO-2GL-RBW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$475.00 W STRIPLT-DUO-4GL-RBW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$950.00 W TLI2-2GL-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$435.00 W TLI2-4GL-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$1,350.00 W TLI2-2FOG-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$435.00 W TLI2-2PB-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$435.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$465.00 W STRIPLT-DUO-2GL-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$475.00 W STRIPLT-DUO-4GL-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$950.00 W TLI2X-2GL-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 W TLI2-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 W TLI2-4GL-SMOKE-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (Two RED/WHITE & Two BLUE/WHITE).$900.00 W TLI2X-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2PB-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2X-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 W TLI2-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2PB-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-4GL-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$895.00 W TLI2X-2FOG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (ONE RED/WHITE AND ONE BLUE/WHITE).$450.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W HLF-TLF-CORE CORE TO FLASH HEAD LIGHTS AND TAIL LIGHTS (MAY REQUIRE EXPANSION MODULE)$155.00 FIRE / EMS FRONT W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$595.00 W TLI2-2GL-RW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$435.00 W TLI2-4GL-RW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$1,350.00 W TLI2-2FOG-RW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$675.00 W TLI2-2PB-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$435.00 W STRIPLT-DUO-2GL-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$475.00 W STRIPLT-DUO-4GL-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$950.00 LAW ENFORCEMENT SIDE W TLI2-2RD-RB (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W TLI2-2RQG-RB (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$460.00 W TLI2-4RQG-RB (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$925.00 W TLI2-4WW-RB (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$870.00 W STRIPLT-DUO-2RD-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$950.00 W TLI2-2RD-BW (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$525.00 W TLI2-2RQG-BW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$460.00 W TLI2-4RQG-BW (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$925.00 W TLI2-4WW-BW (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$870.00 W STRIPLT-DUO-2RD-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$540.00 W STRIPLT-DUO-2RQG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$540.00 W STRIPLT-DUO-4RQG-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$950.00 W VX2-2FB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/BLUE) - REQUIRES CONTROLLER $435.00 W VX2-2RB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/BLUE). - REQUIRES CONTROLLER $435.00 W VX2-2FB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 FIRE / EMS SIDE W TLI2-2RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$460.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-4RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$925.00 W TLI2-4WW-RW (4) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$870.00 W STRIPLT-DUO-2RD-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$540.00 W STRIPLT-DUO-2RQG-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$575.00 W STRIPLT-DUO-4RQG-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$950.00 W VX2-2FB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2FB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/AMBER). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/AMBER). - REQUIRES CONTROLLER+C2 $435.00 LAW ENFORCEMENT REAR W TLI2-2LIC-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-2TAG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$475.00 W TLI2-2HATCH-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$435.00 W TLI2-2GATE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-4GATE-RB (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$870.00 W STRIPLT-DUO-2RG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$540.00 W TLI2-2LIC-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$435.00 W TLI2-2TAG-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$475.00 W TLI2-2HATCH-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$435.00 W TLI2-2GATE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$435.00 W TLI2-2GAP-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper (RED/BLUE).$435.00 W TLI2-4GATE-BW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$870.00 W TLI2-2GAP-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-2GAP-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper(BLUE/WHITE).$435.00 W STRIPLT-DUO-2RG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$540.00 W TLI3-2TAG-RBW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/BLUE/WHITE).$540.00 W TLI3-2TAG-BAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO BLUE/AMBER/WHITE).$540.00 W 2230F-RBA Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (RED/AMBER - BLUE/AMBER) - REQUIRES CONTROLLER $1,180.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W 2230F-RBW Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (RED/WHITE - BLUE/WHITE) - REQUIRES CONTROLLER $1,180.00 W 2230F-BA Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (BLUE/AMBER) - REQUIRES CONTROLLER $1,180.00 W 2230F-BW Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (BLUE/WHITE) - REQUIRES CONTROLLER $1,180.00 W 2240F-RBA Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (RED/AMBER - BLUE/AMBER) - REQUIRES CONTROLLER $1,440.00 W 2240F-RBW Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (RED/WHITE - BLUE/WHITE) - REQUIRES CONTROLLER $1,440.00 W 2240F-BA Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (BLUE/AMBER) - REQUIRES CONTROLLER $1,440.00 W 2240F-BW Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (BLUE/WHITE) - REQUIRES CONTROLLER $1,440.00 W 2250F-RBA Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (RED/AMBER - BLUE/AMBER) - REQUIRES CONTROLLER $1,710.00 W 2250F-RBW Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (RED/WHITE - BLUE/WHITE) - REQUIRES CONTROLLER $1,710.00 W 2250F-BA Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (BLUE/AMBER) - REQUIRES CONTROLLER $1,710.00 W 2250F-BW Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (BLUE/WHITE) - REQUIRES CONTROLLER $1,710.00 W TLI2-2LIC-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2LIC-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (BLUE/WHITE).$450.00 W TLI2-2TAG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (One RED/WHITE & One BLUE/WHITE).$490.00 W TLI2-2TAG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (BLUE/WHITE).$490.00 W TLI2-2GATE-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2GATE-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate with smoked lenses (BLUE/WHITE).$450.00 W TLI2-4GATE-SMOKE-RB (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate with smoked lenses (RED/BLUE).$900.00 W TLI2-4GATE-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate with smoked lenses (BLUE/WHITE).$900.00 W TLI2-2GAP-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2GAP-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper with smoked lenses (BLUE/WHITE).$450.00 W TLI2-2GAP-SMOKE-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper with smoked lenses (RED/BLUE).$450.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FIRE / EMS REAR W TLI2-2LIC-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$440.00 W TLI2-2TAG-RAW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$475.00 W TLI2-2GATE-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (RED/WHITE).$435.00 W TLI2-2GATE-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$435.00 W TLI2-4GATE-RAW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$870.00 W TLI2-2GAP-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper (RED/WHITE).$435.00 W TLI2-2GAP-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper (One RED/WHITE & One AMBER/WHITE).$435.00 W STRIPLT-DUO-2RG-RA (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$540.00 W TLI3-2TAG-RAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/AMBER/WHITE).$540.00 W 2230F-RA Whelen 2250 series DUO colored flat 30" end light stick with 6 T-series light heads to used in rear window glass or exterior mount (RED/AMBER) - REQUIRES CONTROLLER $1,180.00 W 2230F-RW Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (RED/WHITE) - REQUIRES CONTROLLER $1,180.00 W 2240F-RA Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (RED/AMBER) - REQUIRES CONTROLLER $1,440.00 W 2240F-RW Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (RED/WHITE) - REQUIRES CONTROLLER $1,440.00 W 2250F-RA Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (RED/AMBER) - REQUIRES CONTROLLER $1,710.00 W 2250F-RW Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (RED/WHITE) - REQUIRES CONTROLLER $1,710.00 ARGES / HOWLER W ARGES1-SILV-1 Whelen Arges dedicated spot lamp with control head with SILVERADO Utility specific Arges mount.$1,305.00 W ARGES1-SILV-2 Dual Whelen Arges dedicated spot lamps with control head and SILVERADO Utility specific driver and passenger Arges mounts. $2,320.00 W HOWLER-SILV Whelen low frequency supplemental siren, with SILVERADO mounting bracket.$765.00 TRACERS W TRACER60-DUO-SILV-RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with SILVERADO mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$1,805.00 W TRACER60-DUO-SILV-BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with SILVERADO mounting brackets (BLUE/WHITE).$1,805.00 W TRACER60-DUO-SILV-RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with SILVERADO mounting brackets (RED/WHITE).$1,805.00 W TRACER60-DUO-SILV-RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with SILVERADO mounting brackets (RED/AMBER with override to WHITE).$1,805.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-SILV-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, HHS3200, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $3,475.00 W EDGE2-ROT-SILV-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-SILV-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-ROT-SILV-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-SILV-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W LEGACY-CHH-SILV-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR $4,710.00 W LEGACY-CROT-SILV-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-SILV-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-SILV-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-SILV-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CHH-SILV-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held combination light/siren controller,speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-SILV-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-SILV-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-SILV-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-SILV-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LAW ENFORCEMENT UNMARKED PACKAGES W SLICK1-HH-SILV-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (RED/BLUE).$3,690.00 W SLICK1-ROT-SILV-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,205.00 W SLICK1-21B-SILV-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,270.00 W SLICK2-ROT-SILV-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-SILV-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-CHH-SILV-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-CHH-SILV-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-DT-SILV-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core-S, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-21B-DT-SILV-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK1-HH-SILV-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (BLUE).$3,500.00 W SLICK1-ROT-SILV-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,205.00 W SLICK1-21B-SILV-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,270.00 W SLICK2-ROT-SILV-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-SILV-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 FIRE / EMS LIGHT BAR PACKAGES W EDGE2-21B-SILV-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,745.00 W LEGACY-CHH-SILV-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-SILV-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-C21B-SILV-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-SILV-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-SILV-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CROT-DT-SILV-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE ,Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 W LEGACY-C21B-DT-SILV-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 W LIBERTY-OPTI-CROT-DT-SILV-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 W LIBERTY-OPTI-C21B-DT-SILV-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 FIRE / EMS UNMARKED PACKAGES W SLICK1-HH-SILV-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (RED).$3,500.00 W SLICK1-ROT-SILV-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,205.00 W SLICK1-21B-SILV-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,270.00 W SLICK2-CHH-SILV-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-SILV-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-SILV-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 SILVERADO FED-SIG LIGHTING LAW ENFORCEMENT FRONT FS MP2-2FOG-BW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (BLUE/WHITE).$405.00 FS MP2-2FOG-RBW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2GL-BW (2) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$405.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS MP2-2GL-RBW (2) Federal Signal MicroPulse ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2PB-BW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$405.00 FS MP2-2PB-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-4GL-BW (4) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$600.00 FS MP2-4GL-RBW (4) Federal Signal MicroPulse ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$600.00 FIRE / EMS FRONT FS MP2-2FOG-RW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (RED/WHITE).$405.00 FS MP2-2GL-RW (2) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$405.00 FS MP2-2PB-RW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$405.00 FS MP2-4GL-RW (4) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$600.00 LAW ENFORCEMENT SIDE FS FM2-PUSH-4-BW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (BLUE/WHITE).$915.00 FS FM2-PUSH-4-RB (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing(RED/BLUE).$730.00 FS MP2-2RD-BW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RD-RB (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$435.00 FS MP2-2RQG-BW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RQG-RB (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$435.00 FS MP2-4RQG-BW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$875.00 FS MP2-4RQG-RB (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$875.00 FS MP2-4WW-BW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$815.00 FS MP2-4WW-RB (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/BLUE).$815.00 FIRE / EMS SIDE FS FM2-PUSH-4-RW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/WHITE).$730.00 FS FM2-PUSH-4-RA (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/AMBER).$730.00 FS MP2-2RD-RW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RD-RA (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RA (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-4RQG-RW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$875.00 FS MP2-4RQG-RA (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/AMBER).$875.00 FS MP2-4WW-RW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/WHITE).$815.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS MP2-4WW-RA (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/AMBER).$815.00 LAW ENFORCEMENT REAR FS MP2-2GATE-BW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (BLUE/WHITE).$405.00 FS MP2-2GATE-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2HATCH-BW (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$405.00 FS MP2-2HATCH-RB (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$405.00 FS MP2-2LIC-BW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$405.00 FS MP2-2LIC-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2TAG-BW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (BLUE/WHITE).$440.00 FS MP2-2TAG-RBW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$440.00 FS MP2-4GATE-BW (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (BLUE/WHITE).$815.00 FS MP2-4GATE-RB (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (RED/BLUE).$815.00 FS SML8-B Federal Signal Latitude Signal Mater traffic advisor with (BLUE)LEDs.$645.00 FS SML8-RB Federal Signal Latitude Signal Mater traffic advisor with 1/2 (RED) and 1/2 (BLUE)LEDs.$645.00 FS SILV-SPOIL-RBW Federal Signal MicroPulse Ultra under Spoiler Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/BLUE/WHITE).$1,245.00 FIRE / EMS REAR FS MP2-2GATE-RAW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$405.00 FS MP2-2HATCH-RA (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$405.00 FS MP2-2LIC-RAW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$405.00 FS MP2-2TAG-RAW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$440.00 FS MP2-4GATE-RAW (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$815.00 FS SML8-R Federal Signal Latitude Signal Mater traffic advisor with (RED)LEDs.$645.00 FS SML8-RW Federal Signal Latitude Signal Mater traffic advisor with alternating (RED/WHITE)LEDs.$645.00 FS SML8-RA Federal Signal Latitude Signal Mater traffic advisor with alternating (RED/AMBER)LEDs.$645.00 FS SILV-SPOIL-RAW Federal Signal MicroPulse Ultra under Spoiler Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/AMBER/WHITE).$1,245.00 RUMBLER FS SILV-RUMBLER Federal Signal RUMBLER low frequency speakers for use with sirens with integrated Rumbler capability $815.00 MIRROR FS SILV-MIR-MPS-2-RBW Federal Signal vehicle specific under mirror mounted MicroPulse Wide Angle 9 Tri colored LED's (RED/BLUE/WHITE).$800.00 FS SILV-MIR-MPS-2-RAW Federal Signal vehicle specific under mirror mounted MicroPulse Wide Angle 9 Tri colored LED's (RED/AMBER/WHITE).$800.00 RUNNING BOARD LIGHT FS DR6-SILV-RBW Federal Signal 72" Running board light with tri-colored lens (RED/BLUE/WHITE).$2,990.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS DR6-SILV-BAW Federal Signal 72" Running board light with tri-colored lens (BLUE/AMBER/WHITE).$2,990.00 FS DR6-SILV-RAW Federal Signal 72" Running board light with tri-colored lens (RED/AMBER/WHITE).$2,990.00 FS DR6-SMOKE-SILV-RBW Federal Signal 72" Running board light with tri-colored SMOKED lens (RED/BLUE/WHITE)$3,135.00 LAW ENFORCEMENT LIGHT BAR PACKAGES FS ALGT53-PHHS-SILV-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-PHHS-SILV-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-PHHS-SILV-BWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-PHHS-SILV-BWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-P21-SILV-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P21-SILV-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P21-SILV-BWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P21-SILV-BWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P17BRK-SILV-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER)left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,380.00 FS ALGT53-P17BRK-SILV-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER)left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,380.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS ALGT53-P21-DT-SILV-BWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-P17BRK-DT-SILV-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-P17BRK-DT-SILV-BWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-PF400-DT-LF-SILV-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,735.00 FS ALGT53-PF400-DT-LF-SILV-BWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,735.00 FS VALOR51-P21-SILV-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,100.00 FS VALOR51-P21-SILV-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-P17BRK-SILV-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P17BRK-SILV-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P21-DT-SILV-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P21-DT-SILV-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS VALOR51-P17BRK-DT-SILV-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-P17BRK-DT-SILV-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-PF400-DT-LF-SILV-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,095.00 FS VALOR51-PF400-DT-LF-SILV-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,095.00 FIRE / EMS LIGHT BAR PACKAGES FS ALGT53-PHHS-SILV-RWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $4,170.00 FS ALGT53-PHHS-SILV-RWA Federal Signal 53" Allegiant MAX LED Lightbar, DUAL color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $4,170.00 FS ALGT53-P21-DT-SILV-RWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-P17BRK-DT-SILV-RWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-PF400-DT-LF-SILV-RWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,735.00 FS ALGT53-P21-SILV-RWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS ALGT53-P21-SILV-RWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-PF400Q-DT-LF-SILV-RWGA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,880.00 FS VALOR51-P21-SILV-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-P17BRK-SILV-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P21-DT-SILV-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P17BRK-DT-SILV-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-PF400-DT-LF-SILV-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,095.00 FS VALOR51-PF400Q-DT-LF-SILV-RWGA Federal Signal 51" Valor LED Lightbar, TRI Color (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,235.00 LAW ENFORCEMENT UNMARKED PACKAGES FS SLICK3-PHHS-SILV-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller , (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,895.00 FS SLICK3-PHHS-SILV-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller , (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,895.00 FS SLICK3-P21-SILV-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear visor warning light with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,860.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS SLICK3-P21-SILV-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front and (BLUE/WHITE/AMBER) rear visor warning light with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,860.00 FS SLICK3-P17BRK-SILV-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor warning light with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P17BRK-SILV-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor warning light with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P21-DT-SILV-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor warning light with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P21-DT-SILV-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor warning light with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P17BRK-DT-SILV-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor warning light with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 FS SLICK3-P17BRK-DT-SILV-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor warning light with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 FS SLICK3-OUT-P21-DT-SILV-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-OUT-P21-DT-SILV-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-OUT-P17BRK-DT-SILV-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FS SLICK3-OUT-P17BRK-DT-SILV-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FIRE / EMS UNMARKED PACKAGES FS SLICK3-PHHS-SILV-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front and (RED/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller , (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,895.00 FS SLICK3-P21-SILV-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front and (RED/AMBER/WHITE) rear visor warning light with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,860.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS SLICK3-P17BRK-SILV-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor warning light with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P21-DT-SILV-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor warning light with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P17BRK-DT-SILV-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor warning light with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 FS SLICK3-OUT-P21-DT-SILV-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-OUT-P17BRK-DT-SILV-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal Spoiler Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise and Amber Traffic Advisor Functions light bars, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 SILVERADO TROY CONSOLE & CAGES CONSOLES TP SILV-WBCON20-1500 TROY PRODUCTS 20'' Silverado 1500 vehicle specific wide-body console with 7'' slope / 13'' level faceplate area and open storage on side of console. For non-floor shift models. Includes standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) dual-port USB modules, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,285.00 TP SILV-WBCON20-1500-PRTR TROY PRODUCTS 20'' Silverado 1500 vehicle specific wide-body printer console with 7'' slope / 13'' level faceplate area and printer housing on side of console. For non-floor shift models. Includes standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) dual-port USB modules, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,445.00 TP SILV-WBCON16 TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level faceplate area and open storage on side of console. For non-floor shift models. Includes floorplate and standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,185.00 TP SILV-WBCON16-FB TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level faceplate area and open storage on side of console. For non-floor shift models. Includes floorplate and standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & long external map book locking lidded storage box; 13.25'' W x 13.8'' L x 11'' H (Includes leather pad). $1,420.00 TP SILV-WBCON20 TROY PRODUCTS 20'' wide-body console with 8'' slope / 12'' level faceplate area and open storage on side of console. For non-floor shift models. Includes floorplate and standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,200.00 TP SILV-CON18 TROY PRODUCTS 18'' L-Shaped console with 7''slope / 11'' level faceplate area for non-floor shift models. Includes floorplate and standard faceplates. Includes 4'' dual cup internal beverage holder. 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,015.00 TP SILV-CON-OH TROY PRODUCTS overhead 4'' console to replace OEM dome light module for remote head controller only.$435.00 PARTITIONS TP SILV-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for Silverado 1500 models.$1,500.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP SILV-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for Silverado 1500 models.$1,470.00 SEATS & CAGES TP SILV-SWB TROY PRODUCTS driver & passenger side diamond-punched window guards WITH Rear window screen, diamond-punched.$615.00 TP SILV-DP-SET TROY PRODUCTS SILVERADO 1500 DRIVER AND PASSENGER DOOR PANEL SET.$425.00 TP SILV-1500 1/2CAGE TROY PRODUCTS Silverado 1500 single-cell with storage seat box, cab rear wall panel, cab window screen and passenger side diamond pattern window screen. (NOTE: Requires removal of entire back seat. Must use DP-CHV19-PS door panel)$5,640.00 TP SILV-1500 1/2CAGE OPTIONS TROY PRODUCTS Silverado 1500 single-cell optional floor mount, 1 hinged lid storage box, 1 sliding drawer storage box for driver side.$2,780.00 TP SILV-SEAT-WIRE TROY PRODUCTS Silverado 1500 plastic seat with Officer-Safe seatbelt system. Includes cab rear window screen AND rear door panel set (MUST USE TROY DOOR PANELS W/PLASTIC SEAT).$3,750.00 COMPUTER STANDS TP SILV-COMP-SA TROY PRODUCTS 2019+ Silverado stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$695.00 TP SILV-COMP-SL TROY PRODUCTS 2019+ Silverado stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$850.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$460.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$600.00 SILVERADO SETINA CONSOLE & CAGES PARTITIONS SET SILV-R-PART-10VS Setina 10VS prisoner cage C RECESSED panel uncoated polycarbonate with expanded metal window cover and lower extension panels.$1,835.00 SEATS & CAGES SET SILV-1/2CAGE Setina 6VS single prisoner transport with coated polycarbonate partition $2,245.00 SET SILV-DOOR Setina replacement door panels.$475.00 SET SILV-SWB Setina vertical window armor bars for use with setina door panels.$625.00 FREE STANDING GUN MOUNT SET SILV-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$660.00 SILVERADO PROGARD CONSOLE & CAGES PARTITIONS PG SILV-R-PART Pro-Gard RESESSED panel prisoner partition with poly center slider window and expanded metal insert.$1,770.00 SEATS & CAGES PG SILV-1/2CAGE Pro-Gard single compartment prisoner cage Pro-cell, ½ Partition with OEM rear seat.$2,845.00 PG SILV-DOOR Pro-Gard door panels $160.00 PG SILV-SWB Pro-Gard window armor bars.$540.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SILVERADO HAVIS CONSOLE & COMPUTER MOUNTS HAV SILV-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,045.00 HAV SILV-CON18 Havis 18''L x 10''H console includes track mount, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$1,155.00 HAV SILV-CON30 Havis 30''L x 10''H console includes track mount, side mount arm rest, (3) DC power outlets, (2) cup holders, and necessary blanks.$1,270.00 SILVERADO VAULT/GUN BOX TROY PRODUCTS TP SILV-USGB TROY PRODUCTS SLIVERADO 1500 under seat flip up lid gun box with mounting brackets (fits under rear fold up seat).$1,185.00 SILVERADO K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$5,095.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,455.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$805.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$245.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$205.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,855.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $5,990.00 ACE K9 AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $3,500.00 AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $4,340.00 AK9 HA-2520-AWD K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html $4,080.00 AK9 HP-5020-AWD Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html. $4,895.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION F-SERIES BALLISTICS ANGEL ARMOR AA F-SD-3PLUS-D ANGEL ARMOR LEVEL IIIa FRONT DRIVER DOOR FOR (2023+ FORD SUPER DUTY) INCLUDES FREIGHT AND INSTALLATION.$2,025.00 AA F-SD-3PLUS-P ANGEL ARMOR LEVEL IIIa FRONT PASSENGER DOOR FOR (2023+ FORD SUPER DUTY) INCLUDES FREIGHT AND INSTALLATION.$2,025.00 AA FSERIES-3PLUS-D ANGEL ARMOR LEVEL III+ FRONT DRIVER DOOR FOR (2021+ FORD F-150) INCLUDES FREIGHT AND INSTALLATION.$2,125.00 AA FSERIES-3PLUS-P ANGEL ARMOR LEVEL III+ FRONT PASSENGER DOOR FOR (2021+ FORD F-150) INCLUDES FREIGHT AND INSTALLATION.$2,125.00 F-SERIES PUSH BUMPERS WESTIN WEST FSERIES-PB Westin Elite push bumper for F-150 XL SSV 2021+.$315.00 WEST FSERIES-PB2L Westin Elite push bumper for F-150 XL SSV 2021+ with two light channel (lights purchased separately).$1,185.00 WEST FSERIES-PB2L-PIT Westin Elite push bumper for F-150 XL SSV 2021+ with two light channel including pit bars (No headlight wraps - lights purchased separately).$2,010.00 WEST FSERIES-PB2L-PIT-W Westin Elite push bumper for F-150 XL SSV 2021+ with two light channel including pit bars with headlight wraps (lights purchased separately).$2,405.00 TROY PRODUCTS TP PB-F150 TROY PRODUCTS Push-bumper uprights with solid top channel cover.$1,195.00 TP PB-F150-LB2 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights.$1,220.00 TP PB-F150-LB4 TROY PRODUCTS Push-bumper uprights with four (4) light channel brackets and wire covers. Specify make & model of lights.$1,220.00 TP PB-LGH-BKT TROY PRODUCTS Push-bumper upright 45 degree light brackets to give side mounted lights more angel. (SOLD PER ONE EACH)$485.00 TP PB-UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$670.00 PROGARD PG FSERIES-PB Push Bumper - Pro-gard - Push Bumper - F150 Only $930.00 SETINA SET FSERIES-PB Setina push bumper, F150 ONLY.$1,060.00 SET FSERIES-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,740.00 SET FSERIES-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$2,060.00 FEDERAL SIGNAL FS F150-PB Federal Signal DFC Push Bumper series with speaker mount screens, no wraps, pit bars, or light channel.$1,180.00 FS F150-PB2L Federal Signal DFC Push Bumper series with speaker mount screens and two light channel (lights sold separately).$1,180.00 FS F150-PB4L Federal Signal DFC Push Bumper series with speaker mount screens and four light channel (lights sold separately).$1,180.00 FS F150-PB2L-PIT Federal Signal DFC Push Bumper series with speaker mount screens, lower guard pit bars, and two light channel (lights sold separately).$2,205.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS F150-PB4L-PIT Federal Signal DFC Push Bumper series with speaker mount screens, lower guard pit bars, and four light channel (lights sold separately).$2,205.00 FS F150-PB2L-WRAP Federal Signal DFC Push Bumper series with speaker mount screens, upper guard headlight wraps, lower guard pit bars, and two light channel (lights sold separately).$2,725.00 FS F150-PB4L-WRAP Federal Signal DFC Push Bumper series with speaker mount screens, upper guard headlight wraps, lower guard pit bars, and four light channel (lights sold separately).$2,725.00 F-SERIES WHELEN LIGHTING LAW ENFORCEMENT FRONT W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$865.00 W TLI2-2GL-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-4GL-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$870.00 W TLI2-2PB-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-2FOG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (ONE RED/WHITE AND ONE BLUE/WHITE).$435.00 W STRIPLT-DUO-2GL-RBW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$475.00 W STRIPLT-DUO-4GL-RBW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$950.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$465.00 W TLI2-2GL-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$435.00 W TLI2-4GL-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$1,350.00 W TLI2-2PB-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$435.00 W TLI2-2FOG-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$435.00 W STRIPLT-DUO-2GL-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$475.00 W STRIPLT-DUO-4GL-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$950.00 W TLI2X-2GL-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 W TLI2-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 W TLI2-4GL-SMOKE-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (Two RED/WHITE & Two BLUE/WHITE).$900.00 W TLI2X-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2PB-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2X-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 W TLI2-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2X-2PB-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-4GL-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$895.00 W TLI2X-2FOG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (ONE RED/WHITE AND ONE BLUE/WHITE).$450.00 W HLF-TLF-CORE CORE TO FLASH HEAD LIGHTS AND TAIL LIGHTS (MAY REQUIRE EXPANSION MODULE)$155.00 FIRE / EMS FRONT W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$595.00 W TLI2-2GL-RW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$435.00 W TLI2-4GL-RW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$1,350.00 W TLI2-2FOG-RW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$675.00 W TLI2-2PB-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$435.00 W STRIPLT-DUO-2GL-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$475.00 W STRIPLT-DUO-4GL-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$950.00 LAW ENFORCEMENT SIDE W TLI2-2RD-RB (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W TLI2-2RQG-RB (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$460.00 W TLI2-4RQG-RB (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$925.00 W TLI2-4WW-RB (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$870.00 W STRIPLT-DUO-2RD-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$950.00 W TLI2-2RD-BW (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$525.00 W TLI2-2RQG-BW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$460.00 W TLI2-4RQG-BW (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$925.00 W TLI2-4WW-BW (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$870.00 W STRIPLT-DUO-2RD-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$540.00 W STRIPLT-DUO-2RQG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$540.00 W STRIPLT-DUO-4RQG-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$950.00 W VX2-2FB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/BLUE) - REQUIRES CONTROLLER $435.00 W VX2-2RB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/BLUE). - REQUIRES CONTROLLER $435.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W VX2-2FB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 FIRE / EMS SIDE W TLI2-2RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$460.00 W TLI2-4RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$925.00 W TLI2-4WW-RW (4) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$870.00 W STRIPLT-DUO-2RD-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$540.00 W STRIPLT-DUO-2RQG-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$575.00 W STRIPLT-DUO-4RQG-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$950.00 W VX2-2FB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2FB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/AMBER). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/AMBER). - REQUIRES CONTROLLER+C2 $435.00 LAW ENFORCEMENT REAR W TLI2-2LIC-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-2HATCH-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$435.00 W TLI2-2TAG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$475.00 W TLI2-2GATE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-4GATE-RB (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$870.00 W STRIPLT-DUO-2RG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$540.00 W TLI2-2LIC-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$435.00 W TLI2-2HATCH-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$435.00 W TLI2-2TAG-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$475.00 W TLI2-2GATE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$435.00 W TLI2-2GAP-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper (RED/BLUE).$435.00 W TLI2-4GATE-BW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$870.00 W TLI2-2GAP-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-2GAP-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper(BLUE/WHITE).$435.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W STRIPLT-DUO-2RG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$540.00 W TLI3-2TAG-RBW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/BLUE/WHITE).$540.00 W TLI3-2TAG-BAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO BLUE/AMBER/WHITE).$540.00 W 2230F-RBA Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (RED/AMBER - BLUE/AMBER) - REQUIRES CONTROLLER $1,180.00 W 2230F-RBW Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (RED/WHITE - BLUE/WHITE) - REQUIRES CONTROLLER $1,180.00 W 2230F-BA Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (BLUE/AMBER) - REQUIRES CONTROLLER $1,180.00 W 2230F-BW Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (BLUE/WHITE) - REQUIRES CONTROLLER $1,180.00 W 2240F-RBA Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (RED/AMBER - BLUE/AMBER) - REQUIRES CONTROLLER $1,440.00 W 2240F-RBW Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (RED/WHITE - BLUE/WHITE) - REQUIRES CONTROLLER $1,440.00 W 2240F-BA Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (BLUE/AMBER) - REQUIRES CONTROLLER $1,440.00 W 2240F-BW Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (BLUE/WHITE) - REQUIRES CONTROLLER $1,440.00 W 2250F-RBA Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (RED/AMBER - BLUE/AMBER) - REQUIRES CONTROLLER $1,710.00 W 2250F-RBW Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (RED/WHITE - BLUE/WHITE) - REQUIRES CONTROLLER $1,710.00 W 2250F-BA Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (BLUE/AMBER) - REQUIRES CONTROLLER $1,710.00 W 2250F-BW Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (BLUE/WHITE) - REQUIRES CONTROLLER $1,710.00 W TLI2-2LIC-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2LIC-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (BLUE/WHITE).$450.00 W TLI2-2TAG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (One RED/WHITE & One BLUE/WHITE).$490.00 W TLI2-2TAG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (BLUE/WHITE).$490.00 W TLI2-2GATE-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2GATE-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate with smoked lenses (BLUE/WHITE).$450.00 W TLI2-4GATE-SMOKE-RB (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate with smoked lenses (RED/BLUE).$900.00 W TLI2-4GATE-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate with smoked lenses (BLUE/WHITE).$900.00 W TLI2-2GAP-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-2GAP-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper with smoked lenses (BLUE/WHITE).$450.00 W TLI2-2GAP-SMOKE-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper with smoked lenses (RED/BLUE).$450.00 FIRE / EMS REAR W TLI2-2LIC-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$440.00 W TLI2-2GATE-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (RED/WHITE).$435.00 W TLI2-2TAG-RAW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$475.00 W TLI2-2GATE-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$435.00 W TLI2-2GAP-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper (RED/WHITE).$435.00 W TLI2-2GAP-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper (One RED/WHITE & One AMBER/WHITE).$435.00 W TLI2-4GATE-RAW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$870.00 W STRIPLT-DUO-2RG-RA (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$540.00 W TLI3-2TAG-RAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/AMBER/WHITE).$540.00 W 2230F-RA Whelen 2250 series DUO colored flat 30" end light stick with 6 T-series light heads to used in rear window glass or exterior mount (RED/AMBER) - REQUIRES CONTROLLER $1,180.00 W 2230F-RW Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (RED/WHITE) - REQUIRES CONTROLLER $1,180.00 W 2240F-RA Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (RED/AMBER) - REQUIRES CONTROLLER $1,440.00 W 2240F-RW Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (RED/WHITE) - REQUIRES CONTROLLER $1,440.00 W 2250F-RA Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (RED/AMBER) - REQUIRES CONTROLLER $1,710.00 W 2250F-RW Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (RED/WHITE) - REQUIRES CONTROLLER $1,710.00 ARGES / HOWLER W ARGES1-F150-2 Dual Whelen Arges dedicated spot lamps with control head and F150 Utility specific driver and passenger Arges mounts. $2,320.00 W HOWLER-F150 Whelen low frequency supplemental siren, with F150 mounting bracket.$765.00 W ARGES1-F150-1 Whelen Arges dedicated spot lamp with control head with F150 Utility specific Arges mount.$1,305.00 TRACERS W TRACER60-DUO-F150-RBW (2) Whelen 60'' DUO color Tracers (5 lamp housing) with F150 mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$1,805.00 W TRACER60-DUO-F150-BW (2) Whelen 60'' DUO color Tracers (5 lamp housing) with F150 mounting brackets (BLUE/WHITE).$1,805.00 W TRACER60-DUO-F150-RW (2) Whelen 60'' DUO color Tracers (5 lamp housing) with F150 mounting brackets (RED/WHITE).$1,805.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TRACER60-DUO-F150-RWA (2) Whelen 60'' DUO color Tracers (5 lamp housing) with F150 mounting brackets (RED/AMBER WITH OVERRIDE TO WHITE).$1,805.00 LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-F150-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, HHS3200, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $3,475.00 W EDGE2-ROT-F150-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-F150-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-ROT-F150-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-F150-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W LEGACY-CHH-F150-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHI $4,710.00 W LEGACY-CROT-F150-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-F150-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-F150-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-F150-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CHH-F150-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-F150-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-F150-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-F150-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-C21B-DT-F150-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 LAW ENFORCEMENT UNMARKED PACKAGES W SLICK1-HH-F150-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (RED/BLUE).$3,500.00 W SLICK1-ROT-F150-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,205.00 W SLICK1-21B-F150-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,270.00 W SLICK1-HH-F150-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (BLUE).$3,410.00 W SLICK1-ROT-F150-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,205.00 W SLICK1-21B-F150-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,270.00 W SLICK2-CHH-F150-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-CHH-F150-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-F150-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-F150-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-DT-F150-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core-S, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-21B-DT-F150-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/WHITE FRONT WITH OVERRIDE TO WHITE AND RED/WHITE REAR WITH OVERRIDE TO AMBER). $5,760.00 W SLICK2-ROT-F150-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-F150-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,840.00 FIRE / EMS LIGHT BAR PACKAGES W EDGE2-21B-F150-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,745.00 W LEGACY-CHH-F150-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-CROT-F150-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-F150-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-F150-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-F150-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CROT-DT-F150-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 W LEGACY-C21B-DT-F150-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 W LIBERTY-OPTI-CROT-DT-F150-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 W LIBERTY-OPTI-C21B-DT-F150-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 FIRE / EMS UNMARKED PACKAGES W SLICK1-HH-F150-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (RED).$3,920.00 W SLICK1-ROT-F150-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,205.00 W SLICK1-21B-F150-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,270.00 W SLICK2-CHH-F150-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-ROT-F150-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 W SLICK2-21B-F150-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,840.00 F-SERIES FED-SIG LIGHTING LAW ENFORCEMENT FRONT FS MP2-2FOG-BW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (BLUE/WHITE).$405.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS MP2-2FOG-RBW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2GL-BW (2) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$405.00 FS MP2-2GL-RBW (2) Federal Signal MicroPulse ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2PB-BW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$405.00 FS MP2-2PB-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-4GL-BW (4) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$600.00 FS MP2-4GL-RBW (4) Federal Signal MicroPulse ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$600.00 FIRE / EMS FRONT FS MP2-2FOG-RW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (RED/WHITE).$405.00 FS MP2-2GL-RW (2) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$405.00 FS MP2-2PB-RW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$405.00 FS MP2-4GL-RW (4) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$600.00 LAW ENFORCEMENT SIDE FS FM2-PUSH-4-BW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (BLUE/WHITE).$915.00 FS FM2-PUSH-4-RB (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing(RED/BLUE).$730.00 FS MP2-2RD-BW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RD-RB (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$435.00 FS MP2-2RQG-BW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RQG-RB (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$435.00 FS MP2-4RQG-BW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$875.00 FS MP2-4RQG-RB (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$875.00 FS MP2-4WW-BW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$815.00 FS MP2-4WW-RB (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/BLUE).$815.00 FIRE / EMS SIDE FS FM2-PUSH-4-RW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/WHITE).$730.00 FS FM2-PUSH-4-RA (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/AMBER).$730.00 FS MP2-2RD-RW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RD-RA (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RA (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-4RQG-RW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$875.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS MP2-4RQG-RA (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/AMBER).$875.00 FS MP2-4WW-RW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/WHITE).$815.00 FS MP2-4WW-RA (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/AMBER).$815.00 LAW ENFORCEMENT REAR FS MP2-2GATE-BW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (BLUE/WHITE).$405.00 FS MP2-2GATE-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2HATCH-BW (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$405.00 FS MP2-2HATCH-RB (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$405.00 FS MP2-2LIC-BW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$405.00 FS MP2-2LIC-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2TAG-BW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (BLUE/WHITE).$440.00 FS MP2-2TAG-RBW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$440.00 FS MP2-4GATE-BW (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (BLUE/WHITE).$815.00 FS MP2-4GATE-RB (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (RED/BLUE).$815.00 FS SML8-B Federal Signal Latitude Signal Mater traffic advisor with (BLUE)LEDs.$645.00 FS SML8-RB Federal Signal Latitude Signal Mater traffic advisor with 1/2 (RED) and 1/2 (BLUE)LEDs.$645.00 FS F150-DPIL-RBW Federal Signal MicroPulse Ultra D-Pillar Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/BLUE/WHITE).$2,000.00 FIRE / EMS REAR FS MP2-2GATE-RAW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$405.00 FS MP2-2HATCH-RA (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$405.00 FS MP2-2LIC-RAW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$405.00 FS MP2-2TAG-RAW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$440.00 FS MP2-4GATE-RAW (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$815.00 FS SML8-R Federal Signal Latitude Signal Mater traffic advisor with (RED)LEDs.$645.00 FS SML8-RW Federal Signal Latitude Signal Mater traffic advisor with alternating (RED/WHITE)LEDs.$645.00 FS SML8-RA Federal Signal Latitude Signal Mater traffic advisor with alternating (RED/AMBER)LEDs.$645.00 FS F150-DPIL-RAW Federal Signal MicroPulse Ultra D-Pillar Lighting System with (6) Tri color micropulse LEDs and vehicle specific mounting bracket(RED/AMBER/WHITE).$2,000.00 RUMBLER FS F150-RUMBLER Federal Signal RUMBLER low frequency speakers for use with sirens with integrated Rumbler capability $815.00 MIRROR FS F150-MIR-MPS-2-RBW Federal Signal vehicle specific under mirror mounted MicroPulse Wide Angle 9 Tri colored LED's (RED/BLUE/WHITE).$810.00 FS F150-MIR-MPS-2-RAW Federal Signal vehicle specific under mirror mounted MicroPulse Wide Angle 9 Tri colored LED's (RED/AMBER/WHITE).$810.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION RUNNING BOARD LIGHT FS DR6-F150-RBW Federal Signal 72" Running board light with tri-colored lens (RED/BLUE/WHITE).$2,990.00 FS DR6-F150-BAW Federal Signal 72" Running board light with tri-colored lens (BLUE/AMBER/WHITE).$2,990.00 FS DR6-F150-RAW Federal Signal 72" Running board light with tri-colored lens (RED/AMBER/WHITE).$2,990.00 FS DR6-SMOKE-F150-RBW Federal Signal 72" Running board light with tri-colored SMOKED lens (RED/BLUE/WHITE)$3,135.00 LAW ENFORCEMENT LIGHT BAR PACKAGES FS ALGT53-PHHS-F150-RBWA Federal Signal 53" Allegiant MAX LED Lightbar dual color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-PHHS-F150-BWA Federal Signal 53" Allegiant MAX LED Lightbar dual color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER)left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,810.00 FS ALGT53-P21-F150-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P21-F150-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-P17BRK-F150-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER)left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,380.00 FS ALGT53-P21-DT-F150-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-P17BRK-DT-F150-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-P17BRK-DT-F150-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-PF400-DT-LF-F150-RBWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,735.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS ALGT53-PF400-DT-LF-F150-BWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,735.00 FS VALOR51-P21-F150-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-P21-F150-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-P17BRK-F150-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P17BRK-F150-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P21-DT-F150-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P21-DT-F150-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P17BRK-DT-F150-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-P17BRK-DT-F150-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-PF400-DT-LF-F150-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,395.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS VALOR51-PF400-DT-LF-F150-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,395.00 FIRE / EMS LIGHT BAR PACKAGES FS ALGT53-P17BRK-DT-F150-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-P21-DT-F150-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-P21-F150-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $5,410.00 FS ALGT53-PF400-DT-LF-F150-RWA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,735.00 FS ALGT53-PF400Q-DT-LF-F150-RWGA Federal Signal 53" Allegiant MAX LED Lightbar TRI color w/sync capability (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,880.00 FS ALGT53-PHHS-F150-RWA Federal Signal 53" Allegiant MAX LED Lightbar dual color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Handheld light and siren controller, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $4,170.00 FS VALOR51-P17BRK-DT-F150-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-P17BRK-F150-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P21-DT-F150-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P21-F150-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 BUTTON PATHFINDER light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS VALOR51-PF400-DT-LF-F150-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,395.00 FS VALOR51-PF400Q-DT-LF-F150-RWGA Federal Signal 51" Valor LED Lightbar, TRI Color (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 Button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,540.00 LAW ENFORCEMENT UNMARKED PACKAGES FS SLICK3-PHHS-F150-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller , (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,895.00 FS SLICK3-PHHS-F150-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller , (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,895.00 FS SLICK3-P21-F150-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,880.00 FS SLICK3-P21-F150-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,880.00 FS SLICK3-P17BRK-F150-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P17BRK-F150-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P21-DT-F150-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P21-DT-F150-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P17BRK-DT-F150-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 FS SLICK3-P17BRK-DT-F150-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 FS SLICK3-DPIL-P21-DT-F150-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal D-Pillar Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise light systems, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS SLICK3-DPIL-P21-DT-F150-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal D-Pillar Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise light systems, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-DPIL-P17BRK-DT-F150-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and Federal Signal D-Pillar Bracket Vehicle Specific including (6) Tri-Color (RED/BLUE/AMBER) MicroPulses, Full Cruise light systems, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FS SLICK3-DPIL-P17BRK-DT-F150-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and Federal Signal D-Pillar Bracket Vehicle Specific including (6) Tri-Color (BLUE/WHITE/AMBER) MicroPulses, Full Cruise light systems, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FS SLICK3-DUAL-P21-DT-F150-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/BLUE/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $6,915.00 FS SLICK3-DUAL-P21-DT-F150-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (BLUE/WHITE/AMBER) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $6,915.00 FS SLICK3-DUAL-P17BRK-DT-F150-RBWA Federal Signal Spectralux tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/BLUE/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $6,985.00 FS SLICK3-DUAL-P17BRK-DT-F150-BWA Federal Signal Spectralux tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (BLUE/WHITE/AMBER) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $6,985.00 FIRE / EMS UNMARKED PACKAGES FS SLICK3-PHHS-F150-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front and (RED/WHITE/AMBER) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller , (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $3,895.00 FS SLICK3-P21-F150-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,860.00 FS SLICK3-P17BRK-F150-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,835.00 FS SLICK3-P21-DT-F150-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,555.00 FS SLICK3-P17BRK-DT-F150-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor package with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,525.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS SLICK3-DPIL-P21-DT-F150-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal D-Pillar Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruiselight systems, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,735.00 FS SLICK3-DPIL-P17BRK-DT-F150-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and Federal Signal D-Pillar Bracket Vehicle Specific including (6) Tri-Color (RED/AMBER/WHITE) MicroPulses, Full Cruise light systems, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller with dual tones and/or Rumbler siren amp built in, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and expansion module. $5,705.00 FS SLICK3-DUAL-P21-DT-F150-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/AMBER/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 21 button light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $7,015.00 FS SLICK3-DUAL-P17BRK-DT-F150-RAW Federal Signal Spectralux tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor, Full Cruise and Amber Traffic Advisor Functions, Federal Signal D-Pillar Complete System (6) (RED/AMBER/WHITE) MicroPulses, Shroud & Bracket, (2) harnesses and Expmod24 Expansion Module Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated 17 button and Rotary Knob light and siren controller, 100-watt SAE approved siren speaker with vehicle specific mounting bracket, Data cable, and 2nd expansion module. $6,985.00 F-SERIES TROY CONSOLE & CAGES CONSOLES TP FSERIES-CON14 TROY PRODUCTS 14''console with 7'' slope / 7'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $995.00 TP FSERIES-WBCON16 TROY PRODUCTS 16'' F150 wide-body console with 7'' slope / 9' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & cutouts to relocate OEM outlets. (No floorplate needed.) $1,170.00 TP FSERIES-WBCON18-PRT TROY PRODUCTS 20'' F150 wide-body console with 7'' slope / 13'' level w/printer module in open storage area on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. (No floorplate needed.) $1,390.00 TP FSERIES-WBCON20 TROY PRODUCTS 20'' F150 wide-body console with 7'' slope / 13'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. (No floorplate needed.) $1,210.00 TP FSERIES-WBCON16-FB TROY PRODUCTS 16'' F150 wide-body console with 7'' slope / 9'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking lidded file box that bolts to the rear of wide-body console with large leather pad. (No floorplate needed.) $1,390.00 TP FSERIES-CON-OH TROY PRODUCTS 7" overhead console for remote-head components.$480.00 PARTITIONS TP FSERIES-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for F-Series pickups.$1,540.00 TP FSERIES-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for F-series pickups.$1,510.00 SEATS & CAGES TP FSERIES-SEAT TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes cab rear window screen.$3,405.00 TP FSERIES-1/2CAGE TROY PRODUCTS F-150 single cell transport system with removable center panel, seat storage box, cab window screen, cab rear wall panel and passenger side diamond pattern window screen. (Note: Requires removal of entire rear seat.)$4,995.00 TP FSERIES-SWB TROY PRODUCTS driver & passenger side diamond-punched window guards WITH Rear window screen, diamond-punched.$595.00 TP FSERIES-DP-SET TROY PRODUCTS F-150 DRIVER AND PASSENGER DOOR PANEL SET.$395.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP F150 1/2CAGE OPTIONS TROY PRODUCTS F150 single-cell optional floor mount, 1 hinged lid storage box, 1 sliding drawer storage box for driver side.$2,480.00 COMPUTER STANDS TP FSERIES-COMP-SA TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$670.00 TP FSERIES-COMP-SL TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$785.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$460.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$600.00 FREE STANDING GUN MOUNT TP F150-GM-FREE TROY PRODUCTS free-standing dual-weapon gun mount for the F150 PPV/SSV, required for applications where a front partition is not present.$1,100.00 F-SERIES SETINA CONSOLE & CAGES PARTITIONS SET FSERIES-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,835.00 SEATS & CAGES SET FSERIES-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate with OEM rear seat.$2,245.00 SET FSERIES-DOOR Setina door panels, F150 ONLY.$610.00 SET FSERIES-SWB Setina HORIZONTAL window armor bars, F150 ONLY.$625.00 FREE STANDING GUN MOUNT SET FSERIES-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$660.00 GUN BOXES SET FSERIES-GBOX-US Setina under seat storage box, powder coated black.$1,465.00 F-SERIES PROGARD CONSOLE & CAGES PARTITIONS PG FSERIES-PART Pro-Gard poly prisoner cage with center slider window includes expanded metal insert and full extention panels (F150 ONLY)$1,770.00 SEATS & CAGES PG FSERIES-1/2CAGE Pro-Gard single compartment prisoner cage Pro-cell, ½ Partition with OEM rear seat.$2,845.00 PG FSERIES-DOOR Pro-Gard door panels, F150 ONLY.$390.00 PG FSERIES-SWB Pro-Gard window armor bars, F150 ONLY.$550.00 F-SERIES HAVIS CONSOLE & COMPUTER MOUNTS HAV FSERIES-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,035.00 HAV FSERIES-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$760.00 HAV FSERIES-CON18 Havis 18''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,115.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION HAV FSERIES-CON30 Havis 30''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,230.00 F-SERIES VAULT/GUN BOX TROY PRODUCTS TP FSERIES-USGB TROY PRODUCTS under seat flip up lid gun box with mounting brackets (fits under rear fold up seat).$1,085.00 FORD F-SERIES K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$5,095.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,455.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$805.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$245.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$205.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,855.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $5,990.00 HAVIS MOUNTS HAV FSERIES-K9 Havis K9 Transport system powder coated white.$6,825.00 ACE K9 AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $3,500.00 AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $4,340.00 AK9 HA-2520-AWD K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html $4,080.00 AK9 HP-5020-AWD Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html. $4,895.00 RAM BALLISTICS ANGEL ARMOR AA RAM-3A-D ANGEL ARMOR LEVEL IIIa FRONT DRIVER DOOR FOR (2019+RAM) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 AA RAM-3A-P ANGEL ARMOR LEVEL IIIa FRONT PASSENGER DOOR FOR (2019+RAM) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION RAM PUSH BUMPERS PROGARD PG RAM-PB Pro-Gard push bumper.$1,000.00 SETINA SET RAM-PB Setina push bumper.$1,060.00 SET RAM-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,740.00 SET RAM-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$2,060.00 RAM WHELEN LIGHTING LAW ENFORCEMENT FRONT W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$865.00 W TLI2-2FOG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (ONE RED/WHITE AND ONE BLUE/WHITE).$435.00 W TLI2-2PB-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-2GL-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-4GL-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$870.00 W STRIPLT-DUO-2GL-RBW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$475.00 W STRIPLT-DUO-4GL-RBW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$950.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$465.00 W TLI2-2FOG-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$435.00 W TLI2-2PB-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$435.00 W TLI2-2GL-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$435.00 W TLI2-4GL-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$1,350.00 W STRIPLT-DUO-2GL-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$475.00 W STRIPLT-DUO-4GL-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$950.00 W TLI2X-2GL-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 W TLI2-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 W TLI2-4GL-SMOKE-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (Two RED/WHITE & Two BLUE/WHITE).$900.00 W TLI2X-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2PB-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2X-2GL-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-4GL-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$900.00 W TLI2-2FOG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-2PB-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper with smoked lenses (BLUE/WHITE).$450.00 W TLI2X-4GL-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille with smoked lenses (BLUE/WHITE).$895.00 W TLI2X-2FOG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position with smoked lenses (ONE RED/WHITE AND ONE BLUE/WHITE).$450.00 W HLF-TLF-CORE CORE TO FLASH HEAD LIGHTS AND TAIL LIGHTS (MAY REQUIRE EXPANSION MODULE)$155.00 FIRE / EMS FRONT W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$595.00 W TLI2-2PB-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$435.00 W TLI2-2FOG-RW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$675.00 W TLI2-2GL-RW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$435.00 W TLI2-4GL-RW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$1,350.00 W STRIPLT-DUO-2GL-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$475.00 W STRIPLT-DUO-4GL-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$950.00 LAW ENFORCEMENT SIDE W TLI2-2RD-RB (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W TLI2-2RQG-RB (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$460.00 W TLI2-4RQG-RB (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$925.00 W TLI2-4WW-RB (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$870.00 W STRIPLT-DUO-2RD-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$540.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$950.00 W TLI2-2RD-BW (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$525.00 W TLI2-2RQG-BW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$460.00 W TLI2-4RQG-BW (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$925.00 W TLI2-4WW-BW (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$870.00 W STRIPLT-DUO-2RD-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$540.00 W STRIPLT-DUO-2RQG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$540.00 W STRIPLT-DUO-4RQG-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$950.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W VX2-2FB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/BLUE) - REQUIRES CONTROLLER $435.00 W VX2-2RB-RB (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/BLUE). - REQUIRES CONTROLLER $435.00 W VX2-2FB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-BW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (BLUE/WHITE). - REQUIRES CONTROLLER $435.00 FIRE / EMS SIDE W TLI2-2RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$460.00 W TLI2-4RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$925.00 W TLI2-4WW-RW (4) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$870.00 W STRIPLT-DUO-2RD-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$540.00 W STRIPLT-DUO-2RQG-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$575.00 W STRIPLT-DUO-4RQG-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$950.00 W VX2-2FB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RW (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/WHITE). - REQUIRES CONTROLLER $435.00 W VX2-2FB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower front bumper shroud forward of front tire (RED/AMBER). - REQUIRES CONTROLLER $435.00 W VX2-2RB-RA (2) Whelen VX-Series DUAL color ultra thin light push in style LED light heads mounted (1) per side to lower rear bumper shroud aft of rear tire (RED/AMBER). - REQUIRES CONTROLLER+C2 $435.00 LAW ENFORCEMENT REAR W TLI2-2HATCH-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$435.00 W TLI2-2LIC-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-2TAG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$475.00 W TLI2-2GATE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-4GATE-RB (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$870.00 W STRIPLT-DUO-2RG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$540.00 W TLI2-2HATCH-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$435.00 W TLI2-2LIC-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$435.00 W TLI2-2TAG-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$475.00 W TLI2-2GATE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$435.00 W TLI2-2GAP-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper (RED/BLUE).$435.00 W TLI2-4GATE-BW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$870.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-2GAP-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper (One RED/WHITE & One BLUE/WHITE).$435.00 W TLI2-2GAP-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper(BLUE/WHITE).$435.00 W STRIPLT-DUO-2RG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$540.00 W TLI3-2TAG-RBW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/BLUE/WHITE).$540.00 W TLI3-2TAG-BAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO BLUE/AMBER/WHITE).$540.00 W 2230F-RBA Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (RED/AMBER - BLUE/AMBER) - REQUIRES CONTROLLER $1,180.00 W 2230F-RBW Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (RED/WHITE - BLUE/WHITE) - REQUIRES CONTROLLER $1,180.00 W 2230F-BA Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (BLUE/AMBER) - REQUIRES CONTROLLER $1,180.00 W 2230F-BW Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (BLUE/WHITE) - REQUIRES CONTROLLER $1,180.00 W 2240F-RBA Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (RED/AMBER - BLUE/AMBER) - REQUIRES CONTROLLER $1,440.00 W 2240F-RBW Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (RED/WHITE - BLUE/WHITE) - REQUIRES CONTROLLER $1,440.00 W 2240F-BA Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (BLUE/AMBER) - REQUIRES CONTROLLER $1,440.00 W 2240F-BW Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (BLUE/WHITE) - REQUIRES CONTROLLER $1,440.00 W 2250F-RBA Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (RED/AMBER - BLUE/AMBER) - REQUIRES CONTROLLER $1,710.00 W 2250F-RBW Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (RED/WHITE - BLUE/WHITE) - REQUIRES CONTROLLER $1,710.00 W 2250F-BA Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (BLUE/AMBER) - REQUIRES CONTROLLER $1,710.00 W 2250F-BW Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (BLUE/WHITE) - REQUIRES CONTROLLER $1,710.00 W TLI2-2LIC-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2LIC-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically with smoked lenses (BLUE/WHITE).$450.00 W TLI2-2TAG-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (One RED/WHITE & One BLUE/WHITE).$490.00 W TLI2-2TAG-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket with smoked lenses (BLUE/WHITE).$490.00 W TLI2-2GATE-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2GATE-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate with smoked lenses (BLUE/WHITE).$450.00 W TLI2-4GATE-SMOKE-RB (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate with smoked lenses (RED/BLUE).$900.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-4GATE-SMOKE-BW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate with smoked lenses (BLUE/WHITE).$900.00 W TLI2-2GAP-SMOKE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper with smoked lenses (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2GAP-SMOKE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper with smoked lenses (BLUE/WHITE).$450.00 W TLI2-2GAP-SMOKE-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper with smoked lenses (RED/BLUE).$450.00 FIRE / EMS REAR W TLI2-2HATCH-RA (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$435.00 W TLI2-2LIC-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$440.00 W TLI2-2TAG-RAW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$475.00 W TLI2-2GATE-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (RED/WHITE).$435.00 W TLI2-2GATE-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$435.00 W TLI2-2GAP-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper (RED/WHITE).$435.00 W TLI2-2GAP-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted in gap between tail gate and bumper (One RED/WHITE & One AMBER/WHITE).$435.00 W TLI2-4GATE-RAW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$870.00 W STRIPLT-DUO-2RG-RA (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$540.00 W TLI3-2TAG-RAW (2) Whelen T-Series TRIO color ultra thin light mounted on a tag bracket (TWO RED/AMBER/WHITE).$540.00 W 2230F-RA Whelen 2250 series DUO colored flat 30" end light stick with 6 T-series light heads to used in rear window glass or exterior mount (RED/AMBER) - REQUIRES CONTROLLER $1,180.00 W 2230F-RW Whelen 2250 series DUO colored flat end 30" light stick with 6 T-series light heads to used in rear window glass or exterior mount (RED/WHITE) - REQUIRES CONTROLLER $1,180.00 W 2240F-RA Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (RED/AMBER) - REQUIRES CONTROLLER $1,440.00 W 2240F-RW Whelen 2250 series DUO colored flat end 40" light stick with 8 T-series light heads to used in rear window glass or exterior mount (RED/WHITE) - REQUIRES CONTROLLER $1,440.00 W 2250F-RA Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (RED/AMBER) - REQUIRES CONTROLLER $1,710.00 W 2250F-RW Whelen 2250 series DUO colored flat end 50" light stick with 10 T-series light heads to used in rear window glass or exterior mount (RED/WHITE) - REQUIRES CONTROLLER $1,710.00 LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-RAM-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, HHS3200, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $3,475.00 W EDGE2-ROT-RAM-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W EDGE2-21B-RAM-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-ROT-RAM-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W EDGE2-21B-RAM-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,745.00 W LEGACY-CHH-RAM-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-RAM-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-RAM-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-RAM-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-RAM-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CHH-RAM-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-RAM-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-C21B-RAM-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-RAM-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-RAM-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 FIRE / EMS LIGHT BAR PACKAGES W EDGE2-21B-RAM-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,745.00 W LEGACY-CHH-RAM-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-RAM-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-C21B-RAM-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,710.00 W LEGACY-CROT-DT-RAM-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-C21B-DT-RAM-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,630.00 W LEGACY-CROT-DT-RAM-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 W LEGACY-C21B-DT-RAM-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,630.00 W LIBERTY-OPTI-CROT-DT-RAM-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 W LIBERTY-OPTI-C21B-DT-RAM-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $7,410.00 RAM FED-SIG LIGHTING LAW ENFORCEMENT FRONT FS MP2-2FOG-BW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (BLUE/WHITE).$405.00 FS MP2-2FOG-RBW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2GL-BW (2) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$405.00 FS MP2-2GL-RBW (2) Federal Signal MicroPulse ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2PB-BW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$405.00 FS MP2-2PB-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-4GL-BW (4) Federal Signal MicroPulse ultra thin light mounted in grille (BLUE/WHITE).$600.00 FS MP2-4GL-RBW (4) Federal Signal MicroPulse ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$600.00 FIRE / EMS FRONT FS MP2-2FOG-RW (2) Federal Signal MicroPulse ultra thin light mounted in the fog light position (RED/WHITE).$405.00 FS MP2-2GL-RW (2) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$405.00 FS MP2-2PB-RW (2) Federal Signal MicroPulse ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$405.00 FS MP2-4GL-RW (4) Federal Signal MicroPulse ultra thin light mounted in grille (RED/WHITE).$600.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LAW ENFORCEMENT SIDE FS FM2-PUSH-4-BW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (BLUE/WHITE).$915.00 FS FM2-PUSH-4-RB (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing(RED/BLUE).$730.00 FS MP2-2RD-BW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RD-RB (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$435.00 FS MP2-2RQG-BW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$435.00 FS MP2-2RQG-RB (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$435.00 FS MP2-4RQG-BW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$875.00 FS MP2-4RQG-RB (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$875.00 FS MP2-4WW-BW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$815.00 FS MP2-4WW-RB (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/BLUE).$815.00 FIRE / EMS SIDE FS FM2-PUSH-4-RW (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/WHITE).$730.00 FS FM2-PUSH-4-RA (4) Federal Signal flush mount dual-color perimiter warning light mounted lower front and rear quarters in bumper shroud side facing (RED/AMBER).$730.00 FS MP2-2RD-RW (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RD-RA (2) Federal Signal MicroPulse ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RW (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-2RQG-RA (2) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$435.00 FS MP2-4RQG-RW (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$875.00 FS MP2-4RQG-RA (4) Federal Signal MicroPulse ultra thin light mounted rear quarter glass with L-brackets (RED/AMBER).$875.00 FS MP2-4WW-RW (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/WHITE).$815.00 FS MP2-4WW-RA (4) Federal Signal MicroPulse ultra thin light mounted (1) over each wheel well (RED/AMBER).$815.00 LAW ENFORCEMENT REAR FS MP2-2GATE-BW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (BLUE/WHITE).$405.00 FS MP2-2GATE-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2HATCH-BW (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$405.00 FS MP2-2HATCH-RB (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$405.00 FS MP2-2LIC-BW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$405.00 FS MP2-2LIC-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2TAG-BW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (BLUE/WHITE).$440.00 FS MP2-2TAG-RBW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$440.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS MP2-2HATCH-RB (2) Federal Signal MicroPulse ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$405.00 FS MP2-2LIC-BW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$405.00 FS MP2-2LIC-RBW (2) Federal Signal MicroPulse ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$405.00 FS MP2-2TAG-BW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (BLUE/WHITE).$440.00 FS MP2-2TAG-RBW (2) Federal Signal MicroPulse ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$440.00 FS MP2-4GATE-BW (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (BLUE/WHITE).$815.00 FS MP2-4GATE-RB (4) Federal Signal MicroPulse ultra thin light surface mounted to tail gate (RED/BLUE).$815.00 FS SML8-B Federal Signal Latitude Signal Mater traffic advisor with (BLUE)LEDs.$645.00 FS SML8-RB Federal Signal Latitude Signal Mater traffic advisor with 1/2 (RED) and 1/2 (BLUE)LEDs.$645.00 RUMBLER FS RAM-RUMBLER Federal Signal RUMBLER low frequency speakers for use with sirens with integrated Rumbler capability $815.00 RUNNING BOARD LIGHT FS DR6-RAM-RBW Federal Signal 72" Running board light with tri-colored lens (RED/BLUE/WHITE).$2,660.00 FS DR6-RAM-BAW Federal Signal 72" Running board light with tri-colored lens (BLUE/AMBER/WHITE).$2,660.00 FS DR6-RAMRAW Federal Signal 72" Running board light with tri-colored lens (RED/AMBER/WHITE).$2,660.00 FS DR6-SMOKE-RAM-RBW Federal Signal 72" Running board light with tri-colored SMOKED lens (RED/BLUE/WHITE)$2,790.00 LAW ENFORCEMENT LIGHT BAR PACKAGES FS ALGT53-P21-DT-RAM-BWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-P17BRK-DT-RAM-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-P17BRK-DT-RAM-BWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-PF400-DT-LF-RAM-RBWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,735.00 FS ALGT53-PF400-DT-LF-RAM-BWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,735.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS VALOR51-P21-RAM-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,100.00 FS VALOR51-P21-RAM-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-P17BRK-RAM-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P17BRK-RAM-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P21-DT-RAM-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P21-DT-RAM-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P17BRK-DT-RAM-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-P17BRK-DT-RAM-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-PF400-DT-LF-RAM-RBWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED/BLUE WITH OVERRIDE TO WHITE AND REAR RED/BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,095.00 FS VALOR51-PF400-DT-LF-RAM-BWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT BLUE WITH OVERRIDE TO WHITE AND REAR BLUE WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,095.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FIRE / EMS LIGHT BAR PACKAGES FS ALGT53-P17BRK-DT-RAM-RWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,945.00 FS ALGT53-P21-DT-RAM-RWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, expansion module, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $5,975.00 FS ALGT53-PF400-DT-LF-RAM-RWA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,735.00 FS ALGT53-PF400Q-DT-LF-RAM-RWGA Federal Signal 53" Allegiant MAX LED Lightbar, dual color (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) left flood, right flood, full flood capability, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $7,880.00 FS VALOR51-P17BRK-DT-RAM-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $6,880.00 FS VALOR51-P17BRK-RAM-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 17 button and Rotary Knob Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,040.00 FS VALOR51-P21-DT-RAM-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and dual tone siren controller, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speaker with vehicle specific mounting brackets. $6,910.00 FS VALOR51-P21-RAM-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder can bus integrated 21 button Pathfinder light and siren controller, vehicle specific ODBII interface cable, expansion module, and 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $6,070.00 FS VALOR51-PF400-DT-LF-RAM-RWA Federal Signal 51" Valor LED Lightbar, TRI Color (FRONT RED WITH OVERRIDE TO WHITE AND REAR RED WITH OVERRIDE TO AMBER) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,095.00 FS VALOR51-PF400Q-DT-LF-RAM-RWGA Federal Signal 51" Valor LED Lightbar, TRI Color (RED/WHITE FRONT, RED/GREEN CORNERS, RED/AMBER REAR) full with white flood capability, Solaris™ optics equipped standard flashing and/or steady burning takedown and alley assemblies, rear amber traffic advisor and 5-year warranty on LED components, vehicle specific hook kit, Pathfinder 400 Q-TONE can bus integrated 17 button and Rotary Knob Pathfinder light and Dual Tone siren controller with pair of Rumbler low frequecy speakers, vehicle specific ODBII interface cable, (2) expansion modules, and (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets. $8,235.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LAW ENFORCEMENT UNMARKED PACKAGES FS SLICK3-PHHS-RAM-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear CN Signal master package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller , (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $4,170.00 FS SLICK3-PHHS-RAM-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front and (BLUE/AMBER) rear CN Signal master package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller , (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $4,170.00 FS SLICK3-P21-RAM-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front and (RED/BLUE/AMBER) rear visor warning light with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,915.00 FS SLICK3-P21-RAM-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front and (BLUE/WHITE/AMBER) rear visor warning light with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,915.00 FS SLICK3-P17BRK-RAM-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor warning light with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,885.00 FS SLICK3-P17BRK-RAM-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor warning light with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,885.00 FS SLICK3-P21-DT-RAM-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor warning light with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,605.00 FS SLICK3-P21-DT-RAM-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor warning light with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,605.00 FS SLICK3-P17BRK-DT-RAM-RBWA Federal Signal Spectralux ILS tri color (RED/BLUE/WHITE) front visor and (RED/BLUE/AMBER) rear visor warning light with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,580.00 FS SLICK3-P17BRK-DT-RAM-BWA Federal Signal Spectralux ILS tri color (BLUE/WHITE) front visor and (BLUE/WHITE/AMBER) rear visor warning light with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,580.00 FIRE / EMS UNMARKED PACKAGES FS SLICK3-PHHS-RAM-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front and (RED/AMBER) rear CN Signal master package with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, hand held light and siren controller , (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket. $4,170.00 FS SLICK3-P21-RAM-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front and (RED/AMBER/WHITE) rear visor warning light with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 21 button light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,915.00 FS SLICK3-P17BRK-RAM-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor warning light with amber traffic advisor functions, 100/200-watt programmable, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller (dual tone siren capable with additional speaker purchase), (1) 100-watt SAE approved siren speaker with vehicle specific mounting bracket, and Data cable. $4,885.00 FS SLICK3-P21-DT-RAM-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor warning light with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 21 button light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,605.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS SLICK3-P17BRK-DT-RAM-RAW Federal Signal Spectralux ILS tri color (RED/AMBER/WHITE) front visor and (RED/AMBER/WHITE) rear visor warning light with amber traffic advisor functions, Federal Signal 200-watt Dual Tone, Full-Feature CAN bus integrated, 17 button and Rotary Knob light and siren controller, (2) 100-watt SAE approved siren speakers with vehicle specific mounting brackets, and Data cable. $5,580.00 RAM TROY CONSOLE & CAGES CONSOLES TP RAM-CON14 TROY PRODUCTS 14''console 2019 (CLASSIC) with 7'' slope / 7'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $995.00 TP RAM-WBCON16 TROY PRODUCTS 16'' wide-body console 2019 (CLASSIC) with 8'' slope/8'' level faceplate area and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,185.00 TP RAM-WBCON16-FB TROY PRODUCTS 16'' wide-body console 2019 (CLASSIC) with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking Lidded file box that bolts to the rear of wide-body console with large leather pad. $1,375.00 PARTITIONS TP RAM-PART-FIX TROY PRODUCTS fixed window 2019 (CLASSIC) all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for RAM pickups.$1,535.00 TP RAM-PART-SLIDE TROY PRODUCTS large window partition 2019 (CLASSIC) with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for RAM pickups.$1,505.00 SEATS & CAGES TP RAM-SWB TROY PRODUCTS 2019 (CLASSIC) driver & passenger side diamond-punched window guards WITH Rear window screen, diamond-punched.$590.00 COMPUTER STANDS TP RAM-COMP-SA TROY PRODUCTS 2019 (CLASSIC) stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$690.00 TP RAM-COMP-SL TROY PRODUCTS 2019 (CLASSIC) stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$820.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$460.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$600.00 RAM SETINA CONSOLE & CAGES PARTITIONS SET RAM-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,835.00 SEATS & CAGES SET RAM-1/2CAGE-CREW Setina 6VS single prisoner partition coated polycarbonate partition for RAM crew cab.$3,900.00 SET RAM-DOOR Setina door panels.$485.00 SET RAM-SWB-CREW Setina VS steel vertical crew cab window barrier compatible with stock door panels. $645.00 SET RAM-SWB-QUAD Setina VS steel vertical quad cab window barrier compatible with stock door panels. $645.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FREE STANDING GUN MOUNT SET RAM-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$550.00 RAM PROGARD CONSOLE & CAGES PARTITIONS PG RAM-PART Pro-gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,770.00 SEATS & CAGES PG RAM-SWB Pro-Gard steel window bars (for use with O.E.M. door panels only).$530.00 RAM HAVIS CONSOLE & COMPUTER MOUNTS HAV RAM-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,050.00 HAV RAM-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$790.00 HAV RAM-CON22 Havis vehicle specific 22''L x 10''H console includes (2) 12V outlets, USB/AUX relocation plate, (1) built in accessory pocket, (2) cupholders, side mount arm rest, and necessary blanks.$1,270.00 RAM K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$5,095.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,455.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$805.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$245.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$205.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,855.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $5,990.00 ACE K9 AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $3,500.00 AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $4,340.00 AK9 HA-2520-AWD K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html $4,080.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AK9 HP-5020-AWD Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and Ace WatchDog Unit hardware that plugs into Pro Alarm systems. AceWatchDog Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html. $4,895.00 RAM GFX GFX RAM-800mHz RAM 1500 SSV 0-1000 MHZ ANTENNA NO-CONNECTOR $195.00 GFX RAM-ANT-MULTI RAM 1500 SSV MULTI BAND ANTENNA CABLE-MINI UHF $0.00 GFX RAM-ARGES1 RAM 1500 SSV WHELEN ARGES Driver’s side - Procleara Lens, paddle control with 3 buttons, LED, and fender mount.$1,330.00 GFX RAM-ARM-BROTHER RAM 1500 SSV BROTHER ARMREST MOUNT PRINTER Replaces standard tilt/swivel arm rest with Havis C-ARPB-114 compatible with Brother 6 & 7 Pocket Jet roll-feed printers.$365.00 GFX RAM-ATB RAM 1500 SSV CROSS BODY TOOL BOX Weatherguard Saddle Box 21” wide, aluminum treadplate, clear Armor Tuf® powder coat finish, can be keyed alike for fleet.$1,260.00 GFX RAM-BAKFLIP-MX4-LB RAM 1500 SSV TONNEAU COVER – 5’ 7” BOX BakFlip MX4 Hard Folding Tonneau Cover – Full bed access, upgraded side rails, auto-latching side rails that automatically lock the MX4’s panels to prevent prying, and matte black finish. Supports 400lbs on top (evenly distributed) 5-year Warranty. $2,120.00 GFX RAM-BED-SLIDE-1000 RAM 1500 SSV BED SLIDE CLASSIC 1000 Bed Slide Bed Cargo System. Full pull out bed slide with 1000lbs capacity.$2,180.00 GFX RAM-BR###-TONNEAU RAM 1500 SSV HEADACHE RACK – 5’ 7” BOX Back Rack Headache Rack – Black powder coat finish, compatible with Tonneau Cover.$510.00 GFX RAM-BR15###TB RAM 1500 SSV HEADACHE RACK – 5’ 7” BOX Back Rack Headache Rack – Black powder coat finish, compatible with Tool Box.$510.00 GFX RAM-CORE-21B RAM 1500 SSV WHELEN CORE SYSTEM -21- Button Controller All the features of the Core Siren System with GFX’s Plug & Play integration with RDT-EAPEC1A Wire Harness and PDC. Our Plug & Play System eliminates soldiering and assures consistent wiring from vehicle to vehicle for easier service if needed. Includes: Horn Ring Transfer • Individual Light Head Control • Cruise Mode • Takedown • Park Kill • Traffic Advisor • Door Open • Weapon Lock Output • Load Management • Back Lighting • Day/Night Lighting • Flash Pattern Control • Front & Rear Wig Wag • Headlight Sense • Alarm Sense • PA System/Microphone $1,680.00 GFX RAM-CORE-CHH RAM 1500 SSV WHELEN CORE SYSTEM -14- Button hand held controller with microphone All the features of the Core Siren System with GFX’s Plug & Play integration with RDT-EAPEC1A Wire Harness and PDC. Our Plug & Play System eliminates soldiering and assures consistent wiring from vehicle to vehicle for easier service if needed. Includes: Horn Ring Transfer • Individual Light Head Control • Cruise Mode • Takedown • Park Kill • Traffic Advisor • Door Open • Weapon Lock Output • Load Management • Back Lighting • Day/Night Lighting • Flash Pattern Control • Front & Rear Wig Wag • Headlight Sense • Alarm Sense • PA System/Microphone $1,680.00 GFX RAM-CORE-ROT RAM 1500 SSV WHELEN CORE SYSTEM -13- Button with Rotary Knob & 4 Position Slide All the features of the Core Siren System with GFX’s Plug & Play integration with RDT-EAPEC1A Wire Harness and PDC. Our Plug & Play System eliminates soldiering and assures consistent wiring from vehicle to vehicle for easier service if needed. Includes: Horn Ring Transfer • Individual Light Head Control • Cruise Mode • Takedown • Park Kill • Traffic Advisor • Door Open • Weapon Lock Output • Load Management • Back Lighting • Day/Night Lighting • Flash Pattern Control • Front & Rear Wig Wag • Headlight Sense • Alarm Sense • PA System/Microphone $1,680.00 GFX RAM-DECKED RAM 1500 SSV DECKED TRUCK BED STORAGE SYSTEM Ultra-rugged full bed length, dual drawer, weatherproof, and tie downs.$2,275.00 GFX RAM-DONGLE RAM 1500 SSV PITCH BLACK DONGLE Provides additional black out features. Entire dash goes dark, brake & reverse lights are disabled. All lights reactivate at 15-mph. Customer must install and sign waiver.$85.00 GFX RAM-HARNESS-EXO RAM 1500 SSV WIRE HARNESS & POWER DISTRIBUTION CENTER - EXO Harness provides power for camera, computer, siren system, radio, modem/cradlepoint, radar, ticket printer, and lightbars, with both B+ and ignition where needed. Lighting circuits are routed throughout the vehicle for easy connection at the most popular lighting locations. Chassis ground points are extended to console. Power Distribution Center provides single point access to all fuses and relays for Emergency Equipment. $2,165.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION GFX RAM-HAV-CGX RAM 1500 SSV BATTERY DISCHARGE PROTECTION TIMER Features Havis Charge Guard Electrical Monitoring & Protection with adjustable timer.$285.00 GFX RAM-HAV-COMP-MOUNT RAM 1500 SSV HAVIS CONSOLE EQUIPMENT LAPTOP MOUNT WITH SWING ARM Mates to R-IHCCE1 providing motion device, tilt swivel and external mount heavy-duty Computer Mount Pole. Call GFX Law for additional docking and other Computer Mounting Systems. $545.00 GFX RAM-HAV-CON24 RAM 1500 SSV HAVIS 24” RAM SPECIFIC CONSOLE Features 24” of mounting space, includes fill plates to enclose top, includes cup holder and 2 side mount arm rests.$1,400.00 GFX RAM-HAV-K9 RAM 1500 SSV RAM 1500 SSV K-9 SYSTEM Havis Single Dog System with under Kennel Drawer System for electronics. Cool Guard plus Temp Monitoring System with window roll down and Pager System.$12,315.00 GFX RAM-INNER-FST-SOLO-RB RAM 1500 SSV FRONT VISOR MOUNTED WHELEN FST INNER EDGE – 10 LAMP WCX Features WeCanX programming capability, Takedown, Driver: Red & Passenger: Blue SOLO LED Lightheads.$1,290.00 GFX RAM-INNER-XLP-DUO-RBW RAM 1500 SSV FRONT VISOR MOUNTED WHELEN XLP INNER EDGE – 12 LAMP DUO WCX Features WeCanX programming capability, Driver: Red/White & Passenger: Blue/White DUO LED Lightheads.$2,135.00 GFX RAM-K9-DPOP RAM 1500 SSV DOOR POP RESCUE SYSTEM Allows passenger side rear door to be automatically opened for K9 deployment. Release fob has up to ¼ mile range.$1,325.00 GFX RAM-LEG54-SOLO-RB RAM 1500 SSV ROOF MOUNTED 54” WHELEN LEGACY SOLO WCX Features WeCanX programming capability, Alley, Takedown, Photocell, Driver: Red & Passenger: Blue SOLO LED Lightheads.$2,740.00 GFX RAM-LEG54-SOLO-RBA RAM 1500 SSV ROOF MOUNTED 54” WHELEN LEGACY DUO WCX Features WeCanX programming capability, Alley, Takedown, Photocell, Front: Red/White & Blue/White, Rear: Red/Amber & Blue/Amber DUO LED Lightheads.$3,515.00 GFX RAM-LIB54-DUO-RB RAM 1500 SSV ROOF MOUNTED 54” WHELEN LIBERTY II DUO™ WCX Features WeCanX programming capability, Alley, Takedown, Photocell, Front: Red/White & Blue/White, Rear: Red/Amber & Blue/Amber DUO LED Lightheads.$0.00 GFX RAM-LIB54-SOLO-RB RAM 1500 SSV ROOF MOUNTED 54” WHELEN LIBERTY II SOLO™ WCX Features WeCanX programming capability, Alley, Takedown, Photocell, Driver: Red & Passenger: Blue SOLO LED Lightheads.$3,475.00 GFX RAM-MOTO-2PC-TRANS RAM 1500 SSV PRE-WIRED MOTOROLA REMOTE MOUNT TRANSFER KIT Contains HKN4191B, HKN6188B & HKN6168B cabling and connectors compatible with Motorola APX and XTL two-piece radios.$445.00 GFX RAM-MOTO-SPEAKER RAM 1500 SSV PRE-WIRED MOTOROLA REMOTE SPEAKER KIT Console mounted with equipment bracket for clear unobstructioned sound.$235.00 GFX RAM-NOISE-I6 RAM 1500 SSV -I6- GROUND PACKAGE & ENGINE NOISE SUPPRESSION Features grounding straps on Engine Block (1), Exhaust System (3), Hood (1), and Tailgate (1).$635.00 GFX RAM-NOISE-V6 RAM 1500 SSV -V6- GROUND PACKAGE & ENGINE NOISE SUPPRESSION Features grounding straps on Engine Block (1), Exhaust System (3), Hood (1), and Tailgate (1).$635.00 GFX RAM-PART-10VS RAM 1500 SSV SETINA 10-VS STEEL PARTITION WITH POLYCARBONATE WINDOW Features sliding coated polycarbonate window with vinyl coated expanded metal security screen with 3” document slot.$1,435.00 GFX RAM-PLOCK RAM 1500 SSV PARK LOCK WITH CANbus OUTPUTS Park Lock disables the transmission shift when the key fob is not in the vehicle. Automatic engage and disengage, no operator input needed. CANbus Outputs provide vehicle signals with your Siren System. $945.00 GFX RAM-SA315P-2PB RAM 1500 SSV DUAL 100W PUSH BUMPER MOUNTED WHELEN SA315P SIREN SPEAKERS $730.00 GFX RAM-SA315P-GM RAM 1500 SSV SINGLE 100W INTERNAL MOUNTED WHELEN SA315P SIREN SPEAKER AND WHELEN BRACKET REQUIRES XEA TOW HOOKS $475.00 GFX RAM-SA315P-PB RAM 1500 SSV SINGLE 100W PUSH BUMPER MOUNTED WHELEN SA315P SIREN SPEAKER $475.00 GFX RAM-SENTRY RAM 1500 SSV SENTRY PROTECTION WITH INTELLIGENT SWITCH FUNCTION Provides rear of vehicle monitoring via Blind Spot Monitors and Rear Parking Sensors. If movement is detected, backup camera activates, reverse lights illuminate, additional output that can trigger other lights or warning systems is included. Intelligent Switch Function allows the Cruise Control switches to operate lights, push to talk, or other features without removing hands from wheel. $655.00 GFX RAM-SET-DWM RAM 1500 SSV SETINA DUAL WEAPON LOCK T-RAIL – 1 XL HANDCUFF & 1 SM CLAMP WITH CUT KEY Partition mounted for two rifles and/or shotguns. For more options, please contact GFX LAW.$865.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION GFX RAM-SET-DWM-HC RAM 1500 SSV SETINA DUAL WEAPON LOCK T-RAIL – 1 XL HANDCUFF & 1 SM CLAMP WITH HANDCUFF KEY Partition mounted for two rifles and/or shotguns. For more options, please contact GFX LAW.$865.00 GFX RAM-SET-PB400 RAM 1500 SSV SETINA PB400 PUSH BUMPER Features high strength aircraft grade aluminum and replaceable push pads.$770.00 GFX RAM-SET-PB450L4-RBW RAM 1500 SSV SETINA PB450L4 PUSH BUMPER WITH WHELEN ION LIGHTS – RED/BLUE (4) Features high strength aircraft grade aluminum and replaceable push pads. With two TRIO Lights recess mounted in top cross bar and two TRIO Lights mounted in side plates. Includes Independent Light Head Control. $1,405.00 GFX RAM-SET-SWM RAM 1500 SSV SETINA SINGLE WEAPON LOCK T-RAIL – 1 XL WITH CUT KEY Partition mounted for a single rifle or shotgun. For more options, please contact GFX LAW.$630.00 GFX RAM-SET-SWM-HC RAM 1500 SSV SETINA SINGLE WEAPON LOCK T-RAIL – 1 XL WITH HANDCUFF KEY Partition mounted for a single rifle or shotgun. For more options, please contact GFX LAW.$630.00 GFX RAM-SSV-PREP RAM 1500 SSV PREP PACKAGE L.E.D. red/white 6” Dome Light• Upfiting Wire Harness with Fuse Block • (3) 20-amp ignition • (3) 20-amp Battery Circuits available in cab • Black Ops Blackout System - Reduces interior lighting to lowest allowable intensity • Disables headlights, taillights, side marking lights • Brake & Reverse lights remain active • Lights reactivate at 15-mph • CANBus activated Headlight & Taillight Flash systems • Spotlight Pre-Wire. $2,610.00 GFX RAM-SWB RAM 1500 SSV SETINA STEEL VERTICAL WINDOW GUARDS Designed for high strength, visibility and ventilation.$510.00 GFX RAM-SWB-HORIZ RAM 1500 SSV SETINA STEEL HORIZONTAL REAR WINDOW GUARD Features high strength protection of rear truck window.$440.00 GFX RAM-UMIRROR-V-B RAM 1500 SSV BLUE/BLUE UNDER MIRROR WITH CLEAR PUDDLE LIGHTS – WHELEN LINSV2 Mounted under mirror for 180º side visibility and ground lighting while door is open.$660.00 GFX RAM-UMIRROR-V-R RAM 1500 SSV RED/RED UNDER MIRROR WITH CLEAR PUDDLE LIGHTS – WHELEN LINSV2 Mounted under mirror for 180º side visibility and ground lighting while door is open.$660.00 GFX RAM-UMIRROR-V-RB RAM 1500 SSV RED/BLUE UNDER MIRROR WITH CLEAR PUDDLE LIGHTS – WHELEN LINSV2 Mounted under mirror for 180º side visibility and ground lighting while door is open.$660.00 GFX RAM-WPHOTO RAM 1500 SSV PHOTOCELL SENSOR FOR WHELEN CORE/CANTROL Designed to allow for specific priority programming such as auto day/night light intensity. RECOMMENDED WITH INNER EDGE WHEN ROOF MOUNTED LIGHTBAR IS NOT PURCHASED. $155.00 GFX RAM-WSTRIP-2REAR-RBA RAM 1500 SSV RED/BLUE/AMBER REAR WINDOW LIGHTS – WHELEN MEGA T-SERIES ION TRIO Mounted in rear window for additional rear visibility.$760.00 GFX RAM-WSTRIP-2REAR-RBW RAM 1500 SSV RED/BLUE/WHITE REAR WINDOW LIGHTS – WHELEN MEGA T-SERIES ION TRIO Mounted in rear window for additional rear visibility.$760.00 GFX RAM-WTLI-2DOOR-B RAM 1500 SSV BLUE/BLUE B-PILLAR SIDE LIGHTS SOLO – WHELEN T-ION Mounted horizontally in the rear door window for additional side lighting.$660.00 GFX RAM-WTLI-2DOOR-R RAM 1500 SSV RED/RED B-PILLAR SIDE LIGHTS SOLO – WHELEN T-ION Mounted horizontally in the rear door window for additional side lighting.$660.00 GFX RAM-WTLI-2DOOR-RB RAM 1500 SSV RED/BLUE B-PILLAR SIDE LIGHTS SOLO – WHELEN T-ION Mounted horizontally in the rear door window for additional side lighting.$660.00 GFX RAM-WTLI-4GAP-B RAM 1500 SSV BLUE/BLUE QUAD (4) UNDER TAILGATE MOUNTED LIGHTS SOLO – WHELEN T-ION Mounted under tailgate for additional rear visibility.$815.00 GFX RAM-WTLI-4GAP-R RAM 1500 SSV RED/RED QUAD (4) UNDER TAILGATE MOUNTED LIGHTS SOLO – WHELEN T-ION Mounted under tailgate for additional rear visibility.$815.00 GFX RAM-WTLI-4GAP-RB RAM 1500 SSV RED/BLUE QUAD (4) UNDER TAILGATE MOUNTED LIGHTS SOLO – WHELEN T-ION Mounted under tailgate for additional rear visibility.$815.00 GFX RAM-WTLIX-4GL-B RAM 1500 SSV BLUE/BLUE INTERIOR GRILLE LIGHTS SOLO – WHELEN T-ION-QUAD Mounted behind grille for unmarked appearance. Four lights (4) Blue arranged in a “V” pattern-upgrade.$1,660.00 GFX RAM-WTLIX-4GL-RB RAM 1500 SSV RED/BLUE INTERIOR GRILLE LIGHTS SOLO – WHELEN T-ION-QUAD Mounted behind grille for unmarked appearance. Four lights (2) Red, (2) Blue arranged in a “V” pattern-upgrade.$830.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION GFX RAM-WTRACER60-RB RAM 1500 SSV DUO RED/BLUE UNDER VEHICLE LIGHTS – WHELEN TRACER LIGHTS 5-Lights. Call for other color combinations.$2,265.00 GFX RAM-WTRACER60-RBW RAM 1500 SSV DUO RED/WHITE-BLUE/WHITE UNDER VEHICLE LIGHTS – WHELEN TRACER LIGHTS 5-Lights. Call for other color combinations.$2,265.00 GFX RAM-WV2V RAM 1500 SSV V2V Sync Module (Requires Core System)$500.00 TRANSIT TROY COMPUTER STANDS TP TRANSIT-COMP-SL TROY PRODUCTS Transit stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$825.00 WAGONEER GFX GFX WAG-BOSS-VAULT1 WAGONEER BOSS STRONG BOX LONG GUN WEAPON VAULT-1-DRAWER 37L X 14.5W X 10D, 5 KEYS $2,495.00 GFX WAG-BOSS-VAULT-TOP WAGONEER BOSS STRONG BOX LONG GUN WEAPON VAULT-TOP LOADER-37L X 14W X 10D, 5 KEYS $950.00 GFX WAG-BOSS-VAULT-TOP-XL WAGONEER BOSS STRONG BOX LONG GUN WEAPON VAULT-TOP LOADER-41.5L X 10W X 8D, 5 KEYS $1,095.00 GFX WAG-CORE-CHH WAGONEER 14 Button hand held with microphone WHELEN CORE SYSTEM All the features of the Core Siren System with GFX’s Plug & Play integration with our EXO Wire Harness & PDC System. Eliminates soldering and assures consistent wiring from vehicle to vehicle for easier service if needed. Includes: Horn Ring Transfer • Individual Light Head Control • Cruise Mode • Takedown • Park Kill • Traffic Advisor • Weapon Lock Output • Load Management • Keypad Back Lighting • Day/Night Lighting • Flash Pattern Control • Front and Rear Wig Wag • Headlight Sense • Alarm Sense • PA System/Microphone JWS-EAPEB1A $1,810.00 GFX WAG-HARNESS WAGONEER WIRE HARNESS & POWER DISTRIBUTION CENTER Harness provides power for camera, computer, siren system, radio, modem/cradlepoint, radar, ticket printer, and lightbars, with both B+ and Ignition where needed. Lighting circuits are routed throughout the vehicle for easy connection at the most popular lighting locations. Chassis Ground points are extended to console. Power Distribution Center provides single point access to all fuses & relays for emergency equipment. $2,205.00 GFX WAG-INNER-FST-SOLO-RB WAGONEER FRONT VISOR MOUNTED WHELEN FST INNER EDGE-10 LAMP SOLO™ WCX Features WeCanX, Takedown, Driver: Red & Passenger: Blue SOLO LED Lightheads.$1,295.00 GFX WAG-REAR-INNER-DUO-RBA WAGONEER UPPER REAR WINDOW MOUNTED WHELEN RST INNER EDGE-10 LAMP DUO™ WCX Features WeCanX, Driver: Red/Amber & Passenger: Blue/Amber DUO LED Lightheads.$1,775.00 GFX WAG-SA315P WAGONEER SINGLE 100W INTERNAL MOUNTED WHELEN SA315P SIREN SPEAKER AND BRACKET $375.00 GFX WAG-WSTP WAGONEER WINDOW TINT - WINDSHIELD - SUN BAND Window Tint $135.00 GFX WAG-WTLI-2RQG-RB WAGONEER QUARTER WINDOW SIDE LIGHTS SOLO – WHELEN T-ION GFX exclusive shroud for reduced/eliminated back flash, mounted in the rear cargo window for additional side lighting. RED/BLUE $695.00 GFX WAG-WTLI-4GL-RB WAGONEER INTERIOR GRILLE LIGHTS SOLO – WHELEN T-ION-QUAD (4) Lights mounted behind front fascia grille for unmarked appearance. (2) RED/(2) BLUE $740.00 GFX-DUR-BLAWM-2 WAGONEER ALL WEATHER FLOOR MATS Blueline GFX Edition – Front & 2nd row floor mat set.$710.00 GFX-DUR-BLAWM-2 DURANGO ALL WEATHER FLOOR MATS Blueline GFX Edition-Front floor mat set.$160.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ACCESSORIES CAMERA OPTIONS LT CAMERA RELOCATE REMOVE CAMERA FROM TAILGATE AND INSTALL IN UTILITY BED BUMPER $375.00 LT CAMERA INSTALL INSTALL FACTORY ORDERED/OEM CAMERA IN REAR BUMPER IF EQUIPED $185.00 LT CAMERA-LG REMOVE / REINSTALL FACTORY CAMERA IN LIFT GATE.$385.00 LT REVERSE-LG REMOVE / RE-INSTALL FACTORY REVERSE SENSORS IN LIFT GATE $275.00 SPRAY LINER LT SOB SB89 SPRAY IN LINER IN CARGO AREA FOR 8' AND 9' BODY $930.00 LT SOB SB89 BT SPRAY LINER ON COMPARTMENT TOPS IN CONJUNCTION W/ CARGO AREA FOR 8' AND 9' BODY $365.00 LT SOB SB11 SPRAY IN LINER IN CARGO AREA FOR 11' BODY $1,180.00 LT SOB SB11 BT SPRAY LINER ON COMPARTMENT TOPS IN CONJUNCTION W/ CARGO AREA FOR 11' BODY $415.00 TRAILER ACCESSORIES LT 7/4 WIRE 7 way flat camper trailer wiring with 4 prong flat $120.00 LT CLV-FB Class V Hitch for Flat Bed $705.00 LT CLV-SB Class V Hitch for Service Body $705.00 UTILITY BODY ACCESSORIES LT FFK Knapheide Fuel Fill Kit for Ford bed removal applications.$465.00 LT PDL SB POWER DOOR LOCKS TIED TO OEM TRUCK KEYFOB $1,900.00 LT CTECH C TECH # 700104 5 DRAWER TOOL CHEST IN FRONT VERTICAL $1,975.00 LT AE6 AMERICAN EAGLE 6 DRAWER MECHANICS TOOLBOX # 24640 IN FRONT BIN $2,365.00 LT AE7 AMERICAN EAGLE 7 DRAWER MECHANICS TOOLBOX # 31850 IN FRONT BIN $2,490.00 LT COMP LT 89 LED STRIP LIGHT IN EACH COMPARTMENT TIED TO MASTER SWITCH IN CAB FOR 8' AND 9' BODY $845.00 LT COMP LT 11 LED STRIP LIGHT IN EACH COMPARTMENT TIED TO MASTER SWITCH IN CAB FOR 11' BODY $1,070.00 LT MLS-6 Master locking system 6-door bodies $915.00 LT MLS-8 Master locking system 8-door bodies $1,130.00 TOOL BOXES & STORAGE LT BOX36-UB Underbody 36X18X18 steel tool box, bolted under flat bed.$570.00 LT BOX48-UB Underbody 48X18X18 steel tool box, bolted under flat bed.$665.00 RACKS LT LADDER RACK HOLMAN BLACK ROUND TUBE STYLE OVER THE CAB LADDER RACK $2,240.00 LT RATCHET 4 FIXED RATCHET STRAPS FOR LADDER RACK $365.00 AMBER LIGHTING LT 4 CORNERS AW AMBER/WHITE STROBE LIGHT SYSTEM, 2-FRONT GRILLE, 2-REAR $980.00 LEE TRANS EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LIFT GATES LT LG13-2PC-PU Maxon C2-60-1342 TP38 1300 lb capacity pick up truck liftgate 55'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$4,550.00 LT LG13-2PC-SB Maxon C2-54-1342 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$5,145.00 LT LG16-ST41-RG Maxon C2-92-1650 TP41 1600 lb flat bed, stake and van body lift gate 87'' x 41''+ 6'' (includes duplicate STT lights).$5,510.00 FLATBEDS, STAKE SIDES, AND HOISTS LT PVMXS-95 Knapheide 9' DRW flat bed with smooth steel floor, integrated stake pockets for sides and rear, HD weld on headboard with window and screen, mud flaps, lights, gloss black finish req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $6,700.00 LT STAKE SIDES 9'ADD stake sides to 9' flatbed $2,740.00 LT E/H HOIST ADD electric/hydraulic hoist (no pto) single cylinder scissors hoist to 9' - 10' flatbed.$9,375.00 LT FLAT12 Knapheide 12' DRW flat bed with smooth steel floor, integrated stake pockets for sides and rear, HD weld on headboard with window and screen, mud flaps, lights, gloss black finish req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $7,310.00 LT STAKE SIDES 12'ADD stake sides to 12' flatbed $3,615.00 UTILITY BODIES 6.5' SINGLE REAR WHEEL LT 682 Knapheide 6.5' utility body for Silverado with 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,945.00 LT 682F Knapheide 6.5' flip top utility body for Silverado 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,165.00 8' SINGLE REAR WHEEL LT 696 Knapheide 8' SRW utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,945.00 LT 696F Knapheide 8' SRW flip top utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,165.00 8' DUAL REAR WHEEL LT 696D54 Knapheide 8' DRW utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,040.00 LT 696D54F Knapheide 8' DRW flip top utility body for 56'' CA $14,605.00 9' DUAL REAR WHEEL LT 6108D Knapheide 9' DRW utility body for 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,010.00 LT 6108D54 Knapheide 9' DRW Wide utility body 54'' Load Floor for 60'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,010.00 LT 6108D54F Knapheide 9' DRW Wide utility body with Flip Tops 54'' Load Floor for 60'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,445.00 11' DUAL REAR WHEEL LT 6132D54 Knapheide 11' DRW Wide utility body 54'' Load Floor for 84'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,460.00 LT 6132D54F Knapheide 11' DRW Wide utility body with Flip Tops 54'' Load Floor for 84'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,275.00 LEE TRANS EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION COVERED UTILITY BODIES 8' SINGLE REAR WHEEL LT KC96U1478 KNAPHEIDE 8' SRW Enclosed Body, 97.25'' Length, 62'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 44.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,485.00 LT KC96L1478 KNAPHEIDE 8' SRW Enclosed body, 97.25'' Length, 68'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,730.00 LT KC96M1478 KNAPHEIDE 8' SRW Enclosed body, 97.25'' Length, 78'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,050.00 9' DUAL REAR WHEEL LT KC108L2094 KNAPHEIDE 9' DRW Enclosed Body 107.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,315.00 LT KC108M2094 KNAPHEIDE 9' DRW Enclosed body, 107.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,795.00 LT KC108H2094 KNAPHEIDE 9' DRW Enclosed body, 107.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$23,160.00 11' DUAL REAR WHEEL LT KC132L2094 KNAPHEIDE 11' DRW Enclosed Body, 133.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$24,390.00 LT KC132M2094 KNAPHEIDE 11' DRW Enclosed body, 133.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$24,880.00 LT KC132H2094 KNAPHEIDE 11' DRW Enclosed body, 133.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$26,185.00 GOOSENECK PLATFORM BODIES 9' DUAL REAR WHEEL LT PGTB-96 Knapheide 9' gooseneck body wih rear hitch, two plugs, and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$8,530.00 LT PGTD-94 Knapheide 9' goseneck body with rear hitch, two plugs, under body boxes and tall front compartments and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,850.00 11' DUAL REAR WHEEL LT PGTB-116 Knapheide 11' gooseneck body wih rear hitch, two plugs, and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,130.00 LT PGTD-114 Knapheide 11' goseneck body with rear hitch, two plugs, under body boxes and tall front compartments and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.$17,070.00 SWITCH N GO 11 BODIES LT SNG-11 LEE TRANSPORT TO FURNISH AND INSTALL Switch-N-Go model# 11-4020-15E-12T GEN II, 11' electric hoist unit to include: 15k lbs. electric winch, 12-ton dump capacity, ICC under ride bumper w/light kit and receiver hitch, All lights and reflectors to FMVSS standard ( All lights will be LED ). Painted black, Plastic fenders with mounting kit (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $18,780.00 LT SNG-1151-SS Switch-N-Go model# MDRB-1151-SS, 11' medium duty drop box w/51" sides and rear single swing door.$6,060.00 LT SNG-1151-BD Switch-N-Go model# MDRB-1151-BD, 11' medium duty drop box w/51" sides and rear barn doors.$6,385.00 LEE TRANS EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LT SNG-11-DS Switch-N-Go model# DB-11-DS, 11' dump body w/12" steel fold down sides.$7,530.00 14 BODIES LT SNG-14 LEE TRANSPORT TO FURNISH AND INSTALL Switch-N-Go model# 14-5020-15E-10T GEN II 14' electric hoist unit to include: 15k lbs. electric winch, 12-ton dump capacity, ICC under ride bumper w/light kit and receiver hitch, All lights and reflectors to FMVSS standard ( All lights will be LED ). Painted black, Plastic fenders with mounting kit (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $19,630.00 LT SNG-1451-SS Switch-N-Go model# MDRB-1451-SS, 14' medium duty drop box w/51" sides & rear single swing door.$6,915.00 LT SNG-1451-BD Switch-N-Go model# MDRB-1451-BD, 14' medium duty drop box w/51" sides & rear barn doors.$7,240.00 LT SNG-1451-DUMP Switch-N-Go model# DUMPSTER-1451-SS, 14' dumpster (17 yd) w/51" sides & rear single swing door.$6,455.00 ACCESSORIES LT SNG-TARP FABRICATED FIXED ELECTRIC TARP SYSTEM $5,740.00 LT SNG-E-TARP DONOVAN QUICKFLIP IV ADJUSTABLE ELECTRIC TARP SYSTEM $10,570.00 LT SNG-REMOTE FURNISH AND INSTALL SWITCH-N-GO WIRELESS REMOTE CONTROL KIT W/CHARGER IN LIEU OF WIRED PENDANT.$895.00 LEE TRANS EQUIPMENT Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION GENERAL ACCESSORIES PRE-DELIVERY INSPECTION FB PDI Vehicle pre delivery inspection at Smyrna Truck Center for prompt local delivery.$0.00 KEYS FB 3K Plain cut 3rd key (NO REMOTE).$85.00 FB 4K Plain cut 3rd & 4th keys (NO REMOTES).$170.00 FB 3KR Additional key and remote, cut and programmed.$720.00 FB 4KR (2) Additional keys and remotes, cut and programmed.$1,440.00 FB 3K SMART 3rd key and remote for vehicles with proximity access.$740.00 FB 4K SMART 3rd & 4th keys and remotes for vehicles with proximity access.$1,485.00 BACKUP ALARM FB BUA 90 dB back-up alarm.$105.00 TOWING FB 4WIRE 4 prong trailer wiring $50.00 FB 6WIRE 6 prong utility trailer wiring $80.00 FB 7WIRE 7 way flat camper trailer wiring $90.00 FB 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$140.00 FB 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$90.00 FB CLV-FB Class V trailer hitch for flat beds 20K rating 2'' recevier tube.$375.00 FB CLV-SB Class V trailer hitch for service bodies 20K rating with 2 1/2'' receiver.$535.00 FB PTL-MNT Frame mount 3/4'' plate for Pintle with 20 ton pintle.$1,985.00 FB CLIII Class III receiver hitch, installed at FB Fleet.$870.00 FB CLIV Class IV receiver hitch, installed at FB Fleet.$965.00 FB CLV Class V receiver hitch, installed at FB Fleet.$1,370.00 FB EBC Curt Spectrum Electric Brake Controller $725.00 FB DB2 Draw bar with 2'' Ball, pin, and clip.$75.00 FB DB2516 Draw bar with 2-5/16'' Ball, pin, and clip.$90.00 FB DB3 Tri-ball draw bar with 1-7/8'', 2'', and 2-5/16'' balls.$50.00 FB PTL2 Pintle combination draw bar with 2'' ball.$115.00 FB PTL2516 Pintle combination draw bar with 2-5/16'' ball.$115.00 BED COVERS FB BAKFLIP-G2 BAKFLIP G2 FOLDING BED COVER, INSTALLED $1,845.00 FB R-N-L SHORT Roll N Lock cover, short box (Toyota / Nissan / Ford only).$3,195.00 SMYRNA TRUCK ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FB R-N-L LONG Roll N Lock cover, long box (all GM & RAM both short & long).$3,195.00 OVERHEAD RACKS FB OHMR-1000 Kargo Master Pro II HD overhead truck rack, powder coated modular, 1000lb.$1,340.00 FB OHMR-1700 Kargo Master Pro II HD overhead truck rack, powder coated modular, 1700lb.$1,625.00 UPFITTER SWITCHES FB 9L7-INST GM UPFITTER SWITCH INSTALL.$500.00 CAB STEPS FB STEP3-REG 3'' black tubular cab step for regular cab pickup.$975.00 FB STEP3-EXT 3'' black tubular cab step for extended cab pickup.$1,110.00 FB STEP3-CREW 3'' black tubular cab step for crew cab pickup.$1,120.00 BED SLIDES FB BED-SLIDE 1500 Bed Slide 1500lb bed slide with 4'' sides and rubber coated floor.$4,340.00 FB BED-SLIDE 2200HD Bed Slide 2200HD bed slide with 4'' sides and rubber coated floor.$3,230.00 FB BED-SLIDE 2200XL Bed Slide 2200XL bed slide with 4'' sides, rubber coated floor, and full extension.$4,885.00 FB DECKED DECKED® 2-Drawer Pickup Truck Bed Storage System 64.54 Two Drawer Storage System for A Full Size Pick Up Truck; DECKED Truck Bed Storage System; 64.54 in.; Made Of High Density Polyethylene; Stainless Steel Hardware; Features Cast Aluminum Handles / Galvanized Steel Subframe. $2,560.00 INTERIOR & WINDOWS FB SAFE-T Amerex 5lb Fire extinguisher, First Aide Only first aid kit, and King James & Co road triangles $215.00 FB FIRE 2.5LB 2.5# ABC FIRE EXTINGUISHER, PART# B417T, INSTALLED WITH BRACKET, MOUNTED INSIDE REAR CARGO AREA.$40.00 FB FIRE-X-5LB Amerex B500 Fire Extinguisher with 5DC HD Vehicle Bracket (Furnished and Installed inside rear cab area, driver’s Side)$125.00 FB RS 2 Stick on rain shields (2-doors).$290.00 FB RS 4 Stick on rain shields (4-doors).$300.00 FB WSTP Windshield strip $395.00 FB DT2 SDN Deep tint film installed on front two door glass only.$495.00 FB DTF SDN Deep tint film installed on all side and rear glass.$760.00 FB DT2 SUV Deep tint film installed on front two door glass only.$495.00 FB DTF SUV Deep tint film on SUV with full side and rear glass coverage.$1,095.00 FB DT2 VAN Deep tint film installed on front two door glass only.$495.00 FB DTF G VAN Deep tint film on cargo van with side and rear door glass.$1,095.00 FB DTF P VAN Deep tint film on passenger van with full body glass.$1,095.00 FB DT2 TRK Deep tint film installed on front two door glass only.$495.00 FB DTF 2 TRK Deep tint film installed on front two door glass and rear window.$760.00 FB DTF 4 TRK Deep tint film installed on four doors and back glass for extended/crew cab pickups.$760.00 SMYRNA TRUCK ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FLOOR PROTECTION FB WTF SDN 1 Weather Tech floor liner system (1st row only).$275.00 FB WTF SDN 2 Weather Tech floor liner system (1st & 2nd rows).$390.00 FB WTF SUV 1 Weather Tech floor liner system (1st row only).$275.00 FB WTF SUV 2 Weather Tech floor liner system (1st & 2nd rows).$390.00 FB WTF SUV 3 Weather Tech floor liner system (1st & 2nd rows plus cargo area).$565.00 FB WTF VAN 1 Weather Tech floor liner system (1st row only).$275.00 FB WTF VAN 2 Weather Tech floor liner system (1st & 2nd rows).$390.00 FB WTF VAN 3 Weather Tech floor liner system (1st, 2nd, & 3rd rows).$565.00 FB WTF REG Weather Tech floor liner system for regular cab pick-up trucks.$275.00 FB WTF EXT Weather Tech floor liner system for extended cab pick-up trucks.$390.00 FB WTF CRW Weather Tech floor liner system for crew cab pick-up trucks.$390.00 BACKING SAFETY FB CAMERA RR Remove and re-install factory camera from tailgate $560.00 INVERTERS & CHARGING FB RJK WARN 26769 QUICK DISCONNECT JUMP KIT, INSTALLED IN GRILLE AREA.$0.00 FB 851-0451-SDN 450W inverter mounted under passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $935.00 FB 806-1206-SDN 600W pure sine inverter mounted under passenger seat with ignition sourced remote / user control mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $1,115.00 FB 806-1210-SDN 1000W pure sine inverter mounted in trunk space with ignition sourced remote / user control mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $2,320.00 FB 806-1206-SUV 600W pure sine inverter mounted under REAR seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $1,115.00 FB 806-1210-SUV 1000W pure sine inverter mounted under REAR seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $2,320.00 FB 806-1220-SUV 2000W pure sine inverter mounted in rear cargo area with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $2,195.00 FB 813-3000UL-SUV 3000W modified sine inverter mounted in rear cargo area with. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $2,550.00 FB 806-1206-PU 600W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $1,115.00 SMYRNA TRUCK ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FB 806-1210-PU 1000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $2,320.00 FB 806-1220-PU 2000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $2,195.00 FB 813-3000UL-PU 3000W modified sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $2,550.00 FB 806-1220-UB 2000W pure sine inverter mounted inside curbside front compartment of utility body with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $2,195.00 FB 813-3000UL-UB 3000W modified sine inverter mounted inside curbside front compartment of utility body with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $2,550.00 TOOL BOXES AND RACKS CAB SHIELDS & RACKS FB BR 15###Back Rack cab guard for pickup trucks without a cross body tool box.$255.00 FB BR 15### LB Back Rack cab guard for pickup trucks without a cross body tool box, includes light bar mounting feet.$315.00 FB BR 15###TB Back Rack cab guard for pickup trucks with cross body tool box.$255.00 FB BR 15###TB LB Back Rack cab guard for pickup trucks with cross body tool box, includes light bar mounting feet.$315.00 FB BR 81001-81003 Back Rack beacon mounts for driver and passenger side (beacons not included).$120.00 FB BR 91001 Back Rack 10.5'' octagon pedestal installed on driver side of cab shield (Works with Go-Light & provides enough clearance for light bar).$60.00 FB WG1450 WeatherGuard single side mounted ladder rack for pickups.$825.00 FB WG1425-3 WeatherGuard single side muoted ladder rack for utility bodies.$1,240.00 TOOL BOXES & STORAGE FB ATB-14 HD Aluminum tool box with standard height single lid and 14'' depth.$1,265.00 FB ATB-18 HD Aluminum tool box with standard height single lid and 18'' depth.$1,265.00 FB ATB-18-LP HD Aluminum tool box with low-profile single lid and 18'' depth.$1,675.00 FB ATB-18-LP-BLACK -BLACK - Dealer Provided HD Aluminum Diamond Plate Low Pro Tool Box 18'' Depth.$1,700.00 FB SMB-48 (2) side mounted 48'' tool boxes with standard height lids.$1,770.00 FB SMB-68 (2) side mounted 68'' tool boxes with standard height lids.$2,020.00 FB SMB-72 (2) side mounted 72'' tool boxes with standard height lids.$2,315.00 FB 3BOX SWB Includes standard height 18'' depth saddle box with single lid and (2) 48'' bed rail mounted standard height side tool boxes.$3,035.00 FB 3BOX LWB Includes standard height 18'' depth saddle box with single lid and (2) 72'' bed rail mounted standard height side tool boxes.$3,585.00 FB WG ATB-GULL WEATHERGUARD model 114-0-01 gull wing extra wide aluminum diamond plate tool box, installed.$2,000.00 FB 48TB 48'' Chest Tool Box mounted against bulkhead in utility body.$1,330.00 SMYRNA TRUCK ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FB FNT85 85 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use in short bed PU or Utility body.$2,125.00 FB FNT100 100 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use with long bed PU.$2,420.00 FB 110 FTT 100 Gallon fuel transfer tank. Includes GPI 12V fuel pump, 3/4 x 4'' filter kit (10 micron), GPI digital fuel meter, 3/4'' spring loaded retractable fuel hose reel with 25' hose and nozzle, tank installed to bulkhead of utility body with hose reel installed to curbside front compartment top. Compartment top to be reinforced with reel mounted on angle facing rearward for side access. $1,895.00 GRILLE GUARDS AND WINCHES CHEVY LD FB WGG-CHEVY15 Westin HDX wrap around grille guard, installed on Chevy 1500 series pickup.$1,555.00 FB WMT-CHEVY15-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Chevy 1500 series pickup.$2,200.00 FB WMT-CHEVY15-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Chevy 1500 series pickup.$2,250.00 FB GG-CHEVY15-VR8 Westin HDX grille guard (No Wrap) with winch mount tray and Warn VR EVO8 8,000lb recovery winch, installed on Chevy 1500 series pickup.$3,125.00 FB GG-CHEVY15-VR10 Westin HDX grille guard (No Wrap) with winch mount tray and Warn VR EVO10 10,000lb recovery winch, installed on Chevy 1500 series pickup.$3,175.00 FB WGG-CHEVY15-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on Chevy 1500 series pickup.$3,125.00 FB WGG-CHEVY15-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on Chevy 1500 series pickup.$3,175.00 CHEVY HD FB WGG-CHEVYHD Westin HDX wrap around grille guard, installed on Chevy HD series pickup.$1,555.00 FB WMT-CHEVYHD-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Chevy HD series pickup.$2,200.00 FB WMT-CHEVYHD-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Chevy HD series pickup.$2,250.00 FB WMT-CHEVYHD-M8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn M8 8,000lb recovery winch, installed on Chevy HD series pickup.$3,885.00 FB WMT-CHEVYHD-Z8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on Chevy HD series pickup.$4,185.00 FB WMT-CHEVYHD-Z10 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on Chevy HD series pickup.$4,235.00 FB GG-CHEVYHD-VR8 Westin HDX grille guard(No Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Chevy HD series pickup.$3,125.00 FB GG-CHEVYHD-VR10 Westin HDX grille guard only(No Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Chevy HD series pickup.$3,175.00 FB GG-CHEVYHD-M8 WARN grille guard(No Wrap) with Warn M8 8,000lb recovery winch, installed on Chevy HD series pickup.$4,430.00 FB GG-CHEVYHD-Z8 WARN grille guard(No Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on Chevy HD series pickup.$4,735.00 FB GG-CHEVYHD-Z10 WARN grille guard(No Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on Chevy HD series pickup.$4,785.00 FB WGG-CHEVYHD-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on Chevy HD series pickup.$3,160.00 FB WGG-CHEVYHD-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on Chevy HD series pickup.$3,210.00 SMYRNA TRUCK ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FB WGG-CHEVYHD-M8 WARN wrap around grille guard with Warn M8 8,000lb recovery winch, installed on Chevy HD series pickup.$4,725.00 FB WGG-CHEVYHD-Z8 WARN wrap around grille guard with Warn ZEON 8S 8,000lb recovery winch synthetic rope, installed on Chevy HD series pickup.$5,025.00 FB WGG-CHEVYHD-Z10 WARN wrap around grille guard with Warn ZEON 10S 10,000lb recovery winch synthetic rope, installed on Chevy HD series pickup.$5,075.00 FB WGG-CHEVYHD-16.5ti WARN wrap around grille guard with Warn 16.5ti 16,500lb recovery winch, installed on Chevy HD series pickup.$7,865.00 GMC LD FB WGG-GMC15 RANCH HAND Legend Grille Guard; Legend Series Grille Guard; Retains Factory Tow Hook; installed on GMC 1500 series pickup.$1,605.00 GMC HD FB WGG-GMCHD RANCH HAND wrap around grille guard, installed on GMC HD series pickup.$1,605.00 FB WMT-GMCHD-M8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn M8 8,000lb recovery winch, installed on GMC HD series pickup.$3,920.00 FB WMT-GMCHD-Z8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on GMC HD series pickup.$4,220.00 FB WMT-GMCHD-Z10 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on GMC HD series pickup.$4,270.00 FB GG-GMCHD-M8 WARN grille guard(No Wrap) with Warn M8 8,000lb recovery winch, installed on GMC HD series pickup.$4,465.00 FB GG-GMCHD-Z8 WARN grille guard(No Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on GMC HD series pickup.$4,770.00 FB GG-GMCHD-Z10 WARN grille guard(No Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on GMC HD series pickup.$4,820.00 FB GG-GMCHD-16.5ti WARN grille guard(No Wrap) with Warn 16.5ti 16,500lb recovery winch, installed on GMC HD series pickup.$6,590.00 RAM LD FB WGG-RAM15 Westin HDX wrap around grille guard, installed on RAM 1500 series pickup.$1,555.00 FB WMT-RAM15-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on RAM 1500 series pickup.$2,325.00 FB WMT-RAM15-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on RAM 1500 series pickup.$2,380.00 FB WMT-RAM15-M8 WARN Ascent Front Bumper for RAM 1500 - includes a winch mount , with Warn M8 8,000lb recovery winch, installed on RAM 1500 series pickup.$5,535.00 FB WMT-RAM15-Z8S WARN Ascent Front Bumper for RAM 1500 - includes a winch mount , with Warn ZEON 8,000lb recovery winch w/ Synthetic Rope, installed on RAM 1500 series pickup.$5,835.00 FB WMT-RAM15-Z10S WARN Ascent Front Bumper for RAM 1500 - includes a winch mount , with Warn ZEON 10,000lb recovery winch w/ Synthetic Rope, installed on RAM 1500 series pickup.$5,885.00 FB WGG-RAM15-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on RAM 1500 series pickup.$3,135.00 FB WGG-RAM15-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on RAM 1500 series pickup.$3,190.00 RAM HD FB WGG-RAMHD Westin HDX wrap around grille guard, installed on RAM HD series pickup.$1,555.00 FB WMT-RAMHD-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on RAM HD series pickup.$2,170.00 SMYRNA TRUCK ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FB WMT-RAMHD-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on RAM HD series pickup.$2,220.00 FB WMT-RAMHD-M8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn M8 8,000lb recovery winch, installed on RAM HD series pickup.$3,675.00 FB WMT-RAMHD-Z8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on RAM HD series pickup.$3,980.00 FB WMT-RAMHD-Z10 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on RAM HD series pickup.$4,030.00 FB GG-RAMHD-VR8 Westin HDX grille guard(No Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on RAM HD series pickup.$2,785.00 FB GG-RAMHD-VR10 Westin HDX grille guard only(No Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on RAM HD series pickup.$2,840.00 FB GG-RAMHD-M8 WARN grille guard(No Wrap) with Warn M8 8,000lb recovery winch, installed on RAM HD series pickup.$4,225.00 FB GG-RAMHD-Z8 WARN grille guard, no wrap, with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on RAM HD series pickup.$4,525.00 FB GG-RAMHD-Z10 WARN grille guard(No Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on RAM HD series pickup.$4,575.00 FB WGG-RAMHD-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on RAM HD series pickup.$2,785.00 FB WGG-RAMHD-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on RAM HD series pickup.$2,840.00 FB WGG-RAMHD-M8 WARN wrap around grille guard with Warn M8 8,000lb recovery winch, installed on RAM HD series pickup.$4,575.00 FB WGG-RAMHD-Z8 WARN wrap around grille guard with Warn ZEON 8S 8,000lb recovery winch synthetic rope, installed on RAM HD series pickup.$4,875.00 FB WGG-RAMHD-Z10 WARN wrap around grille guard with Warn ZEON 10S 10,000lb recovery winch synthetic rope, installed on RAM HD series pickup.$4,925.00 FB WGG-RAMHD-16.5ti WARN wrap around grille guard with Warn 16.5ti 16,500lb recovery winch, installed on RAM HD series pickup.$6,695.00 FORD LD FB WGG-F150 Westin HDX wrap around grille guard, installed on Ford F-150 series pickup.$1,710.00 FB WMT-F150-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Ford F-150 series pickup.$2,225.00 FB WMT-F150-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Ford F-150 series pickup.$2,250.00 FB GG-F150-VR8 Westin HDX grille guard, no wrap, with Warn VR EVO8 8,000lb recovery winch, installed on Ford F-150 series pickup.$3,160.00 FB GG-F150-VR10 Westin HDX grille guard only(No Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Ford F-150 series pickup.$3,175.00 FB WGG-F150-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on Ford F-150 series pickup.$3,160.00 FB WGG-F150-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on Ford F-150 series pickup.$3,175.00 FB WGG-F150-M8 WARN wrap around grille guard with Warn M8 8,000 recovery winch, installed on Ford F-150 series pickup $4,300.00 FORD SD FB WGG-FSD Westin HDX wrap around grille guard, installed on Ford Super Duty series pickup.$1,420.00 FB WMT-FSD-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$2,325.00 SMYRNA TRUCK ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FB WMT-FSD-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Ford Super Duty series pickup.$2,380.00 FB WMT-FSD-M8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn M8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$3,735.00 FB WMT-FSD-Z8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on Ford Super Duty series pickup.$4,035.00 FB WMT-FSD-Z10 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on Ford Super Duty series pickup.$4,085.00 FB GG-FSD-VR8 Westin HDX grille guard(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$3,250.00 FB GG-FSD-VR10 Westin HDX grille guard only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Ford Super Duty series pickup.$3,300.00 FB GG-FSD-M8 WARN grille guard(No Wrap) with Warn M8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$4,280.00 FB GG-FSD-Z8 WARN grille guard(No Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on Ford Super Duty series pickup.$4,580.00 FB GG-FSD-Z10 WARN grille guard(No Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on Ford Super Duty series pickup.$4,630.00 FB WGG-FSD-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$2,435.00 FB WGG-FSD-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on Ford Super Duty series pickup.$3,440.00 FB WGG-FSD-M8 WARN wrap around grille guard with Warn M8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$4,625.00 FB WGG-FSD-Z8 WARN wrap around grille guard with Warn ZEON 8S 8,000lb recovery winch synthetic rope, installed on Ford Super Duty series pickup.$4,930.00 FB WGG-FSD-Z10 WARN wrap around grille guard with Warn ZEON 10S 10,000lb recovery winch synthetic rope, installed on Ford Super Duty series pickup.$4,980.00 FB WGG-FSD-16.5ti WARN wrap around grille guard with Warn 16.5ti 16,500lb recovery winch, installed on Ford Super Duty series pickup.$6,925.00 FB WGG-FSD-VR12 Westin HDX wrap around grille guard with Warn VR EVO12 12,000lb recovery winch, installed on Ford Super Duty series pickup.$2,615.00 SPRAY LINER PICKUP SPRAY LINERS FB HD SOB SH HD Scorpion spray on bed liner (short bed) under rail.$780.00 FB HD SOB LG HD Scorpion spray on bed liner (long bed) under rail.$1,055.00 UTILITY BODY LINERS FB HD USOB HD Scorpion spray on bed liner applied inside cargo area of 8' & 9' utility body.$1,670.00 FB HD USOB-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 8' & 9' utility body.$2,630.00 FB HD USOB-11 HD Scorpion spray on bed liner applied inside cargo area of 11' utility body.$1,780.00 FB HD USOB-11-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 11' utility body.$2,740.00 FB HD SOB-BUMP HD Scorpion spray on bed liner applied to bumper only.$480.00 SMYRNA TRUCK ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FLAT BED LINERS FB HD SOB-FLAT HD Scorpion spray on bed liner applied to surface of 8' & 9' flat bed.$1,095.00 FB HD SOB-11-FLAT HD Scorpion spray on bed liner applied to surface of 11' thru 14' flat bed.$1,095.00 FB HD SOB-16-FLAT HD Scorpion spray on bed liner applied to surface of 16' thru 20' flat bed.$2,740.00 WHELEN LIGHTING FB W DOM6-A Whelen Dominator 6-LED traffic advisor with mount brackets (AMBER).$1,425.00 FB W DOM8-A Whelen Dominator 8-LED traffic advisor with mount brackets (AMBER).$1,585.00 FB W L10HAP-A WHELEN L10 - 6'' x 6.4'' Amber beacon $270.00 FB W LEGACY48-AW Whelen 48'' Legacy DUO light bar, Amber/White, with adjustable feet & Strap kit.$3,330.00 FB W LEGACY54-AW Whelen 54'' Legacy DUO light bar, Amber/White, with adjustable feet & Strap kit.$3,480.00 FB W LIBERTY48-AA Whelen 48'' Liberty II solo light bar, Amber, with adjustable feet & strap kit.$2,910.00 FB W MJYAAAAP Whelen Mini Justice light bar, Amber, with mounting feet. 16 INCH $960.00 FB W TLI-12-AA (12) Whelen T-Series ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER).$3,180.00 FB W TLI2-12-AW (12) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER/WHITE).$3,475.00 FB W TLI2-2-AW (2) Whelen T-Series DUAL color ultra thin light heads surface mounted (AMBER/WHITE).$575.00 FB W TLI2-4-AW (4) Whelen T-Series DUAL color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$1,155.00 FB W TLI2-6-AW (6) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$1,735.00 FB W TLI2-8-AW (8) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER/WHITE).$2,315.00 FB W TLI-2-AA (2) Whelen T-Series ultra thin light heads surface mounted (AMBER).$530.00 FB W TLI-4-AA (4) Whelen T-Series ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER).$1,060.00 FB W TLI-6-AA (6) Whelen T-Series ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER).$1,590.00 FB W TLI-8-AA (8) Whelen T-Series ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER).$2,120.00 FB W TRACER60-DUO-UNIV-AW (2) Whelen 60'' DUAL color Tracers (6 lamp housing) with universal mounting brackets (AMBER/WHITE).$2,500.00 COMPUTER STANDS FB PKG-PSM-UNIV Havis Universal compunter mount stand, cradle sold separately.$595.00 FB RAM-VB-196-SW1 RAM universal laptop mounting kit with universal cradle.$585.00 SMYRNA TRUCK ACCESSORIES Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FORD INTERCEPTOR UTILITY TN HAV PIU-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,000.00 TN HAV PIU-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$740.00 TN HAV PIU-CON14 Havis 14''L x 6.5H vehicle specific console includes (3) 12V outlets, (2) cup holders, side mount arm rest, and necessary blanks.$830.00 TN HAV PIU-CON22 Havis 22''L sloped vehicle specific console includes OEM USB and lighter plug relocation cutout, OEM parking brake relocation cutout, (2) additional 12V outlets, (2) cup holders, side mount arm rest, and necessary blanks.$1,050.00 TN HAV PIU-K9 Havis K9 Transport system powder coated white.$5,390.00 TN PG PIU-1/2CAGE Pro-gard single prisoner cage includes partition, seat, door panels, window bars, rear barrier, and lower extension panels.$3,945.00 TN PG PIU-1/2CAGE-OSB Pro-gard single prisoner cage includes partition, seat, door panels, window bars, rear barrier, lower extension panels, and officer safe belts.$4,395.00 TN PG PIU-CARGO-POLY Pro-Gard ¼'' poly rear cargo barrier with filler panels.$885.00 TN PG PIU-CARGO-WIRE Pro-Gard ¼'' 7 Ga. Steel wire rear cargo barrier with filler panels.$885.00 TN PG PIU-DISABLE Pro-Gard 2020+ Police Interceptor Utility rear door / window disable kit (block off plates).$140.00 TN PG PIU-FLOOR-PAN Pro-Gard charcoal grey ABS floor.$505.00 TN PG PIU-PART Pro-Gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,495.00 TN PG PIU-PB Pro-Gard HD push bumper.$970.00 TN PG PIU-R-PART Pro-Gard RESESSED panel partition includes poly center slider window with expanded metal insert and lower extension panel.$1,650.00 TN PG PIU-SEAT-POLY Pro-gard standard prisoner transport seat with ¼'' poly. window cargo barrier & seat.$2,145.00 TN PG PIU-SEAT-WIRE Pro-gard standard prisoner transport seat with 7 Ga. Steel screen window cargo barrier & seat.$2,145.00 TN PG PIU-SWB Pro-Gard -steel window Bars, for use with O.E.M. door panels only.$520.00 PIU WHELEN LIGHTING TN W PILLAR-PIU Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side.$1,405.00 TN W PILLAR-PIU-DUO Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side.$1,795.00 TN W ARGES1-PIU-1 Whelen Arges dedicated spot lamp with control head with Interceptor Utility specific Arges mount.$1,285.00 TN W ARGES1-PIU-2 Dual Whelen Arges dedicated spot lamps with control head and Interceptor Utility specific driver and passenger Arges mounts. $2,285.00 TN W EDGE2-21B-PIU-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER) $5,445.00 TN W EDGE2-21B-PIU-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AM $5,445.00 TN W EDGE2-21B-PIU-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMB $5,445.00 TN W EDGE2-HH-PIU-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, HHS3200, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,035.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W EDGE2-ROT-PIU-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBE $5,445.00 TN W EDGE2-ROT-PIU-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO $5,445.00 TN W EDGE2-ROT-PIU-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO A $5,445.00 TN W HOWLER-PIU Whelen low frequency supplemental siren, with Interceptor Utility mounting bracket.$965.00 TN W LEGACY-C21B-DT-PIU-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual ton $6,425.00 TN W LEGACY-C21B-DT-PIU-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual ton $6,425.00 TN W LEGACY-C21B-DT-PIU-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with moun $6,425.00 TN W LEGACY-C21B-DT-PIU-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers $6,425.00 TN W LEGACY-C21B-PIU-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE A $5,935.00 TN W LEGACY-C21B-PIU-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR $5,935.00 TN W LEGACY-C21B-PIU-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBE $5,935.00 TN W LEGACY-CHH-PIU-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE A $5,935.00 TN W LEGACY-CHH-PIU-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHI $5,935.00 TN W LEGACY-CHH-PIU-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBE $5,935.00 TN W LEGACY-CROT-DT-PIU-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual t $6,425.00 TN W LEGACY-CROT-DT-PIU-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual t $6,425.00 TN W LEGACY-CROT-DT-PIU-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) spea $6,425.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W LEGACY-CROT-DT-PIU-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speak $6,425.00 TN W LEGACY-CROT-PIU-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE $5,935.00 TN W LEGACY-CROT-PIU-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REA $5,935.00 TN W LEGACY-CROT-PIU-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AM $5,935.00 TN W LIBERTY-OPTI-C21B-DT-PIU-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and $7,755.00 TN W LIBERTY-OPTI-CROT-DT-PIU-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and $7,755.00 TN W MBEAM-PIU-B (2) Whelen mirror beam front of side view mirror mounted LED's with SOLO ION series light heads (BLUE).$665.00 TN W MBEAM-PIU-R (2) Whelen mirror beam front of side view mirror mounted LED's with SOLO ION series light heads (RED).$665.00 TN W MBEAM-PIU-RB (2) Whelen mirror beam front of side view mirror mounted LED's with SOLO ION series light heads (one RED/one BLUE).$665.00 TN W SLICK1-21B-PIU-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,455.00 TN W SLICK1-21B-PIU-R Whelen XLP SOLO Front and RST SOLO Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,455.00 TN W SLICK1-21B-PIU-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,455.00 TN W SLICK1-HH-PIU-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (BLUE).$3,790.00 TN W SLICK1-HH-PIU-R Whelen XLP SOLO Front and RST SOLO Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200, Rotary knob Controller, speaker, and bracket (RED).$3,790.00 TN W SLICK1-HH-PIU-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (RED/BLUE).$3,790.00 TN W SLICK1-ROT-PIU-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,385.00 TN W SLICK1-ROT-PIU-R Whelen XLPSOLO Front and RST SOLO Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,385.00 TN W SLICK1-ROT-PIU-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,385.00 TN W SLICK2-21B-DT-PIU-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE $6,555.00 TN W SLICK2-21B-DT-PIU-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/ $6,555.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W SLICK2-21B-DT-PIU-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED $6,555.00 TN W SLICK2-21B-PIU-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AM $6,065.00 TN W SLICK2-21B-PIU-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRI $6,065.00 TN W SLICK2-21B-PIU-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBE $6,065.00 TN W SLICK2-DUAL-21B-DT-PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external ampli $8,000.00 TN W SLICK2-DUAL-21B-DT-PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external ampl $8,000.00 TN W SLICK2-DUAL-21B-DT-PIU-RWA Whelen FST Front DUO and Rear DUO Outer Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external ampli $8,000.00 TN W SLICK2-DUAL-21B-PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, and Rear OUTER EDGE Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (B $7,740.00 TN W SLICK2-DUAL-21B-PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, and Rear OUTER EDGE Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (R $7,740.00 TN W SLICK2-DUAL-21B-PIU-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVER $7,740.00 TN W SLICK2-DUAL-ROT-DT-PIU-BWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplif $8,000.00 TN W SLICK2-DUAL-ROT-DT-PIU-RBWA Whelen FST Front DUO, Rear DUO SPOILER Outter Edge with 6-LED Ion series light heads, and Rear OUTER EDGE Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion modu $8,000.00 TN W SLICK2-DUAL-ROT-DT-PIU-RWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplif $6,815.00 TN W SLICK2-DUAL-ROT-PIU-BWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERR $7,740.00 TN W SLICK2-DUAL-ROT-PIU-RBWA Whelen FST Front DUO, Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, and Rear OUTER EDGE Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RE $7,740.00 TN W SLICK2-DUAL-ROT-PIU-RWA Whelen FST Front DUO, Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, and Rear OUTER EDGE Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RE $7,740.00 TN W SLICK2-OUT-21B-DT-PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(BLUE FRONT W $6,555.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W SLICK2-OUT-21B-DT-PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED/B $6,555.00 TN W SLICK2-OUT-21B-DT-PIU-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED FRONT WI $6,555.00 TN W SLICK2-OUT-21B-PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $7,725.00 TN W SLICK2-OUT-21B-PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 BUTTON Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERR $7,725.00 TN W SLICK2-OUT-21B-PIU-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W SLICK2-OUT-ROT-DT-PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(BLUE FRONT $6,555.00 TN W SLICK2-OUT-ROT-DT-PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED $6,555.00 TN W SLICK2-OUT-ROT-DT-PIU-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core,, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED FRONT $6,555.00 TN W SLICK2-OUT-ROT-PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO $7,725.00 TN W SLICK2-OUT-ROT-PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVE $7,725.00 TN W SLICK2-OUT-ROT-PIU-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W SLICK2-ROT-DT-PIU-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BL $6,555.00 TN W SLICK2-ROT-DT-PIU-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RE $6,555.00 TN W SLICK2-ROT-DT-PIU-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RE $6,555.00 TN W SLICK2-ROT-PIU-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO $6,065.00 TN W SLICK2-ROT-PIU-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVER $6,065.00 TN W SLICK2-ROT-PIU-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AM $6,065.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W TRACER60-DUO-PIU-BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with Interceptor mounting brackets (BLUE/WHITE).$2,550.00 TN W TRACER60-DUO-PIU-RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with Interceptor mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$2,550.00 TN W TRACER60-DUO-PIU-RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with Interceptor mounting brackets (RED/WHITE).$2,550.00 TN W TRACER60-DUO-PIU-RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with Interceptor mounting brackets (RED/AMBER with override to WHITE).$2,550.00 TN W TRACER60-PIU-BW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with Interceptor mounting brackets alternating (BLUE/WHITE).$2,225.00 TN W TRACER60-PIU-RA (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with Interceptor mounting brackets alternating (RED/AMBER).$2,225.00 TN W TRACER60-PIU-RB (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with Interceptor mounting brackets alternating (RED/BLUE).$2,225.00 TN W TRACER60-PIU-RW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with Interceptor mounting brackets alternating (RED/WHITE).$2,225.00 TN W UMIRROR-PIU-BW (2) Whelen U-Series, 180 deg warning light with PIU under mirror mount brackets (DUO BOTH SIDES BLUE/WHITE).$600.00 TN W UMIRROR-PIU-RA (2) Whelen U-Series, 180 deg warning light with PIU under mirror mount brackets (DUO BOTH SIDES RED/AMBER).$845.00 TN W UMIRROR-PIU-RB (2) Whelen U-Series, 180 deg warning light with PIU under mirror mount brackets (DUO BOTH SIDES RED/BLUE).$845.00 TN W UMIRROR-PIU-RW (2) Whelen U-Series, 180 deg warning light with PIU under mirror mount brackets (DUO BOTH SIDES RED/WHITE).$845.00 TN W PILLAR-PIU-BW Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,405.00 TN W PILLAR-PIU-DUO-BW Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,795.00 TN W PILLAR-PIU-DUO-BWA Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE & WHITE/AMBER).$1,795.00 TN W PILLAR-PIU-DUO-RB Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,795.00 TN W PILLAR-PIU-DUO-RBA Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (RED/AMBER & BLUE/AMBER).$1,795.00 TN W PILLAR-PIU-DUO-RW Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,795.00 TN W PILLAR-PIU-DUO-RWA Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (RED/AMBER & WHITE/AMBER).$1,795.00 TN W PILLAR-PIU-RB Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,405.00 TN W PILLAR-PIU-RW Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,405.00 TN W SLICK2-CHH-PIU-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WIT $6,065.00 TN W SLICK2-CHH-PIU-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE $6,065.00 TN W SLICK2-CHH-PIU-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH $6,065.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CHEVY TAHOE TN HAV TAH-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,130.00 TN HAV TAH-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$870.00 TN HAV TAH-CON20 Havis vehicle specific 22''L x 12.5''H Angled console includes wing kit, track mount, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$1,265.00 TN HAV TAH-CON23 Havis vehicle specific 22''L x 12.5''H Angled console includes wing kit, track mount, side mount arm rest, (3) DC power outlets, (2) cup holders, and necessary blanks.$1,155.00 TN HAV TAH-K9 Havis K9 Transport system powder coated white.$5,300.00 TN PG TAH-1/2CAGE Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side.$3,925.00 TN PG TAH-1/2CAGE-OSB Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side with officer safe seat belt.$4,380.00 TN PG TAH-CARGO-POLY Pro-Gard ¼'' poly rear cargo barrier with filler panels.$855.00 TN PG TAH-CARGO-WIRE Pro-Gard steel wire cargo barrier with filler panels.$855.00 TN PG TAH-DOOR-ABS Pro-Gard ABS door panels.$335.00 TN PG TAH-PB Pro-Gard HD Tahoe push bumper.$870.00 TN PG TAH-R-PART Pro-Gard space saver plus RESESSED panel prisoner transport partition with lower extension panels $1,650.00 TN PG TAH-SEAT-OSB-POLY Pro-Gard standard transport seat with ¼'' Polycarbonate window cargo barrier including officer safe seat belts.$2,870.00 TN PG TAH-SEAT-POLY Pro-Gard standard transport seat with ¼'' Polycarbonate window cargo barrier.$2,195.00 TN PG TAH-SWB-OEM Pro-Gard steel window bars for use with O.E.M. door panels only.$485.00 TAHOE WHELEN LIGHTING TN W OUTTER-TAH Whelen Tahoe rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,420.00 TN W OUTTER-TAH-DUO Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,785.00 TN W PILLAR-TAH Whelen Tahoe rear pillar LED lighting includes (3) light heads per side.$1,735.00 TN W PILLAR-TAH-DUO Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side.$2,000.00 TN W ARGES1-TAH-1 Whelen Arges dedicated spot lamp with control head with TAHOE Utility specific Arges mount.$1,285.00 TN W ARGES1-TAH-2 Dual Whelen Arges dedicated spot lamps with control head and TAHOE Utility specific driver and passenger Arges mounts. $2,285.00 TN W EDGE2-21B-TAH-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,445.00 TN W EDGE2-21B-TAH-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,445.00 TN W EDGE2-21B-TAH-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $5,445.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W EDGE2-HH-TAH-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, HHS3200, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,035.00 TN W EDGE2-ROT-TAH-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,445.00 TN W EDGE2-ROT-TAH-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,445.00 TN W EDGE2-ROT-TAH-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $5,445.00 TN W HOWLER-TAH Whelen low frequency supplemental siren, with TAHOE Utility mounting bracket.$1,200.00 TN W LEGACY-C21B-DT-TAH-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and $6,425.00 TN W LEGACY-C21B-DT-TAH-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and $6,425.00 TN W LEGACY-C21B-DT-TAH-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and $6,425.00 TN W LEGACY-C21B-DT-TAH-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and $6,425.00 TN W LEGACY-C21B-TAH-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVER $5,935.00 TN W LEGACY-C21B-TAH-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR $5,935.00 TN W LEGACY-C21B-TAH-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERR $5,935.00 TN W LEGACY-CHH-TAH-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVER $5,935.00 TN W LEGACY-CHH-TAH-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR $5,935.00 TN W LEGACY-CHH-TAH-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERR $5,935.00 TN W LEGACY-CROT-DT-TAH-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, a $6,425.00 TN W LEGACY-CROT-DT-TAH-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, a $6,425.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W LEGACY-CROT-DT-TAH-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, a $6,425.00 TN W LEGACY-CROT-DT-TAH-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, a $6,425.00 TN W LEGACY-CROT-TAH-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVE $5,935.00 TN W LEGACY-CROT-TAH-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REA $5,935.00 TN W LEGACY-CROT-TAH-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVE $5,935.00 TN W LIBERTY-OPTI-C21B-DT-TAH-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier f $7,755.00 TN W LIBERTY-OPTI-CROT-DT-TAH-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier $7,755.00 TN W MBEAM-TAH-B (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (BLUE).$645.00 TN W MBEAM-TAH-R (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (RED).$645.00 TN W MBEAM-TAH-RB (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (one RED/one BLUE).$645.00 TN W SLICK1-21B-TAH-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,455.00 TN W SLICK1-21B-TAH-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,455.00 TN W SLICK1-21B-TAH-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,455.00 TN W SLICK1-HH-TAH-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200, HANDHELD Controller, speaker, and bracket (BLUE).$3,790.00 TN W SLICK1-HH-TAH-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200, HANDHELD Controller, speaker, and bracket (RED).$3,790.00 TN W SLICK1-HH-TAH-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200, HANDHELD Controller, speaker, and bracket (RED/BLUE).$3,790.00 TN W SLICK1-ROT-TAH-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,385.00 TN W SLICK1-ROT-TAH-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,385.00 TN W SLICK1-ROT-TAH-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,385.00 TN W SLICK2-21B-DT-TAH-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE $6,555.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W SLICK2-21B-DT-TAH-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/ $6,555.00 TN W SLICK2-21B-DT-TAH-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED $6,555.00 TN W SLICK2-21B-TAH-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AM $6,065.00 TN W SLICK2-21B-TAH-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRI $6,065.00 TN W SLICK2-21B-TAH-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBE $6,065.00 TN W SLICK2-DUAL-21B-DT-TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external ampl $8,000.00 TN W SLICK2-DUAL-21B-DT-TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external ampl $8,000.00 TN W SLICK2-DUAL-21B-DT-TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external ampl $8,000.00 TN W SLICK2-DUAL-21B-TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH $7,740.00 TN W SLICK2-DUAL-21B-TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVER $7,740.00 TN W SLICK2-DUAL-ROT-DT-TAH-BWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplif $8,000.00 TN W SLICK2-DUAL-ROT-DT-TAH-RBWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplif $8,000.00 TN W SLICK2-DUAL-ROT-DT-TAH-RWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplif $8,000.00 TN W SLICK2-DUAL-ROT-TAH-BWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERR $7,740.00 TN W SLICK2-DUAL-ROT-TAH-RBWA Whelen FST Front DUO, Rear DUO Outter Edge SPOILER with 6-LED Ion series light heads, and Rear OUTER EDGE Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RE $7,740.00 TN W SLICK2-DUAL-ROT-TAH-RWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRI $7,740.00 TN W SLICK2-OUT-21B-DT-TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(BLUE FRONT W $6,555.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W SLICK2-OUT-21B-DT-TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED/BLUE FRO $6,555.00 TN W SLICK2-OUT-21B-DT-TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED FRONT WI $6,555.00 TN W SLICK2-OUT-21B-TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W SLICK2-OUT-21B-TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO $6,065.00 TN W SLICK2-OUT-21B-TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W SLICK2-OUT-ROT-DT-TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(BLUE FRONT $6,555.00 TN W SLICK2-OUT-ROT-DT-TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED/BLUE F $6,555.00 TN W SLICK2-OUT-ROT-DT-TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED FRONT $6,555.00 TN W SLICK2-OUT-ROT-TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER) $6,065.00 TN W SLICK2-OUT-ROT-TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE T $6,065.00 TN W SLICK2-OUT-ROT-TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W SLICK2-ROT-DT-TAH-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core-S, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets ( $6,555.00 TN W SLICK2-ROT-DT-TAH-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core-S, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets ( $6,555.00 TN W SLICK2-ROT-DT-TAH-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets ( $6,555.00 TN W SLICK2-ROT-TAH-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO $6,065.00 TN W SLICK2-ROT-TAH-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVER $6,065.00 TN W SLICK2-ROT-TAH-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AM $6,065.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W TRACER60-DUO-TAH-BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with TAHOE mounting brackets (BLUE/WHITE).$2,645.00 TN W TRACER60-DUO-TAH-RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with TAHOE mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$2,645.00 TN W TRACER60-DUO-TAH-RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with TAHOE mounting brackets (RED/WHITE).$2,645.00 TN W TRACER60-DUO-TAH-RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with TAHOE mounting brackets (RED/AMBER with override to WHITE).$2,645.00 TN W TRACER60-TAH-BW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with TAHOE mounting brackets alternating (BLUE/WHITE).$2,320.00 TN W TRACER60-TAH-RA (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with TAHOE mounting brackets alternating (RED/AMBER).$2,320.00 TN W TRACER60-TAH-RB (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with TAHOE mounting brackets alternating (RED/BLUE).$2,320.00 TN W TRACER60-TAH-RW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with TAHOE mounting brackets alternating (RED/WHITE).$2,320.00 TN W UMIRROR-TAH-BW (2) Whelen U-Series, 180 deg warning light with TAHOE under mirror mount brackets (DUO BOTH SIDES BLUE/WHITE).$845.00 TN W UMIRROR-TAH-RA (2) Whelen U-Series, 180 deg warning light with TAHOE under mirror mount brackets (DUO BOTH SIDES RED/AMBER).$845.00 TN W UMIRROR-TAH-RB (2) Whelen U-Series, 180 deg warning light with TAHOE under mirror mount brackets (DUO BOTH SIDES RED/BLUE).$845.00 TN W UMIRROR-TAH-RW (2) Whelen U-Series, 180 deg warning light with TAHOE under mirror mount brackets (DUO BOTH SIDES RED/WHITE).$845.00 TN W OUTTER-TAH-BW Whelen Tahoe rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/WHITE).$1,420.00 TN W OUTTER-TAH-DUO-BW Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/WHITE).$1,785.00 TN W OUTTER-TAH-DUO-BWA Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/AMBER & WHITE/AMBER).$1,785.00 TN W OUTTER-TAH-DUO-RB Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/BLUE).$1,785.00 TN W OUTTER-TAH-DUO-RBA Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/AMBER & BLUE/AMBER).$1,785.00 TN W OUTTER-TAH-DUO-RW Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/WHITE).$1,785.00 TN W OUTTER-TAH-DUO-RWA Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/AMBER & WHITE/AMBER).$1,785.00 TN W OUTTER-TAH-RB Whelen Tahoe rear outer edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/BLUE).$1,420.00 TN W OUTTER-TAH-RW Whelen Tahoe rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,420.00 TN W PILLAR-TAH-BW Whelen Tahoe OUTER EDGE rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,735.00 TN W PILLAR-TAH-DUO-BW Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$2,000.00 TN W PILLAR-TAH-DUO-BWA Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE & WHITE/AMBER).$2,000.00 TN W PILLAR-TAH-DUO-RB Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$2,000.00 TN W PILLAR-TAH-DUO-RBA Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (RED/AMBER & BLUE/AMBER).$2,000.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W PILLAR-TAH-DUO-RW Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$2,000.00 TN W PILLAR-TAH-DUO-RWA Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE & AMBER/WHITE)$2,000.00 TN W PILLAR-TAH-RB Whelen Tahoe rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,735.00 TN W PILLAR-TAH-RW Whelen Tahoe rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,735.00 TN W SLICK2-CHH-TAH-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WI $6,065.00 TN W SLICK2-CHH-TAH-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE $6,065.00 TN W SLICK2-CHH-TAH-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH $6,065.00 TN W SLICK2-DUAL-21B-TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external ampl $7,740.00 DODGE DURANGO TN HAV DUR-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$955.00 TN HAV DUR-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$720.00 TN HAV DUR-CON20 Havis 20''L x 10''H vehicle specific console includes mounting, side mount arm rest, (2) DC power outlets, (2) cup holders, and necessary blanks.$1,540.00 TN HAV DUR-K9 Havis K9 Transport system powder coated white.$5,300.00 TN PG DUR- FLOOR-PAN Pro-gard charcoal grey ABS floor pan $440.00 TN PG DUR-CARGO-POLY Pro-gard - ¼'' poly cargo barrier with filler panels.$885.00 TN PG DUR-CARGO-WIRE Pro-Gard 7 gauge steel wire cargo barrier with filler panels.$885.00 TN PG DUR-PB Pro-Gard push bumper.$870.00 TN PG DUR-R-PART Pro-gard RESESSED panel partition includes poly center slider window with expanded metal insert and lower extension panel.$1,650.00 TN PG DUR-SEAT-POLY Pro-Gard charcoal grey ABS standard prisoner transport seat w/ 1/4'' poly window cargo barrier and outboard seat belts.$2,870.00 TN PG DUR-SEAT-WIRE Pro-Gard charcoal grey ABS standard prisoner transport seat w/ 1/4'' steel screen window cargo barrier and outboard seat belts.$2,870.00 TN PG DUR-PWB Pro-Gard poly window bars (for use with O.E.M. door panels only)$485.00 DURANGO WHELEN LIGHTING TN W PILLAR-DUR Whelen Durango rear pillar LED lighting includes (3) light heads per side.$1,405.00 TN W PILLAR-DUR-DUO Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side.$1,795.00 TN W ARGES1-DUR-1 Whelen Arges dedicated spot lamp with control head with DURANGO Utility specific Arges mount.$1,285.00 TN W ARGES1-DUR-2 Dual Whelen Arges dedicated spot lamps with control head and DURANGO Utility specific driver and passenger Arges mounts. $2,285.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W EDGE2-21B-DUR-BWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER) $5,445.00 TN W EDGE2-21B-DUR-RBWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,445.00 TN W EDGE2-21B-DUR-RWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, photo cell, takedown lights, alley lights, mounting kit, Core-S, 21-Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMB $5,445.00 TN W EDGE2-HH-DUR-RBWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, HHS3200 light/siren controller, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVE $4,035.00 TN W EDGE2-ROT-DUR-BWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights,PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER $5,445.00 TN W EDGE2-ROT-DUR-RBWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights,PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO A $5,445.00 TN W EDGE2-ROT-DUR-RWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, photo cell, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE RED AND REAR OVERRIDE TO A $5,445.00 TN W HOWLER-DUR Whelen low frequency supplemental siren, with DURANGO Utility mounting bracket.$965.00 TN W LEGACY-C21B-DT-DUR-BWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for $6,425.00 TN W LEGACY-C21B-DT-DUR-RBWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for $6,425.00 TN W LEGACY-C21B-DT-DUR-RGWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21-Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) sp $6,425.00 TN W LEGACY-C21B-DT-DUR-RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21-Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) spe $6,425.00 TN W LEGACY-C21B-DUR-BWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO $5,935.00 TN W LEGACY-C21B-DUR-RBWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRI $5,935.00 TN W LEGACY-C21B-DUR-RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21-Button controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO $5,935.00 TN W LEGACY-CHH-DUR-BWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE Hand Held controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO $5,935.00 TN W LEGACY-CHH-DUR-RBWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRID $5,935.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W LEGACY-CHH-DUR-RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO A $5,935.00 TN W LEGACY-CROT-DT-DUR-BWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier fo $6,425.00 TN W LEGACY-CROT-DT-DUR-RBWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier fo $6,425.00 TN W LEGACY-CROT-DT-DUR-RGWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) s $6,425.00 TN W LEGACY-CROT-DT-DUR-RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) s $6,425.00 TN W LEGACY-CROT-DUR-BWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE $5,935.00 TN W LEGACY-CROT-DUR-RBWA Whelen Legacy 48" lightbar with DUO LED Modules, built in SYNC module, Brake/Turn/Tail modules, traffic advisor, dedicated takedown lights, dedicated alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (RED/BLUE WITH FRONT OVERR $5,935.00 TN W LEGACY-CROT-DUR-RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, photo cell, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE T $5,935.00 TN W LIBERTY-OPTI-C21B-DT-DUR-RGWA Whelen Liberty 48" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and $7,755.00 TN W LIBERTY-OPTI-CROT-DT-DUR-RGWA Whelen Liberty 48" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and $5,245.00 TN W MBEAM-DUR-B (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (BOTH SIDES BLUE).$665.00 TN W MBEAM-DUR-R (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (BOTH SIDES RED).$665.00 TN W MBEAM-DUR-RB (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (DRIVERS SIDE RED, PASSENGER SIDE BLUE).$665.00 TN W SLICK1-21B-DUR-B Whelen XLP Front and RST Rear Inner Edge with traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,455.00 TN W SLICK1-21B-DUR-R Whelen XLP Front Solo with takedown lights and RST Rear Inner Edge with mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,455.00 TN W SLICK1-21B-DUR-RB Whelen XLP Front and RST Rear Inner Edge with traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,455.00 TN W SLICK1-HH-DUR-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200, handheld Controller, speaker, and bracket (BLUE).$3,790.00 TN W SLICK1-HH-DUR-R Whelen XLP Front Solo with takedown lights and RST Rear Inner Edge with mounting hardware, HHS3206 siren, Rotary knob Controller, speaker, and bracket (RED).$3,790.00 TN W SLICK1-HH-DUR-RB Whelen SOLO XLP Front and SOLO RST Rear Inner Edge, takedown lights, mounting hardware, HHS3200, HANDHELD Controller, speaker, and bracket (RED/BLUE).$3,790.00 TN W SLICK1-ROT-DUR-B Whelen XLP Front and RST Rear Inner Edge with traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,385.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W SLICK1-ROT-DUR-R Whelen XLP Front Solo with takedown lights and RST Rear Inner Edge with mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,385.00 TN W SLICK1-ROT-DUR-RB Whelen SOLO XLP Front and SOLO RST Rear Inner Edge with traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,385.00 TN W SLICK2-21B-DT-DUR-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, 21-Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND B $6,555.00 TN W SLICK2-21B-DT-DUR-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE A $6,555.00 TN W SLICK2-21B-DT-DUR-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RE $6,555.00 TN W SLICK2-21B-DUR-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W SLICK2-21B-DUR-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W SLICK2-21B-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W SLICK2-DUAL-21B-DT-DUR-BWA Whelen FST Front DUO and Rear DUO inner Edge and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brac $8,230.00 TN W SLICK2-DUAL-21B-DT-DUR-RBWA Whelen FST Front DUO and Rear DUO Inner Edge with traffic advisor and Rear Pillar DUO with 6-LED Ion series light heads, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting $8,230.00 TN W SLICK2-ROT-DT-DUR-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core-S, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE A $6,555.00 TN W SLICK2-ROT-DT-DUR-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core-S, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHI $6,555.00 TN W SLICK2-ROT-DT-DUR-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core-S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND $6,775.00 TN W SLICK2-ROT-DUR-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W SLICK2-ROT-DUR-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W SLICK2-ROT-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W TRACER60-DUO-DUR-BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with DURANGO mounting brackets (BLUE/WHITE).$2,645.00 TN W TRACER60-DUO-DUR-RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with DURANGO mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$2,645.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W TRACER60-DUO-DUR-RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with DURANGO mounting brackets (RED/WHITE).$2,645.00 TN W TRACER60-DUO-DUR-RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with DURANGO mounting brackets (RED/AMBER WITH OVERRIDE TO WHITE).$2,645.00 TN W TRACER60-DUR-BW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with DURANGO mounting brackets alternating (BLUE/WHITE).$2,320.00 TN W TRACER60-DUR-RA (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with DURANGO mounting brackets alternating (RED/AMBER).$2,320.00 TN W TRACER60-DUR-RB (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with DURANGO mounting brackets alternating (RED/BLUE).$2,320.00 TN W TRACER60-DUR-RW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with DURANGO mounting brackets alternating (RED/WHITE).$2,320.00 TN W PILLAR-DUR-BW Whelen Durango rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,405.00 TN W PILLAR-DUR-DUO-BW Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,795.00 TN W PILLAR-DUR-DUO-BWA Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE & WHITE/AMBER).$1,795.00 TN W PILLAR-DUR-DUO-RB Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,795.00 TN W PILLAR-DUR-DUO-RBA Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (RED/AMBER & BLUE/AMBER).$1,795.00 TN W PILLAR-DUR-DUO-RW Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,795.00 TN W PILLAR-DUR-DUO-RWA Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE & AMBER/WHITE)$1,795.00 TN W PILLAR-DUR-RB Whelen Durango rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,405.00 TN W PILLAR-DUR-RW Whelen Durango rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,405.00 TN W SLICK2-CHH-DUR-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W SLICK2-CHH-DUR-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge with traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W SLICK2-CHH-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $6,065.00 TN W SLICK2-DUAL-21B-DT-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, Outer Edge Rear Pillars with 6 DUO Ion series light heads, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and m $8,230.00 TN W SLICK2-DUAL-21B-DUR-BWA Whelen FST Front DUO and Rear DUO Inner Edge, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, 21-Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERR $7,970.00 TN W SLICK2-DUAL-21B-DUR-RBWA Whelen FST Front DUO and Rear DUO Inner Edge with traffic advisor and Rear Pillar DUO with 6-LED Ion series light heads, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REA $7,740.00 TN W SLICK2-DUAL-21B-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, Outer Edge Rear Pillar DUO with 6-LED Ion series light heads, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE, RED REAR $7,970.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W SLICK2-DUAL-ROT-DT-DUR-BWA Whelen FST Front DUO and Rear DUO inner Edge and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core, rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting b $8,230.00 TN W SLICK2-DUAL-ROT-DT-DUR-RBWA Whelen FST Front DUO, Rear DUO Inner Edge with TRAFFIC ADVISOR and Rear Pillar DUO with 6-LED Ion series light heads, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting $8,230.00 TN W SLICK2-DUAL-ROT-DT-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, Outer Edge Rear Pillars with 6 DUO Ion series light heads, mounting hardware, Core, Rotary Knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and $8,230.00 TN W SLICK2-DUAL-ROT-DUR-BWA Whelen FST Front DUO and Rear DUO Inner Edge, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core,Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVER $7,970.00 TN W SLICK2-DUAL-ROT-DUR-RBWA Whelen FST Front DUO, Rear DUO Inner Edge with traffic advisor and Rear Pillar DUO with 6-LED Ion series light heads, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR $7,740.00 TN W SLICK2-DUAL-ROT-DUR-RWA Whelen FST Front DUO, RST Rear DUO Inner Edge with traffic advisor, Outer Edge Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE $7,970.00 FORD F-SERIES TN HAV FSERIES-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,015.00 TN HAV FSERIES-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$740.00 TN HAV FSERIES-CON18 Havis 18''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,085.00 TN HAV FSERIES-CON30 Havis 30''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,200.00 TN PG FSERIES-1/2CAGE Pro-Gard single compartment prisoner cage Pro-cell, ½ Partition with OEM rear seat.$2,645.00 TN PG FSERIES-DOOR Pro-Gard door panels, F150 ONLY.$335.00 TN PG FSERIES-PART Pro-Gard poly prisoner cage with center slider window includes expanded metal insert and full extention panels (F150 ONLY)$1,650.00 TN PG FSERIES-PB Push Bumper - Pro-gard - Push Bumper - F150 Only $870.00 TN PG FSERIES-SWB Pro-Gard window armor bars, F150 ONLY.$495.00 TN HAV FSERIES-K9 Havis K9 Transport system powder coated white.$6,575.00 F-SERIES WHELEN LIGHTING TN W ARGES1-F150-1 Whelen Arges dedicated spot lamp with control head with F150 Utility specific Arges mount.$1,285.00 TN W ARGES1-F150-2 Dual Whelen Arges dedicated spot lamps with control head and F150 Utility specific driver and passenger Arges mounts. $2,285.00 TN W EDGE2-21B-F150-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER) $5,445.00 TN W EDGE2-21B-F150-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AM $5,445.00 TN W EDGE2-21B-F150-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OV $5,445.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W EDGE2-HH-F150-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, HHS3200, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,035.00 TN W EDGE2-ROT-F150-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBE $5,445.00 TN W EDGE2-ROT-F150-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO $5,445.00 TN W HOWLER-F150 Whelen low frequency supplemental siren, with F150 Utility mounting bracket.$1,200.00 TN W LEGACY-C21B-DT-F150-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual ton $6,425.00 TN W LEGACY-C21B-DT-F150-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual ton $6,425.00 TN W LEGACY-C21B-DT-F150-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual ton $6,425.00 TN W LEGACY-C21B-DT-F150-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual ton $6,425.00 TN W LEGACY-C21B-F150-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE A $5,935.00 TN W LEGACY-C21B-F150-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR $5,935.00 TN W LEGACY-C21B-F150-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AN $5,935.00 TN W LEGACY-CHH-F150-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE A $5,935.00 TN W LEGACY-CHH-F150-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHI $5,935.00 TN W LEGACY-CHH-F150-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AN $5,935.00 TN W LEGACY-CROT-DT-F150-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual t $6,425.00 TN W LEGACY-CROT-DT-F150-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual t $6,425.00 TN W LEGACY-CROT-DT-F150-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual t $6,425.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W LEGACY-CROT-DT-F150-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual t $6,425.00 TN W LEGACY-CROT-F150-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE $5,935.00 TN W LEGACY-CROT-F150-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REA $5,935.00 TN W LEGACY-CROT-F150-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE $5,935.00 TN W LIBERTY-OPTI-C21B-DT-F150-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, 21 Button combination light/siren controller, Sync Module, (1) expansion module, (1) external $7,755.00 TN W LIBERTY-OPTI-CROT-DT-F150-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, CORE, Rotary Knob combination light/siren controller, Sync Module, (1) expansion module, (1) externa $7,755.00 TN W SLICK1-21B-F150-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,455.00 TN W SLICK1-21B-F150-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,455.00 TN W SLICK1-21B-F150-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,455.00 TN W SLICK1-HH-F150-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (BLUE).$3,790.00 TN W SLICK1-HH-F150-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (RED).$3,790.00 TN W SLICK1-HH-F150-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (RED/BLUE).$3,790.00 TN W SLICK1-ROT-F150-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,385.00 TN W SLICK1-ROT-F150-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,385.00 TN W SLICK1-ROT-F150-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,385.00 TN W SLICK2-21B-DT-F150-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/ $6,555.00 TN W SLICK2-21B-F150-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AM $6,065.00 TN W SLICK2-21B-F150-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRI $6,065.00 TN W SLICK2-21B-F150-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBE $6,065.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W SLICK2-ROT-DT-F150-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core-S, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets ( $6,555.00 TN W SLICK2-ROT-F150-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO $6,065.00 TN W SLICK2-ROT-F150-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVER $6,065.00 TN W SLICK2-ROT-F150-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AM $6,065.00 TN W TRACER60-DUO-F150-BW (2) Whelen 60'' DUO color Tracers (5 lamp housing) with F150 mounting brackets (BLUE/WHITE).$2,645.00 TN W TRACER60-DUO-F150-RBW (2) Whelen 60'' DUO color Tracers (5 lamp housing) with F150 mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$2,645.00 TN W TRACER60-DUO-F150-RW (2) Whelen 60'' DUO color Tracers (5 lamp housing) with F150 mounting brackets (RED/WHITE).$2,645.00 TN W TRACER60-DUO-F150-RWA (2) Whelen 60'' DUO color Tracers (5 lamp housing) with F150 mounting brackets (RED/AMBER WITH OVERRIDE TO WHITE).$2,645.00 TN W TRACER60-F150-BW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with F150 mounting brackets alternating (BLUE/WHITE).$2,320.00 TN W TRACER60-F150-RA (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with F150 mounting brackets alternating (RED/AMBER).$2,320.00 TN W TRACER60-F150-RB (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with F150 mounting brackets alternating (RED/BLUE).$2,320.00 TN W TRACER60-F150-RW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with F150 mounting brackets alternating (RED/WHITE).$2,320.00 TN W SLICK2-CHH-F150-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WI $6,065.00 TN W SLICK2-CHH-F150-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE $6,065.00 TN W SLICK2-CHH-F150-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH $6,065.00 CHEVY SILVERADO TN HAV SILV-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,025.00 TN HAV SILV-CON18 Havis 18''L x 10''H console includes track mount, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$1,125.00 TN HAV SILV-CON30 Havis 30''L x 10''H console includes track mount, side mount arm rest, (3) DC power outlets, (2) cup holders, and necessary blanks.$1,240.00 TN PG SILV-1/2CAGE Pro-Gard single compartment prisoner cage Pro-cell, ½ Partition with OEM rear seat.$2,645.00 TN PG SILV-PB Pro-gard - Push Bumper $870.00 TN PG SILV-R-PART Pro-Gard RESESSED panel prisoner partition with poly center slider window and expanded metal insert.$1,650.00 TN PG SILV-SWB Pro-Gard window armor bars.$485.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SILVERADO WHELEN LIGHTING TN W ARGES1-SILV-1 Whelen Arges dedicated spot lamp with control head with SILVERADO Utility specific Arges mount.$1,285.00 TN W ARGES1-SILV-2 Dual Whelen Arges dedicated spot lamps with control head and SILVERADO Utility specific driver and passenger Arges mounts. $2,285.00 TN W EDGE2-21B-SILV-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,445.00 TN W EDGE2-21B-SILV-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,445.00 TN W EDGE2-21B-SILV-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $5,445.00 TN W EDGE2-HH-SILV-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, HHS3200, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,480.00 TN W EDGE2-ROT-SILV-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,445.00 TN W EDGE2-ROT-SILV-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,295.00 TN W HOWLER-SILV Whelen low frequency supplemental siren, with SILVERADO Utility mounting bracket.$1,200.00 TN W LEGACY-C21B-DT-SILV-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and $6,425.00 TN W LEGACY-C21B-DT-SILV-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and $6,425.00 TN W LEGACY-C21B-DT-SILV-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and $6,425.00 TN W LEGACY-C21B-DT-SILV-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and $6,425.00 TN W LEGACY-C21B-SILV-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVER $5,935.00 TN W LEGACY-C21B-SILV-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR $5,935.00 TN W LEGACY-C21B-SILV-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERR $5,935.00 TN W LEGACY-CHH-SILV-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held combination light/siren controller,speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERR $5,935.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W LEGACY-CHH-SILV-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR $5,935.00 TN W LEGACY-CHH-SILV-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERR $5,935.00 TN W LEGACY-CROT-DT-SILV-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, a $6,425.00 TN W LEGACY-CROT-DT-SILV-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, a $6,425.00 TN W LEGACY-CROT-DT-SILV-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE ,Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, a $6,425.00 TN W LEGACY-CROT-DT-SILV-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, an $6,425.00 TN W LEGACY-CROT-SILV-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OV $5,935.00 TN W LEGACY-CROT-SILV-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REA $5,935.00 TN W LEGACY-CROT-SILV-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVE $5,935.00 TN W LIBERTY-OPTI-C21B-DT-SILV-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier f $13,950.00 TN W LIBERTY-OPTI-CROT-DT-SILV-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier $7,755.00 TN W SLICK1-21B-SILV-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,455.00 TN W SLICK1-21B-SILV-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,455.00 TN W SLICK1-21B-SILV-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,455.00 TN W SLICK1-HH-SILV-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (BLUE).$3,790.00 TN W SLICK1-HH-SILV-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (RED).$3,790.00 TN W SLICK1-HH-SILV-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (RED/BLUE).$3,790.00 TN W SLICK1-ROT-SILV-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,385.00 TN W SLICK1-ROT-SILV-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,385.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W SLICK1-ROT-SILV-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,385.00 TN W SLICK2-21B-DT-SILV-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/ $6,555.00 TN W SLICK2-21B-SILV-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AM $6,065.00 TN W SLICK2-21B-SILV-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRI $6,065.00 TN W SLICK2-21B-SILV-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBE $6,065.00 TN W SLICK2-ROT-DT-SILV-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core-S, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets ( $6,555.00 TN W SLICK2-ROT-SILV-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO $6,065.00 TN W SLICK2-ROT-SILV-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVER $6,065.00 TN W SLICK2-ROT-SILV-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AM $6,065.00 TN W TRACER60-DUO-SILV-BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with SILVERADO mounting brackets (BLUE/WHITE).$2,645.00 TN W TRACER60-DUO-SILV-RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with SILVERADO mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$2,645.00 TN W TRACER60-DUO-SILV-RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with SILVERADO mounting brackets (RED/WHITE).$2,645.00 TN W TRACER60-DUO-SILV-RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with SILVERADO mounting brackets (RED/AMBER with override to WHITE).$2,645.00 TN W TRACER60-SILV-BW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with SILVERADO mounting brackets alternating (BLUE/WHITE).$2,320.00 TN W TRACER60-SILV-RA (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with SILVERADO mounting brackets alternating (RED/AMBER).$2,320.00 TN W TRACER60-SILV-RB (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with SILVERADO mounting brackets alternating (RED/BLUE).$2,320.00 TN W TRACER60-SILV-RW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with SILVERADO mounting brackets alternating (RED/WHITE).$2,320.00 TN W SLICK2-CHH-SILV-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WI $6,065.00 TN W SLICK2-CHH-SILV-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE $6,065.00 TN W SLICK2-CHH-SILV-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH $6,065.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION RAM PICKUP TN HAV RAM-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,030.00 TN HAV RAM-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$770.00 TN HAV RAM-CON22 Havis vehicle specific 22''L x 10''H console includes (2) 12V outlets, USB/AUX relocation plate, (1) built in accessory pocket, (2) cupholders, side mount arm rest, and necessary blanks.$1,240.00 TN PG RAM-PART Pro-gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,650.00 TN PG RAM-PB Pro-Gard push bumper.$940.00 TN PG RAM-SWB Pro-Gard steel window bars (for use with O.E.M. door panels only).$485.00 RAM WHELEN LIGHTING TN W EDGE2-21B-RAM-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 TN W EDGE2-21B-RAM-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 TN W EDGE2-21B-RAM-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $5,445.00 TN W EDGE2-HH-RAM-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, HHS3200, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,035.00 TN W EDGE2-ROT-RAM-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 TN W EDGE2-ROT-RAM-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 TN W LEGACY-C21B-DT-RAM-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih moun $6,425.00 TN W LEGACY-C21B-DT-RAM-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih moun $6,425.00 TN W LEGACY-C21B-DT-RAM-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih moun $6,425.00 TN W LEGACY-C21B-DT-RAM-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih moun $6,425.00 TN W LEGACY-C21B-RAM-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LEGACY-C21B-RAM-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W LEGACY-C21B-RAM-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LEGACY-CHH-RAM-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LEGACY-CHH-RAM-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LEGACY-CHH-RAM-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 TN W LEGACY-CROT-DT-RAM-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mo $6,425.00 TN W LEGACY-CROT-DT-RAM-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mo $6,425.00 TN W LEGACY-CROT-DT-RAM-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mo $6,425.00 TN W LEGACY-CROT-DT-RAM-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mo $6,425.00 TN W LEGACY-CROT-RAM-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LEGACY-CROT-RAM-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LEGACY-CROT-RAM-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LIBERTY-OPTI-C21B-DT-RAM-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and $7,755.00 TN W LIBERTY-OPTI-CROT-DT-RAM-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and $7,755.00 FORD EXPEDITION TN HAV EXP-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,015.00 TN HAV EXP-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$740.00 TN HAV EXP-CON18 Havis 18''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,085.00 TN HAV EXP-CON30 Havis 30''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,200.00 TN PG EXP-CARGO-POLY Pro-Gard - ¼'' poly cargo barrier with filler panels for use with side curtain airbags in SSV only.$885.00 TN PG EXP-CARGO-WIRE Pro-Gard - 7 gauge steel wire cargo barrier with filler panels for use with side curtain airbags in SSV only.$885.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN PG EXP-PART Pro-gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,650.00 TN PG EXP-PB Pro-Gard push bumper.$870.00 TN HAV EXP-K9 Havis K9 Transport system powder coated white.$5,390.00 EXPEDITION WHELEN LIGHTING TN W ARGES1-EXP-1 Whelen Arges dedicated spot lamp with control head with EXPEDITION specific DRIVERS SIDE Arges mount.$1,285.00 TN W EDGE2-21B-EXP-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER) $5,445.00 TN W EDGE2-21B-EXP-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AM $5,445.00 TN W EDGE2-21B-EXP-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, 21-Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMB $5,445.00 TN W EDGE2-HH-EXP-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, HHS3200 light/siren controller, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVE $4,035.00 TN W EDGE2-ROT-EXP-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBE $5,445.00 TN W EDGE2-ROT-EXP-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO $5,445.00 TN W EDGE2-ROT-EXP-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, PHOTO CELL, mounting kit, Core-S, Rotary knob Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO A $5,445.00 TN W HOWLER-EXP Whelen WCX low frequency supplemental siren, with EXPEDITION mounting bracket.$965.00 TN W LEGACY-C21B-DT-EXP-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih moun $6,195.00 TN W LEGACY-C21B-DT-EXP-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih moun $6,425.00 TN W LEGACY-C21B-DT-EXP-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih moun $6,425.00 TN W LEGACY-C21B-DT-EXP-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih moun $6,425.00 TN W LEGACY-C21B-EXP-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LEGACY-C21B-EXP-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W LEGACY-C21B-EXP-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LEGACY-CHH-EXP-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LEGACY-CHH-EXP-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LEGACY-CHH-EXP-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Hand Held controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LEGACY-CROT-DT-EXP-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mo $6,195.00 TN W LEGACY-CROT-DT-EXP-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mo $6,425.00 TN W LEGACY-CROT-DT-EXP-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mou $6,425.00 TN W LEGACY-CROT-DT-EXP-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mo $6,425.00 TN W LEGACY-CROT-EXP-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LEGACY-CROT-EXP-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,935.00 TN W LEGACY-CROT-EXP-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVE $5,935.00 TN W LIBERTY-OPTI-C21B-DT-EXP-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, 21 Button controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and $7,755.00 TN W LIBERTY-OPTI-CROT-DT-EXP-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE, Rotary Knob controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and $7,755.00 TN W SLICK1-21B-EXP-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,455.00 TN W SLICK1-21B-EXP-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,455.00 TN W SLICK1-21B-EXP-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,455.00 TN W SLICK1-HH-EXP-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200, HANDHELD Controller, speaker, and bracket (BLUE).$3,790.00 TN W SLICK1-HH-EXP-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS3200 combination light/siren Rotary knob Controller, speaker, and bracket (RED).$3,790.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W SLICK1-HH-EXP-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HH3200, HANDHELD Controller, speaker, and bracket (RED/BLUE).$3,790.00 TN W SLICK1-ROT-EXP-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,385.00 TN W SLICK1-ROT-EXP-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,385.00 TN W SLICK1-ROT-EXP-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core-S, Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,385.00 TN W SLICK2-21B-DT-EXP-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/ $6,555.00 TN W SLICK2-21B-EXP-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AM $6,065.00 TN W SLICK2-21B-EXP-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRI $6,065.00 TN W SLICK2-21B-EXP-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBE $6,065.00 TN W SLICK2-HH-EXP-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WI $3,795.00 TN W SLICK2-HH-EXP-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE $4,145.00 TN W SLICK2-HH-EXP-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core, Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH $4,145.00 TN W SLICK2-ROT-DT-EXP-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RE $6,555.00 TN W SLICK2-ROT-EXP-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO $6,065.00 TN W SLICK2-ROT-EXP-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware,Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERR $6,065.00 TN W SLICK2-ROT-EXP-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core, Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AM $6,065.00 TN W TRACER60-DUO-EXP-BW (2) Whelen 60'' DUO color Tracers (5 lamp housing) with EXPEDITION mounting brackets (BLUE/WHITE).$2,645.00 TN W TRACER60-DUO-EXP-RBW (2) Whelen 60'' DUO color Tracers (5 lamp housing) with EXPEDITION mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$2,645.00 TN W TRACER60-DUO-EXP-RW (2) Whelen 60'' DUO color Tracers (5 lamp housing) with EXPEDITION mounting brackets (RED/WHITE).$2,645.00 TN W TRACER60-DUO-EXP-RWA (2) Whelen 60'' DUO color Tracers (5 lamp housing) with EXPEDITION mounting brackets (RED/AMBER WITH OVERRIDE TO WHITE).$2,645.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W TRACER60-EXP-BW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with EXPEDITION mounting brackets alternating (BLUE/WHITE).$2,320.00 TN W TRACER60-EXP-RA (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with EXPEDITION mounting brackets alternating (RED/AMBER).$2,320.00 TN W TRACER60-EXP-RB (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with EXPEDITION mounting brackets alternating (RED/BLUE).$2,320.00 TN W TRACER60-EXP-RW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with EXPEDITION mounting brackets alternating (RED/WHITE).$2,320.00 WHELEN GENERIC TN H CG-X HAVIS CHARGE GUARD BATTERY RUN DOWN PROTECTION, INSTALLED.$225.00 TN LED BULB Whelen LED replacement bulb for left hand spot lamps.$310.00 TN LED BULB 2 Whelen LED replacement bulbs for left and right hand spot lamps.$625.00 TN PG 1GUN-MNT Pro-Gard vertical partition mount SINGLE weapon tri-Lock gun rack with handcuff key $795.00 TN PG 2GUN-MNT Pro-Gard vertical partition mount DUAL weapon tri-Lock gun rack with handcuff key $955.00 TN PKG-PSM-UNIV Havis Universal compunter mount stand, cradle sold separately.$795.00 TN RAM-VB-196-SW1 RAM universal laptop mounting kit with universal cradle.$590.00 TN W 295-CONT Whelen 295SLSA6 controller with Whelen 100/200W Scan-Lock Self-Contained Siren/Switch.$945.00 TN W 6-SWITCH Whelen 6-switch contoller.$160.00 TN W ARGES1 Whelen Arges dedicated spot lamp with control head and vehicle specific Arges mount.$1,415.00 TN W ARGES2 Whelen Arges ProFocus spot/floor combination lamp with control head and vehicle specific Arges mount.$1,390.00 TN W AVENGER-BKT Whelen dual Avenger headliner bracket.$30.00 TN W AVGR-D-HLB Whelen dual Avenger with single color per light head with headliner mount bracket.$570.00 TN W AVGR-D-UNIV Whelen dual Avenger with single color per light head with universal mount.$545.00 TN W AVGR-DUO-HLB Whelen single Avenger, dual color with headliner mount bracket.$445.00 TN W AVGR-DUO-UNIV Whelen single Avenger, dual color with universal mount.$420.00 TN W AVGR-HLB Whelen single Avenger with headliner mount bracket, single color.$420.00 TN W AVGR-UNIV Whelen single Avenger universal mount, single color.$395.00 TN W AVP Whelen administrative vehicle package includes (4) dual avengers with (2) mounted in front windshield with headliner brackets and (2) mounted in rear glass, (2) T-series light heads mounted on L-brackets in grille, and (2) T-series light heads mounted on $3,720.00 TN W DAVGR-D-HLB Whelen dual Avenger, duo color per light with headliner mount bracket $600.00 TN W DAVGR-D-UNIV Whelen dual Avenger, duo color per light with universal mount.$575.00 TN W DOM6 Whelen Dominator 6-LED traffic advisor with mount brackets, requires controller.$975.00 TN W DOM8 Whelen Dominator 8-LED traffic advisor with moun brackets, requires controller.$1,175.00 TN W DOM-CONT Whelen Traffic advisor controller.$125.00 TN W DOME-RW Whelen low profile LED red/white dome light with built in switch.$345.00 TN W HATCH Whelen perimiter enhancement light.$410.00 TN W HHS3200-LC Whelen HHS3200 hand held conrtoller Whelen 100/200W Scan-Lock Self-Contained Siren/Switch for low current applications.$870.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W HLF-UNIV Whelen - Headlight flashers, solid state (Does Not Work with All Vehicles)$330.00 TN W HOWLER WEC-X Whelen single low frequency supplemental siren, with universal mounting bracket.$965.00 TN W INNER-F-FST Whelen solo color Front Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing).$1,335.00 TN W INNER-F-XLP Whelen EXTRA low profile solo color Front Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing). $1,405.00 TN W INNER-REAR-LC Whelen solo interior sedan/suv rear inner edge with mounting tray.$1,345.00 TN W ION-2 (2) Whelen Wide Angle ION series light head universal mount with bracket (Single color or "Split" only)$485.00 TN W ION-DUO-2 (2) Whelen dual color ION series universal mount light heads.$545.00 TN W ION-SM-2 (2) Whelen Wide Angle ION series surface mount light heads (Single color or "Split" only).$485.00 TN W IONV-2 (2) Whelen ION-V series light head with puddle light and mounting bracket.$815.00 TN W L31HAF WHELEN L31 - 4'' x 7.2'' Amber beacon, installed.$775.00 TN W LEGACY48-AW Whelen 48'' Legacy WCX DUO light bar (AMBER/WHITE) with adjustable feet & Strap kit.$3,795.00 TN W LEGACY54-AW Whelen 54'' Legacy WCX DUO light bar (AMBER/WHITE) with adjustable feet & Strap kit.$3,795.00 TN W LIBERTY48-AA Whelen 48'' Liberty II solo light bar (AMBER) with adjustable feet & strap kit.$3,905.00 TN W LIBERTY54-AA Whelen 54'' Liberty II solo light bar (AMBER) with adjustable feet & strap kit.$3,905.00 TN W M4-2 (2) Whelen M4 series SOLID color light heads with black surround.$605.00 TN W M4-FLANGE-BL (2) Whelen M4 Flange Mounts $20.00 TN W M4-SPLIT-2 (2) Whelen M4 series Dual color light heads with black surround.$700.00 TN W MCRN-2 (2) Whelen Micron series light heads surface mount.$470.00 TN W MCRN-2-LB (2) Whelen Micron series light heads surface mount with L-brackets.$500.00 TN W MCRN-2-TAG (2) Whelen Micron series light heads surface mounted with tag mount bracket.$505.00 TN W MCRN-L-BRACKET (2) Whelen Micron L-Brackets $25.00 TN W MCRN-TAG-BKT Whelen Micron license plate mounting bracket.$30.00 TN W RSL CC-AW Whelen Road Side Lighting Package includes 2 (amber/white) T-Series LED's mounted in Grille, 2 (amber/white) T-Series LED's mounted to rear of body with black bezel, 1 Six head Amber directional stick installed to rear of body, Core-C programmable 6 but $2,970.00 TN W RSL SUV-AW Whelen Road Side Lighting Package includes 2 (AMBER/WHITE) T-Series LED's mounted in Grille, 2 (AMBER/WHITE) T-Series LED's mounted vertically on each side of vehicle above rear tail lights with black bezel, 1 Four head Amber directional stick installed i $2,755.00 TN W RSL TRK-AW Whelen Road Side Lighting Package includes 2 (amber/white) T-Series LED's mounted in Grille, 2 (amber/white) T-Series LED's mounted to rear tail gate with black bezel, 1 Six head Amber directional stick installed inside back glass, Core-C programmable $2,970.00 TN W RSL VAN-AW Whelen Road Side Lighting Package includes 2 (AMBER/WHITE) T-Series LED's mounted in Grille, 2 (AMBER/WHITE) T-Series LED's mounted vertically on each side of vehicle above rear tail lights with black bezel, 1 Four head Amber directional stick installed o $780.00 TN W STRIPLT-2 (2) Whelen Mega-T Plus LED light solo color surface mount light heads (NO SPLIT COLORS).$390.00 TN W STRIPLT-2-LB (2) Whelen Mega-T Plus LED light solo color light heads with (2) 90 deg mounting L-brackets (NO SPLIT COLORS).$520.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W STRIPLT-DUO-2 (2) Whelen Mega-T Plus LED light duo color surface mount light heads.$550.00 TN W STRIPLT-DUO-2-LB (2) Whelen Mega-T Plus LED light duo color light head with 90 deg mounting L-brackets.$600.00 TN W TLI-2 (2) Whelen T-Series Single Color ultra thin light heads surface mounted.$475.00 TN W TLI2-2 (2) Whelen T-series Dual Color light head with mounting bracket.$520.00 TN W TLI2-LB-2 (2) Whelen T-Series DUAL color ultra thin light heads with L-bracket.$550.00 TN W TLI2-TAG-2 (2) Whelen T-Series DUAL color ultra thin light heads mounted with tag bracket.$560.00 TN W TLI3-2 (2) Whelen TRI color T-series ultra thin series light head surface mount.$555.00 TN W TLI-BKT1 (2) Whelen Dual T-Series vertical L-bracket $35.00 TN W TLI-LB-2 (2) Whelen ION ''T'' series ultra thin light heads with L-bracket.$815.00 TN W TLI-TAG-2 (2) Whelen ION ''T'' series ultra thin light heads mounted with tag bracket $820.00 TN W TLI-TAG-BKT Whelen T-Series Tag bracket $45.00 TN W TRACER12-UNIV (2) Whelen 12'' Tracers (one lamp housing) with universal mounting brackets SOLO $1,055.00 TN W TRACER60-DUO-UNIV (2) Whelen 60'' DUO color Tracers (6 lamp housing) with universal mounting brackets $3,100.00 TN W TRACER60-UNIV (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with universal mounting brackets.$2,225.00 TN W VERTEX-FLANGE (2) Whelen Vertex surface mount flanges.$20.00 TN W VERTEX-W (2) WHELEN corner LED's to be installed in headlamps or tail lamps where possible (WHITE).$560.00 TN W VTX609C-K8A WHELEN FOUR CORNER LED KIT (WHITE) INSTALLED with WHELEN TWIST IN ADAPTER FOR FACTORY PREPPED HEAD LIGHTS/TAIL LIGHTS.$955.00 TN W CEN-CORE-21 Whelen CENCOM Core remote head siren with 21 Button control center.$1,570.00 TN W CEN-CORE-HHS Whelen CENCOM Core remote head siren with Hand Held control center.$1,570.00 TN W CEN-CORE-ROT Whelen CENCOM Core remote head siren with Rotary Knob control center.$1,570.00 TN W CEN-CORE-S Whelen CENCOM Core S one piece siren with 21 Button control center.$2,085.00 TN W DOM6-A Whelen Dominator 6-LED traffic advisor with mount brackets (AMBER).$975.00 TN W DOM8-A Whelen Dominator 8-LED traffic advisor with mount brackets (AMBER).$1,090.00 TN W EXP16 WHELEN 16-OUTPUT WECAN-X EXPANSION MODULE $365.00 TN W EXP8 WHELEN 8-OUTPUT WECAN-X EXPANSION MODULE $315.00 TN W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$530.00 TN W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$615.00 TN W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$660.00 TN W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$615.00 TN W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$660.00 TN W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$660.00 TN W L10HAP WHELEN L10 - 6'' x 6.4'' Amber beacon $360.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W LEGACY48-AA Whelen 48'' Legacy WCX DUO light bar (AMBER) with adjustable feet & Strap kit.$3,615.00 TN W SA315P Whelen 100 watt speaker with bracket.$465.00 TN W STRIPLT-DUO-2GL-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$600.00 TN W STRIPLT-DUO-2GL-RBW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$600.00 TN W STRIPLT-DUO-2GL-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$600.00 TN W STRIPLT-DUO-2RD-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$665.00 TN W STRIPLT-DUO-2RD-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$665.00 TN W STRIPLT-DUO-2RD-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$970.00 TN W STRIPLT-DUO-2RD-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$665.00 TN W STRIPLT-DUO-2RD-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$970.00 TN W STRIPLT-DUO-2RD-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$665.00 TN W STRIPLT-DUO-2RG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$665.00 TN W STRIPLT-DUO-2RG-RA (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$565.00 TN W STRIPLT-DUO-2RG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$665.00 TN W STRIPLT-DUO-2RQG-BW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$665.00 TN W STRIPLT-DUO-2RQG-RB (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$665.00 TN W STRIPLT-DUO-2RQG-RW (2) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$665.00 TN W STRIPLT-DUO-4GL-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$1,205.00 TN W STRIPLT-DUO-4GL-RBW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$1,205.00 TN W STRIPLT-DUO-4GL-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$1,205.00 TN W STRIPLT-DUO-4RQG-BW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$1,205.00 TN W STRIPLT-DUO-4RQG-RB (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$1,205.00 TN W STRIPLT-DUO-4RQG-RW (4) Whelen Mega-T LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$1,205.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W TLI-12-AA (12) Whelen T-Series SOLO color ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER).$2,860.00 TN W TLI-12-AW (12) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER/WHITE).$3,125.00 TN W TLI2-2FOG-BW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$520.00 TN W TLI2-2FOG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$520.00 TN W TLI2-2FOG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$520.00 TN W TLI2-2FOG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$520.00 TN W TLI2-2FOG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$520.00 TN W TLI2-2FOG-RW (2) Whelen T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$520.00 TN W TLI2-2GATE-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$355.00 TN W TLI2-2GATE-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$520.00 TN W TLI2-2GATE-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$520.00 TN W TLI2-2GL-BW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$520.00 TN W TLI2-2GL-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$520.00 TN W TLI2-2GL-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$520.00 TN W TLI2-2GL-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$520.00 TN W TLI2-2GL-RBW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$520.00 TN W TLI2-2GL-RW (2) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$520.00 TN W TLI2-2HATCH-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$520.00 TN W TLI2-2HATCH-RA (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$520.00 TN W TLI2-2HATCH-RB (2) Whelen T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$520.00 TN W TLI2-2LIC-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$520.00 TN W TLI2-2LIC-RAW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$520.00 TN W TLI2-2LIC-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$520.00 TN W TLI2-2PB-BW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$520.00 TN W TLI2-2PB-RBW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$520.00 TN W TLI2-2PB-RW (2) Whelen T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$520.00 TN W TLI2-2RD-BW (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$615.00 TN W TLI2-2RD-RB (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$680.00 TN W TLI2-2RD-RW (2) Whelen T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$550.00 TN W TLI2-2RQG-BW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$550.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W TLI2-2RQG-RB (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$550.00 TN W TLI2-2RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$550.00 TN W TLI2-2TAG-BW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$560.00 TN W TLI2-2TAG-RAW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$520.00 TN W TLI2-2TAG-RBW (2) Whelen T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$560.00 TN W TLI2-4GATE-BW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$1,040.00 TN W TLI2-4GATE-RAW (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$1,040.00 TN W TLI2-4GATE-RB (4) Whelen T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$1,040.00 TN W TLI2-4GL-BW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$1,040.00 TN W TLI2-4GL-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$1,040.00 TN W TLI2-4GL-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$1,040.00 TN W TLI2-4GL-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$1,040.00 TN W TLI2-4GL-RBW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$1,040.00 TN W TLI2-4GL-RW (4) Whelen T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$1,040.00 TN W TLI2-4RQG-BW (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$1,105.00 TN W TLI2-4RQG-RB (4) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$1,105.00 TN W TLI2-4RQG-RW (2) Whelen T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$1,105.00 TN W TLI2-4WW-BW (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$1,040.00 TN W TLI2-4WW-RB (2) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$1,040.00 TN W TLI2-4WW-RW (4) Whelen T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$1,040.00 TN W TLI-2-AA (2) Whelen T-Series SOLO color ultra thin light heads surface mounted (AMBER).$235.00 TN W TLI-2-AW (2) Whelen T-Series SOLO color ultra thin light heads surface mounted (AMBER/WHITE).$235.00 TN W TLI-4-AA (4) Whelen T-Series SOLO color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER).$950.00 TN W TLI-4-AW (4) Whelen T-Series SOLO color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$950.00 TN W TLI-6-AA (6) Whelen T-Series SOLO color ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER).$1,430.00 TN W TLI-6-AW (6) Whelen T-Series SOLO color ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$1,430.00 TN W TLI-8-AA (8) Whelen T-Series SOLO color ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER).$1,905.00 TN W TLI-8-AW (8) Whelen T-Series SOLO color ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER/WHITE).$1,905.00 TN W TRACER60-DUO-UNIV-AW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with universal mounting brackets (AMBER/WHITE).$2,770.00 TN W MC16PA Whelen Mini Century light bar(AMBER) with mounting feet. 16 INCH $345.00 TN W TLI2-12-AA (12) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER).$3,125.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TN W TLI2-12-AW (12) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER/WHITE).$3,125.00 TN W TLI2-2-AA (2) Whelen T-Series DUAL color ultra thin light heads surface mounted (AMBER).$520.00 TN W TLI2-2-AW (2) Whelen T-Series DUAL color ultra thin light heads surface mounted (AMBER/WHITE).$520.00 TN W TLI2-4-AA (4) Whelen T-Series DUAL color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER).$1,040.00 TN W TLI2-4-AW (4) Whelen T-Series DUAL color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$1,040.00 TN W TLI2-6-AA (6) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER).$1,560.00 TN W TLI2-6-AW (6) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$1,560.00 TN W TLI2-8-AA (8) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER).$2,080.00 TN W TLI2-8-AW (8) Whelen T-Series DUAL color ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER/WHITE).$2,080.00 TN W ULF44 WHELEN LOW CURRENT FLASHER FOR HALO/LED LIGHTS $225.00 SRUS - TN Christy.Self@AlanJay.com Ashlee.Wilson@AlanJay.com chris.wilson@alanjay.com 863-385-9610 ALL PRICES INCLUDE FREIGHT AND INSTALLATION READING SERVICE BODIES TE SLU98-SW 8' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,930.00 TE SLU108-DW 9' Reading Standard Line DRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,345.00 TE SL132-DW 11' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,270.00 TRANSPORTE EQ - GA 091521-NAF Rev. 3/2021 1 Solicitation Number: RFP #091521 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and 72 Hour LLC dba: National Auto Fleet Group, 490 Auto Center Drive, Watsonville, CA 95076 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Automobiles, SUVs, Vans, and Light Trucks with Related Equipment and Accessories from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires November 8, 2025, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended one additional year upon the request of Sourcewell and written agreement by Supplier. C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above.        091521-NAF Rev. 3/2021 2 Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be        091521-NAF Rev. 3/2021 3 returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: x Identify the applicable Sourcewell contract number; x Clearly specify the requested change; x Provide sufficient detail to justify the requested change;        091521-NAF Rev. 3/2021 4 x Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and x Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Change Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier’s employees may be required to perform work at government- owned facilities, including schools. Supplier’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell        091521-NAF Rev. 3/2021 5 contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier’s acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum; the terms of which will be negotiated directly between the Participating Entity and the Supplier. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for:        091521-NAF Rev. 3/2021 6 x Maintenance and management of this Contract; x Timely response to all Sourcewell and Participating Entity inquiries; and x Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: x Participating Entity Name (e.g., City of Staples Highway Department); x Participating Entity Physical Street Address; x Participating Entity City; x Participating Entity State/Province; x Participating Entity Zip/Postal Code; x Participating Entity Contact Name; x Participating Entity Contact Email Address; x Participating Entity Contact Telephone Number; x Sourcewell Assigned Entity/Participating Entity Number; x Item Purchased Description; x Item Purchased Price; x Sourcewell Administrative Fee Applied; and x Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased        091521-NAF Rev. 3/2021 7 by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier’s name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier’s Authorized Representative is the person named in the Supplier’s Proposal. If Supplier’s Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties.        091521-NAF Rev. 3/2021 8 E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party.For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell’s responsibility will be governed by the State of Minnesota’s Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and license to use thetrademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Supplier. b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Supplier’s trademarks in advertising and promotional materials for the purpose of marketing Supplier’s relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers,        091521-NAF Rev. 3/2021 9 resellers, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and promotional materials for the purpose of marketing the Parties’ relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party’s trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party’s trademarks only in good faith and in a dignified manner consistent with such party’s use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Supplier agrees to indemnify and hold harmless Sourcewell and its Participating Entities against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Participating Entities by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Supplier in violation of applicable patent or copyright laws. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell’s written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services.        091521-NAF Rev. 3/2021 10 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract.        091521-NAF Rev. 3/2021 11 The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: x Exercise any remedy provided by law or equity, or x Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products-Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms        091521-NAF Rev. 3/2021 12 no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer’s Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Supplier’s security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data – including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is        091521-NAF Rev. 3/2021 13 primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time.        091521-NAF Rev. 3/2021 14 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to “federal” should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier’s Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis-Bacon Act provisions.        091521-NAF Rev. 3/2021 15 C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names        091521-NAF Rev. 3/2021 16 of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier’s personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation        091521-NAF Rev. 3/2021 17 and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier not use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre-approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by an Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier’s actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322.        091521-NAF Rev. 3/2021 18 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier’s Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell 72 Hour LLC dba: National Auto Fleet Group By: __________________________ By: __________________________ Jeremy Schwartz Jesse Cooper Title: Chief Procurement Officer Title: Fleet Manager Date: ________________________ Date: ________________________ Approved: By: __________________________ Chad Coauette Title: Executive Director/CEO Date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id Number: RFP 091521 Vendor Name: 72 HOUR LLC        6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQV DSSOLHVWRDOO7DEOHV 6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ'RQRWPHUHO\DWWDFKDGGLWLRQDOGRFXPHQWVWR\RXU UHVSRQVHZLWKRXWDOVRSURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNUHVSRQG³1$´LIWKHTXHVWLRQGRHVQRWDSSO\WR\RX SUHIHUDEO\ZLWKDQ H[SODQDWLRQ   /LQH,WHP 4XHVWLRQ 5HVSRQVH  3URSRVHUௐ/HJDOௐ1DPHௐ RQHௐOHJDOௐHQWLW\ௐRQO\ ௐௐ ,QௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFWௐ DVௐ6XSSOLHU ௐ+RXUௐ//&  ,GHQWLI\ௐDOOௐVXEVLGLDU\ௐHQWLWLHVௐRIௐWKHௐ3URSRVHUௐZKRVHௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHVௐDUHௐLQFOXGHGௐLQௐWKHௐ 3URSRVDO :&$)ௐ//&:&'-5ௐ//& $ODQௐ-D\ௐ$XWRPRWLYHௐ,QF   ,GHQWLI\ௐDOOௐDSSOLFDEOHௐDVVXPHGௐQDPHVௐRUௐ'%$ௐQDPHVௐRIௐWKHௐ3URSRVHUௐRUௐ3URSRVHU VௐVXEVLGLDULHVௐLQௐ/LQHௐௐRUௐ /LQHௐௐDERYH 1$)*ௐKDVௐQXPHURXVௐVXEVLGLDULHVௐDQGௐ'%$ VௐLQFOXGLQJௐEXWௐQRWௐOLPLWHGௐWR1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ &KHYUROHWௐRIௐ:DWVRQYLOOH:DWVRQYLOOHௐ)RUG :DWVRQYLOOHௐ&'-5 :DWVRQYLOOHௐ)OHHWௐ*URXS$ODQௐ-D\ௐ&KU\VOHUௐ-HHSௐ,QF $ODQௐ-D\ௐ&KHYUROHWௐ&DGLOODF $ODQௐ-D\ௐ%XLFNௐ*0&$ODQௐ-D\ௐ$XWRௐ2XWOHW &OHZLVWRQௐ0RWRUௐ&RPSDQ\ௐ,QF $ODQௐ-D\ௐ&KU\VOHUௐ'RGJHௐ5DPௐ-HHS$ODQௐ-D\ௐ/LQFROQ $ODQௐ-D\ௐ)RUG$ODQௐ-D\ௐ1LVVDQ$ODQௐ-D\ௐ7R\RWD   3URSRVHUௐ3K\VLFDOௐ$GGUHVV ௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ  3URSRVHUௐZHEVLWHௐDGGUHVVௐ RUௐDGGUHVVHV ZZZ1DWLRQDO$XWR)OHHW*URXSFRP   3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH ௐ 7KHௐUHSUHVHQWDWLYHௐ PXVWௐKDYHௐDXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ$VVXUDQFHௐ RIௐ&RPSOLDQFH´ௐRQௐEHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐEHௐH[SHFWHGௐWRௐH[HFXWHௐWKHௐUHVXOWLQJௐ FRQWUDFW  -HVVHௐ&RRSHU)OHHWௐ0DQDJHU ௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ -FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP   3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐSURSRVDOௐ QDPHௐWLWOHௐ DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH  -HVVHௐ&RRSHU )OHHWௐ0DQDJHU  ௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP   3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐDQ\ௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH &ODUNHௐ&RRSHU)OHHWௐ0DQJHU ௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ &ODUNH&RRSHU#ZDWVRQYLOOHIOHHWJURXSFRP 7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC         3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐLQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐEXVLQHVVௐSKLORVRSK\ௐDQGௐ LQGXVWU\ௐORQJHYLW\ௐUHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐVWDUWHGௐDVௐDௐQHZௐGLYLVLRQௐRIௐௐ+RXUௐ//&ௐLQௐWKHௐVXPPHUௐRIௐௐLQௐWKHௐKHDUWௐRIௐ6RXWKHUQௐ&DOLIRUQLDௐ:HௐEHJDQௐRXUௐQHWZRUNௐZLWKௐDௐVLQJOHௐDXWRPRELOHௐGHDOHUVKLSௐDQGௐKDYHௐQRZௐ JURZQௐRXUௐQHWZRUNௐWRௐHQFRPSDVVௐQXPHURXVௐGHDOHUVKLSVௐORFDWHGௐLQௐDQGௐRXWVLGHௐRIௐ&DOLIRUQLDௐ :HௐVWDQGௐE\ௐSURYLGLQJௐRSSRUWXQLWLHVௐIRUௐDGYDQFHPHQWௐE\ௐKLULQJௐDQGௐSURPRWLQJௐIURPௐZLWKLQௐRXUௐ RUJDQL]DWLRQௐ0DQ\ௐRIௐWKHௐ)OHHWௐ0DQDJHUVௐZKRௐVWDUWHGௐZLWKௐXVௐLQௐௐDUHௐVWLOOௐZLWKௐXVௐWRGD\ௐ 7KURXJKௐWKHௐ\HDUVௐZHௐKDYHௐHYROYHGௐDQGௐDGDSWHGௐWRௐWKHௐQHZௐWHFKQRORJ\ௐGULYHQௐWUHQGVௐWKDWௐDUHௐ UHYROXWLRQL]LQJௐWKHௐDXWRPRWLYHௐLQGXVWU\ௐWRGD\ௐ+RZHYHUௐRXUௐEUDQG¶VௐIXQGDPHQWDOௐFRUHௐYDOXHVௐKDYHௐUHPDLQHGௐXQFKDQJHGௐ±ௐ:HௐDUHௐFRPPLWWHGௐWRௐGRௐULJKWௐIRUௐWKHௐPHPEHUVௐ,IௐZHௐWDNHௐFDUHௐRIௐWKHPௐWKH\ௐ ZLOOௐLQௐUHWXUQௐWDNHௐFDUHௐRIௐXVௐ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐRSHUDWLRQDOௐEOXHSULQWௐDQGௐEXVLQHVVௐSKLORVRSK\ௐKDVௐDOZD\VௐEHHQௐWKHௐ³ௐ 5,*+7¶V´ௐIRUௐHYHU\ௐPHPEHUௐ:HௐGHOLYHUௐWKHௐ5,*+7ௐYHKLFOHௐDWௐWKHௐ5,*+7ௐWLPHௐWRௐWKHௐ5,*+7ௐSODFHௐDWௐ WKHௐ5,*+7ௐSULFHௐ 7KHௐLQWHJULW\ௐRIௐRXUௐEXVLQHVVௐVWHPVௐRQௐRXUௐGHHSௐIDPLO\ௐURRWVௐLQௐWKHௐDXWRPRWLYHௐLQGXVWU\ௐ:HௐDUHௐDQGௐDOZD\VௐZLOOௐEHௐIDPLO\ௐRZQHGௐDQGௐRSHUDWHGௐZLWKௐRXUௐIXWXUHௐJHQHUDWLRQVௐDOUHDG\ௐLQௐWKHLUௐLQIDQWௐVWDJHVௐWRGD\ௐ:HௐDUHௐFRPPLWWHGௐWRௐSLRQHHULQJௐRXUௐLQGXVWU\ௐIRUௐGHFDGHVௐWRௐFRPH   :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐHYHQWௐRIௐDQௐDZDUG",IௐDZDUGHGௐWKLVௐZRXOGௐEHௐRXUௐWKௐ6RXUFHZHOOௐ&RQWUDFWௐDQGௐZHௐZRXOGௐH[HFXWHௐDVௐVXFKௐ:HௐZLOOௐFRQWLQXHௐWRௐVHUYHௐ\RXUௐPHPEHUVௐDQGௐSURYLGHௐWKHPௐZLWKௐH[FHOOHQWௐFXVWRPHUௐVHUYLFHௐZKLOHௐFRQWLQXLQJௐWRௐDGYDQFHௐFXVWRPHUௐVDWLVIDFWLRQௐ$ORQJௐZLWKௐLPSOHPHQWLQJௐQHZௐEXVLQHVVௐJURZWKௐVWUDWHJLHVௐWKDWௐZLOOௐ XOWLPDWHO\ௐODXQFKௐXVௐLQWRௐQHZௐKHLJKWVௐRQFHௐDJDLQௐ )XUWKHUPRUHௐZHௐZLOOௐODXQFKௐRXUௐ3DUWQHUௐ3URJUDPௐGHWDLOHGௐLQௐWKHௐDWWDFKHGௐ³PDUNHWLQJௐ3ODQௐ &RPSUHVVHG´ௐ=LSௐILOHௐ7KLVௐQH[WௐJHQHUDWLRQௐDSSOLFDWLRQௐZLOOௐJLYHௐPHPEHUVௐWKHௐSRZHUௐWRௐVHOHFWௐXSILWWHUVௐWKH\ௐZRXOGௐOLNHௐ1$)*ௐWRௐSDUWQHUௐZLWKௐLQௐSURYLGLQJௐVDWLVIDFWRU\ௐTXRWHVௐDQGௐVHUYLFHௐ:HௐVHHௐWUHPHQGRXVௐ YDOXHௐLQௐEXLOGLQJௐRXWௐWKHVHௐPXWXDOO\ௐEHQHILFLDOௐSDUWQHUVKLSVௐVRௐZHௐFDQௐSURYLGHௐௐVDWLVIDFWRU\ௐ WXUQNH\ௐVROXWLRQVௐWRௐWKHௐPHPEHUV   'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐZLWKௐ PHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐLQFOXGHௐVXFKௐLWHPVௐDVௐ ILQDQFLDOௐVWDWHPHQWVௐ6(&ௐILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐRIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ 8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐ DVௐDSSOLFDEOH ௐLQௐWKHௐ GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 7RௐGHPRQVWUDWHௐ1$)*¶VௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐZHௐKDYHௐXSORDGHGௐ%DQNௐ&RPPLWPHQWௐOHWWHUVௐ XQGHUௐWKHௐ)LQDQFLDOௐ6WUHQJWKௐ6HFWLRQௐRIௐWKHௐRQOLQHௐDSSOLFDWLRQௐ:HௐKDYHௐDௐGLUHFWௐOLQHௐRIௐFUHGLWௐRIௐ ௐWKDWௐZHௐDUHௐFXUUHQWO\ௐXWLOL]LQJௐZLWKௐRXUௐFXUUHQWௐDQGௐSDVWௐ6RXUFHZHOOௐ&RQWUDFWVௐ+RZHYHUௐWKLVௐQXPEHUௐLVௐQRWௐFDSSHGௐDVௐZHௐKDYHௐWKHௐIUHHGRPௐWRௐH[WHQGௐWKHௐFDSௐWRௐDFFRPPRGDWHௐWKHௐUHYROYLQJௐ QHHGVௐRIௐWKHௐPHPEHUVௐ 5HIHUHQFHGௐEHORZௐLVௐDௐVKRUWௐUHJLVWHUௐRIௐVRPHௐRIௐRXUௐPDUNHWௐVXFFHVVௐIURPௐDZDUGHGௐJRYHUQPHQWௐ FRQWUDFWVௐWKDWௐHQFRPSDVVௐRYHUௐௐZRUWKௐRIௐSURGXFWVௐDQGௐJRRGVௐXQGHUௐRXUௐFXUUHQWௐ6RXUFHZHOOௐ&RQWUDFWௐ $ௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐௐௐFRQWUDFWௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) %ௐௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐௐௐFRQWUDFWௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) &ௐ*RYHUQPHQWௐ)OHHWௐ$UWLFOHௐ+LJKOLJKWLQJௐRXUௐWUDQVDFWLRQௐZLWKௐWKHௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐSURFXULQJௐRYHUௐௐ3ROLFHௐYHKLFOHVௐWKURXJKௐ1$)*ௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) 'ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ:RUOGௐ$LUSRUWVௐ&$ௐ&RQWUDFWௐIRUௐௐௐXQGHUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)ௐIRUௐWKHௐSURFXUHPHQWௐRIௐௐYHKLFOHV (ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ&RQWUDFWௐ([WHQVLRQௐWRௐௐௐFRQWUDFWௐXQGHUௐ6RXUFHZHOOௐ &RQWUDFWௐ1$) )ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ&RQWUDFWௐIRUௐௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) *ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ5HQHZDOௐIRUௐDQRWKHUௐௐௐXQGHUௐ6RXUFHZHOOௐ&RQWUDFWௐ&ODVVௐௐௐDQGௐௐ&RQWUDFWௐ1$) +ௐ&LW\ௐRIௐ&RVWDௐ0HVDௐ&$ௐ&RQWUDFWௐௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) ,ௐ%ODQNHWௐ&RQWUDFWVௐZLWKௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐ0'ௐRIIௐRXUௐFXUUHQWௐ&ODVVௐௐௐDQGௐௐ&KDVVLVௐ&RQWUDFWௐ1$) -ௐ%ODQNHWௐ&RQWUDFWVௐZLWKௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐ0'ௐRIIௐRXUௐ&XUUHQWௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) :HௐKDYHௐDOVRௐDWWDFKHGௐRXUௐ&RPPLWPHQWௐ/HWWHU¶VௐIRUௐXQSDUDOOHOௐVXSSRUWௐIURPௐOHDGLQJௐQDWLRQDOO\ௐ UHFRJQL]HGௐXSILWௐVXSSOLHUVௐVXFKௐ7KHௐ.QDSKHLGHௐ0DQXIDFWXULQJௐ&RPSDQ\ௐ$ORQJௐZLWKௐUHJLRQDOௐVXSSOLHUVௐVXFKௐDVௐ%UDQGௐ);ௐDQGௐ3KHQL[ௐ7UXFNௐ%RG\ௐORFDWHGௐLQௐ6RXWKHUQௐ&DOLIRUQLDௐVHUYHௐDVௐUHJLRQDOௐVXSSRUWௐORFDWLRQVௐZKRPௐZHௐRIWHQௐZRUNௐDORQJVLGHௐWRௐIXOILOOௐDOOௐPHPEHUௐQHHGVௐZLWKௐSDVWௐSUHVHQWௐDQGௐIXWXUHௐ RUGHUVௐZLWKௐ1$)*ௐ ,QFOXGHGௐDUHௐDOVRௐ8SILWWHUௐ5HFRPPHQGDWLRQௐOHWWHUVௐWRௐLOOXVWUDWHௐKRZௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐ WDNHQௐDௐSURDFWLYHௐLQWHUHVWௐLQௐEXLOGLQJௐPXWXDOO\ௐEHQHILFLDOௐUHODWLRQVKLSௐZLWKௐRXUௐXSILWWHUVௐ0XWXDOLW\ௐDQGௐUHFLSURFLW\ௐUHODWLRQVKLSVௐEHWZHHQௐERG\ௐFRPSDQLHVௐDQGௐRXUௐGHDOHU¶VௐDUHௐWZRௐRIௐWKHௐNH\ௐFRPSRQHQWVௐ WKDWௐKHOSௐPHPEHUVௐUHFHLYHௐZKDWௐWKH\ௐQHHGௐLQௐDௐVPRRWKௐDQGௐHIILFLHQWௐIDVKLRQௐ ,QௐDGGLWLRQௐWKHௐDGRSWLRQௐRIௐRXUௐ&ODVVௐௐௐDQGௐௐ&RQWUDFWௐIURPௐ$QQHௐ$UXQGHOௐ&RXQW\ௐLQௐWKHௐVWDWHௐRIௐ 0DU\ODQGௐLVௐDVௐDQௐH[DPSOHௐRIௐKRZௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDWWUDFWVௐDQGௐUHWDLQVௐQHZௐFOLHQWVௐE\ௐ GHPRQVWUDWLQJௐWRௐWKHPௐWKHUH¶VௐDௐEHWWHUௐDQGௐPRUHௐHIILFLHQWௐZD\ௐRIௐILQGLQJௐWXUQNH\ௐVROXWLRQV /DVWO\ௐZHௐKDYHௐDWWDFKHGௐVXSSRUWLQJௐGRFXPHQWVௐWKDWௐKHOSௐHPSKDVL]HௐDQGௐH[HPSOLI\ௐRXUௐJURZWKௐVLQFHௐ RXUௐILUVWௐDZDUGHGௐ6RXUFHZHOOௐ&RQWUDFWௐLQௐௐ:HௐVLQFHUHO\ௐKRSHௐLWௐKHOSVௐSRUWUD\ௐRXUௐFRPPLWPHQWௐWRௐEXLOGLQJௐOLIHORQJௐUDSSRUWௐDQGௐWUXVWௐZLWKௐRXUௐSDUWQHUௐXSILWWHUVௐDQGௐPHPEHUV  :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ"ௐ2IௐRXUௐUHVSHFWLYHௐEUDQGVௐDQGௐ2(0¶VௐZHௐUHSUHVHQWௐWKHௐ86ௐPDUNHWௐVKDUHௐLVௐHVWLPDWHGௐWRௐEHௐௐ±ௐ  :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐ WKDWௐ\RXௐDUHௐSURSRVLQJ" ,WௐLVௐGLIILFXOWௐWRௐHVWLPDWHௐWKHௐPDUNHWௐVKDUHௐIRUௐWKHௐEUDQGVௐDQGௐ2(0¶VௐZHௐUHSUHVHQWௐKRZHYHUௐZHௐ HVWLPDWHௐWKDWௐLWௐVKRXOGௐEHௐWKHௐVDPHௐௐௐௐRIௐWKHௐ86ௐVKDUH  +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐEDQNUXSWF\ௐSURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO1R Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC         +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐLWௐDௐPDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐRUௐDௐVHUYLFHௐ SURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐTXHVWLRQௐ HLWKHUௐD ௐRUௐE ௐMXVWௐEHORZ ௐEHVWௐDSSOLHVௐWRௐ\RXUௐRUJDQL]DWLRQD ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐVLPLODUௐHQWLW\ ௐSURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐRIௐWKHௐ SURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,IௐDSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐLQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG" E ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ PDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ\RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐIRUFHௐDQGௐZLWKௐ \RXUௐGHDOHUௐQHWZRUNௐLQௐGHOLYHULQJௐWKHௐSURGXFWVௐDQGௐ VHUYLFHVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ\RXUௐHPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐSDUW\" 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐDௐGHDOHUௐQHWZRUNௐEHVWௐFDWHJRUL]HGௐDVௐ³$´ௐௐ'LVWULEXWHU'HDOHU5HVHOOHUௐDQGௐ'HDOHUௐ3DUWQHUௐIRUௐ  ௐ2(0ௐ0DQXIDFWXUHUVௐLQFOXGLQJௐ)RUGௐ0RWRUௐ&RPSDQ\ௐ&KHYUROHWௐ5$0ௐ *0&ௐ%XLFNௐ&KU\VOHUௐ'RGJHௐ-HHSௐ7R\RWDௐ1LVVDQௐ.,$ௐ%0:ௐ+RQGDௐ&DGLOODFௐDQGௐ9RONVZDJHQௐ$OOௐRUGHUVௐDUHௐSODFHGௐZLWKௐWKHௐIUDQFKLVHGௐGHDOHUௐDQGௐXOWLPDWHO\ௐWLWOHGௐGLUHFWO\ௐWRௐWKHௐPHPEHUௐ$OOௐDSSURSULDWHௐFHUWLILFDWLRQௐFHUWLILFDWHVௐDQGௐDXWKRUL]HGௐ'09)DFWRU\ௐOLFHQVHVௐPD\ௐEHௐIRXQGௐLQௐWKHௐ³5HODWHGௐ &HUWLILFDWLRQ´ௐVHFWLRQௐXSORDGHGௐWRௐWKLVௐ5)3ௐ,WௐVKRXOGௐEHௐQRWHGௐZHௐGRௐQRWௐVHOOௐXVHGௐHTXLSPHQWௐWRௐPHPEHUV   ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐRXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐDUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐKHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐ LQFOXGLQJௐWKLUGௐSDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVH ௐLQௐSXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ5)3 5HTXLUHGௐOLFHQVHVௐLQFOXGHௐDௐ'HDOHU¶Vௐ/LFHQVHௐDௐ)UDQFKLVHௐLVVXHGௐE\ௐWKHௐ0DQXIDFWXUHௐDௐ'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHVௐ/LFHQVHௐDVௐZHOOௐDVௐDௐ5HVHOOHU¶VௐSHUPLWௐOLFHQVHௐ$OOௐZKLFKௐ1$)*ௐDQGௐ'HDOHUௐ3DUWQHU¶VௐKROGௐ3OHDVHௐUHYLHZௐRXUௐDWWDFKPHQWௐGRFXPHQWVௐLQௐVHFWLRQௐ³5HODWHGௐ&HUWLILFDWLRQ´ௐIRUௐOLFHQVHVௐ WKDWௐZHௐHLWKHUௐVROHO\ௐRZQௐRUௐDUHௐMRLQWO\ௐRZQHGௐE\ௐRXUௐSDUWQHUௐGHDOHUVௐWKDWௐSHUWDLQௐWRௐWKLVௐ5)3ௐ$ௐOLVWௐRIௐDOOௐRXUௐOLFHQVHVௐDUHௐEHORZௐVRPHௐRIௐZKLFKௐPD\ௐQRWௐSHUWDLQௐWRௐFODVVௐௐEXWௐWRௐFODVVௐௐ &$ௐ&HUWLILFDWHௐRIௐ*RRGௐ6WDQGLQJௐ6WDWHௐRIௐ)ORULGDௐ/LFHQVHௐ&HUWLILFDWHVௐ9) 9)9) 9) 9)9) 9) 9)9) 9) 9)&$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ &$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ 'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ 'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ%XUHDXௐRIௐ$XWRPRWLYHௐUHSDLUௐ5HJLVWUDWLRQௐௐ$5'ௐ&$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ &LW\ௐRIௐ:DWVRQYLOOHௐ%XVLQHVVௐ/LFHQVHௐ1XPEHUௐ&LW\ௐRIௐ:DWVRQYLOOHௐ%XVLQHVVௐ/LFHQVHௐ1XPEHUௐ)LFWLWLRXVௐ%XVLQHVVௐ1DPHVௐIURPௐ6DQWDௐ&UX]ௐ&RXQW\ௐIRUௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ)%1ௐ &DOLIRUQLDௐ*HQHUDOௐ5HVDOHௐ&HUWLILFDWHௐ'XQௐ ௐ%UDGVWUHHWௐ1XPEHUௐ*RYHUQPHQWௐRIௐ7KHௐ'LVWULFWௐRIௐ&ROXPELDௐ&HUWLILFDWH *RYHUQPHQWௐRIௐWKHௐ'LVWULFWௐRIௐ&ROXPELDௐ7D[ௐ5HJLVWUDWLRQௐௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ7D[ௐ5HJLVWUDWLRQௐ *RYHUQPHQWௐRIௐ7KHௐ'LVWULFWௐRIௐ&ROXPELDௐ&/($1ௐ+$1'6ௐ&(57,),&$7,21 6DQௐ'LHJRௐ)UHLJKWOLQHUௐ6HOOHU¶Vௐ3HUPLW&RPPRQZHDOWKௐRIௐ9LUJLQLDௐ6WDWHௐ&RUSRUDWLRQௐ&RPPLVVLRQௐ&HUWLILFDWHௐ 6WDWHௐRIௐ0DU\ODQGௐ*RRGௐ6WDQGLQJௐ&HUWLILFDWHௐ .DQVDVௐ'HSDUWPHQWௐRIௐ5HYHQXHௐIRUௐ.DQVDVௐ&LW\ௐ3HWHUELOW1HZௐ-HUVH\ௐ'HSDUWPHQWௐRIௐ7UHDVXU\ௐ5HJLVWUDWLRQௐ&HUWLILFDWH 1HZௐ-HUVH\ௐ%XVLQHVVௐ5HJLVWUDWLRQௐ 1RWLFHௐRIௐ&RPSOLDQFHௐRIௐWKHௐ&DQWRQௐ&LW\ௐ&RGLILHGௐ2UGLQDQFHௐ(PSOR\HHௐ,QIRUPDWLRQௐ5HSRUWௐIRUௐWKHௐ6WDWHௐRIௐ1HZௐ-HUVH\ௐ 6WDWHௐRIௐ0DU\ODQGௐ1HZௐ6DOHVௐDQGௐ8VHௐWD[ௐ/LFHQVHௐ &$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐௐ6RXWKௐ&DUROLQDௐ'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHVௐ/LFHQVHௐ1XPEHUௐ 6WDWHௐRIௐ6RXWKௐ&DUROLQDௐ5HWDLOௐ/LFHQVHௐ&RPPRQZHDOWKௐRIௐ.HQWXFN\ௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐௐௐ6WDWHௐRIௐ:HVWௐ9LUJLQLDௐ'HDOHUௐ/LFHQVHௐ &RPPRQZHDOWKௐRIௐ.HQWXFN\ௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐௐௐ6WDWHௐRIௐ7HQQHVVHHௐ9HKLFOHௐ'HDOHUௐ/LFHQVH   3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐLQIRUPDWLRQௐWKDWௐ KDVௐDSSOLHGௐWRௐ\RXUௐRUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV 1RWௐ$SSOLFDEOHௐQRQH Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐUHFRJQLWLRQௐ WKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐILYHௐ\HDUV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐUHFHLYHGௐLWVௐPRVWௐSUHVWLJLRXVௐDZDUGௐIRUௐ7RSௐ3ODFHPHQWௐZLWKLQௐ)RUGௐ0RWRUௐ &RPSDQ\ௐDVௐWKHௐOHDGLQJௐGHDOHUVKLSௐLQௐ*RYHUQPHQWௐ6DOHVௐ,QௐDGGLWLRQௐRXUௐ&KHYUROHWௐEUDQGௐZDVௐKLJKO\ௐ UDQNHGௐDQGௐKRQRUHGௐௐFRQVHFXWLYHௐ\HDUVௐE\ௐ*HQHUDOௐ0RWRUV   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV :LWKLQௐRXUௐIOHHWௐGLYLVLRQௐௐRIௐRXUௐFRQWUDFWVௐZLWKLQௐWKHௐSDVWௐWKUHHௐ\HDUVௐKDYHௐEHHQௐZLWKௐJRYHUQPHQWௐ DFFRXQWV  :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐHGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV :LWKLQௐWKHௐSDVWௐௐ\HDUVௐௐRIௐRXUௐVDOHVௐKDYHௐEHHQௐWRௐJRYHUQPHQWௐDFFRXQWVௐௐRIௐZKLFKௐDUHௐZLWKLQௐWKHௐHGXFDWLRQௐVHFWRU  /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ \HDUV" :HௐKROGௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐFRQWUDFWௐZLWKௐYROXPHVௐIURPௐௐWRௐௐXQLWVௐDௐ\HDUௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUVௐ,QௐDGGLWLRQௐRXUௐ6RXUFHZHOOௐ&RQWUDFW¶VௐௐௐDQGௐௐWKDWௐZHௐKDYHௐPDLQWDLQHGௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUVௐKDVௐVROGௐFRPELQHGௐQRUWKௐRIௐௐPLOOLRQௐRIௐ&RPELQHGௐ4XDUWHUO\ௐ 6DOHV   /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐDQGௐ6XSSO\ௐ $UUDQJHPHQWVௐ 626$ ௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐWKHௐ DQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐIRFXVௐOLHVௐRQௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)*ௐKROGVௐQRௐRWKHUௐ*6$ௐ FRQWUDFWௐ6WDQGLQJௐ2IIHUVௐRUௐ6XSSO\ௐ$UUDQJHPHQWVௐRWKHUௐWKDQௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐFRQWUDFWௐௐ2XUௐ DQQXDOௐVDOHVௐYROXPHௐLVௐHVWLPDWHGௐWRௐEHௐQRUWKௐRIௐௐPLOOLRQ 7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU 3RUWௐRIௐ/RVௐ$QJHOHVௐ&$ 0Uௐ'DYHௐ&RPHU  &RXQW\ௐRIௐ9HQWXUHௐ&$ 0Uௐ-RUJHௐ%QLOOD  &LW\ௐRIௐ$XVWLQௐ7; 0Uௐ0DWWௐ6DJHU  &RXQW\ௐRIௐ6DQௐ-RDTXLQௐ&$ 0Uௐ'DYLGௐ0\HUV  &LW\ௐRIௐ3DORௐ$OWRௐ&$0Vௐ'DQLWUDௐ%DKOPDQ  7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUV HQWLW\QDPHLVRSWLRQDO LQFOXGLQJHQWLW\W\SHWKHVWDWHRUSURYLQFHWKH HQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFW V VL]HRIWUDQVDFWLRQ V DQGGROODUYROXPHVIURPWKHSDVWWKUHH\HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH <HDUV &LW\ௐRIௐ$XVWLQ *RYHUQPHQW 7H[DV7; 3XUFKDVHU ௐ9HKLFOHVௐDWௐRQFHௐ9DQVௐ DQGௐ689V 2YHUௐ0  /RVௐ$QJHOHVௐ 'HSDUWPHQWௐRIௐ :DWHUௐDQGௐ3RZHU *RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ9HKLFOHVௐ9DQVௐDQGௐ 689V 2YHUௐ0  3RUWௐRIௐ/RVௐ $QJHOHV *RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNVௐ9DQVௐDQGௐ689V 2YHUௐ0  $QQHௐ$UXQGHOௐ&RXQW\*RYHUQPHQW 0DU\ODQG0' 3XUFKDVHU 2YHUௐௐ7UXFNVௐ9DQVௐDQGௐ689V 2YHUௐ0  &LW\ௐRIௐ6DQௐ'LHJR *RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNVௐ9DQVௐ689 2YHUௐ0  7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH<RXUUHVSRQVHVKRXOGDGGUHVV LQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHURIZRUNHUV IXOOWLPHHTXLYDOHQWV LQYROYHGLQHDFKVHFWRU ZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHV RUHPSOR\HHVRIDWKLUGSDUW\ DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6DOHVௐIRUFH 2XUௐVDOHVௐIRUFHௐFRQVLVWVௐRIௐGLUHFWௐDQGௐDQௐLQGLUHFWௐVDOHVௐIRUFHௐ2XUௐGLUHFWௐVDOHVௐIRUFHௐFRQVLVWVௐRIௐGLUHFWௐ HPSOR\HHVௐDQGௐSDUWQHUௐGHDOHUVௐZKLFKௐH[FHHGVௐDQௐHPSOR\HHௐFRXQWௐRIௐௐSHUVRQQHOௐERWKௐIXOOௐWLPHௐDQGௐSDUWௐWLPHௐ0DQ\ௐRIௐRXUௐVDOHVௐIRUFHௐDUHௐVSUHDGௐDFURVVௐWKHௐ86ௐDQGௐZHௐOHYHUDJHௐRXUௐUHODWLRQVKLSVௐZLWKௐ RXUௐODUJHUௐFODVVௐGHDOHUVKLSVௐWRௐVHUYLFHௐWKHௐPHPEHUVௐORZHUௐFODVVௐYHKLFOHௐQHHGVௐDVௐZHOOௐ$ௐFURVVௐVDOHVௐ IRUFHௐ7KHVHௐLQGLYLGXDOVௐKHOSௐVXSSRUWௐRXUௐGHDOHUVKLSVௐDQGௐ1$)*ௐ)OHHWௐ'LYLVLRQௐGLUHFWO\ௐ2QௐWKHௐRWKHUௐKDQGௐRXUௐLQGLUHFWௐVDOHVௐIRUFHௐPDGHௐXSௐRIௐXSILWWHUVௐDQGௐSDUWQHUௐVXSSOLHUVௐFRQVLVWVௐRIௐRYHUௐௐSHUVRQQHOௐ ZLWKௐRXUௐSDUWQHUௐQHWZRUNௐDQGௐVDOHVௐIRUFHௐJURZLQJௐDQQXDOO\ௐ :LWKௐERWKௐGLUHFWௐDQGௐLQGLUHFWௐVDOHVௐIRUFHௐVWDIIௐZRUNLQJௐWRJHWKHUௐ1$)*ௐKDVௐEHHQௐDEOHௐWRௐVXFFHVVIXOO\ௐ JURZௐPDLQWDLQௐDQGௐVHUYLFHௐWKHௐGHPDQGௐRIௐWKHௐPHPEHUVௐ$VௐWKHௐQXPEHUௐRIௐ\RXUௐPHPEHUVௐJURZௐZHௐZLOOௐ FRQWLQXRXVO\ௐZHOFRPHௐPRUHௐVWDIIௐWRௐQRWௐRQO\ௐPHHWௐFXVWRPHUௐGHPDQGௐEXWௐDOVRௐWRௐH[FHHGௐFXVWRPHUௐH[SHFWDWLRQV  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC         'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV 2XUௐIUDQFKLVHௐQHWZRUNௐLQௐ&DQDGDௐDQGௐWKHௐ86ௐLVௐIRUWXQDWHO\ௐVHFRQGௐWRௐQRQHௐ2XUௐௐSURSRVHGௐ2(06ௐSUHYLRXVO\ௐPHQWLRQHGௐDOOௐRIௐZKLFKௐKDYHௐHVWDEOLVKHGௐDௐSUHVHQFHௐQDWLRQZLGHௐZLWKௐIDFWRU\ௐVWRUHVௐ VWUDWHJLFDOO\ௐSODFHGௐZKHUHௐDOOௐPHPEHUVௐFDQௐUHFHLYHௐVHUYLFHௐDQGௐFRPSOHWHௐZDUUDQW\ௐUHSDLUVௐZLWKௐWKHLUௐUHVSHFWLYHௐSURGXFWV ௐ6LPSOHௐSXWௐWKHௐ1RUWKௐ$PHULFDQௐDQGௐ&DQDGLDQௐDXWRPRELOHௐVXSSO\ௐFKDLQௐQHWZRUNௐLVௐRQHௐRIௐWKHௐEHVWௐLQௐWKHௐZRUOGௐ2IௐWKHௐௐEUDQGVௐZHௐUHSUHVHQWௐWKHௐ2(0VௐKDYHௐSXWௐLQௐSODFHௐDௐGHDOHUௐQHWZRUNௐDFURVVௐDOOௐௐ VWDWHVௐWKDWௐZLOOௐDOORZௐXVௐWRௐEHVWௐVHUYHௐDOOௐPHPEHUV   6HUYLFHௐIRUFH 7KHௐௐPDQXIDFWXUHVௐZHௐUHSUHVHQWௐKDYHௐWKRXVDQGVௐRIௐVHUYLFHௐORFDWLRQVௐWKDWௐZRXOGௐEHௐHDVLO\ௐDFFHVVLEOHௐWRௐDOOௐ\RXUௐPHPEHUVௐ6HUYLFHௐFHQWHUVௐDQGௐZDUUDQW\ௐUHSDLUௐIDFLOLWLHVௐIRUௐDOOௐௐ2(0VௐDUHௐDPSOHௐDQGௐ UHDG\ௐWRௐKHOSௐVHUYLFHௐRXUௐPHPEHUVௐDQGௐWKHLUௐQHHGVௐ+RZHYHUௐ$ODVNDௐDQGௐ+DZDLLௐPD\ௐEHௐH[FHSWLRQVௐ DVௐWKH\ௐPD\ௐKDYHௐIDUWKHUௐGLVWDQFHVௐEHWZHHQௐIUDQFKLVHVௐZKHUHௐPHPEHUVௐFDQௐXWLOL]HௐWKHௐUHSDLUௐVHUYLFHV   'HVFULEHௐWKHௐRUGHULQJௐSURFHVVௐ,IௐRUGHUVௐZLOOௐEHௐ KDQGOHGௐE\ௐGLVWULEXWRUVௐGHDOHUVௐRUௐRWKHUVௐH[SODLQௐWKHௐUHVSHFWLYHௐUROHVௐRIௐWKHௐ3URSRVHUௐDQGௐRWKHUV 7KHௐPHPEHUௐPD\ௐRUGHUௐWKHLUௐYHKLFOHVௐE\ௐQDYLJDWLQJௐWRௐRXUௐZHEVLWHௐZZZ1DWLRQDO$XWR)OHHW*URXSFRPௐ DQGௐJRLQJௐWKURXJKௐWKHௐVWHSE\VWHSௐSURFHVVௐWRௐJHQHUDWHௐDQௐRQOLQHௐTXRWHௐRUௐE\ௐFDOOLQJௐRQHௐRIௐRXUௐUHSUHVHQWDWLYHVௐDWௐௐRUௐE\ௐVHQGLQJௐ1$)*ௐDQௐHPDLOௐDWௐ)OHHW#1DWLRQDO$XWR)OHHW*URXSFRPௐ2UGHUVௐDUHௐWKHQௐSURFHVVHGௐGLUHFWO\ௐWRௐWKHௐPDQXIDFWXUHUௐZKRௐZLOOௐZRUNௐWRௐVXSSO\ௐWKHௐYHKLFOHௐWRௐWKHௐVKLS WRௐORFDWLRQௐIRUௐXSILWWLQLJௐRUௐHQGௐXVHUௐGHVLUHGௐGHOLYHU\ௐORFDWLRQ   'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐSURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐVHUYLFHௐSURJUDPௐLIௐDSSOLFDEOHௐௐ ,QFOXGHௐ\RXUௐUHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐFRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐLQFHQWLYHVௐWKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐVHUYLFHௐJRDOVௐRUௐ SURPLVHV 7RௐEHVWௐGHPRQVWUDWHௐRXUௐ&XVWRPHUௐ6HUYLFHௐSURJUDPௐNLQGO\ௐUHIHUHQFHௐWKHௐ=,3ௐILOHௐ³0HPEHUௐ:DONௐ7KURXJK´ௐWKDWௐLVௐDWWDFKHGௐLQௐWKHௐ$GGLWLRQDOௐ'RFXPHQWVௐIROGHUௐ3OHDVHௐEHJLQௐZLWKௐDQGௐUHYLHZௐLQௐRUGHUௐWKDWௐ LVௐH[SODLQHGௐEHORZௐ +RZௐ0HPEHUVௐ&DQௐ*HWௐ4XRWHVௐ2QOLQHௐௐ$ௐPHPEHUௐFDQௐREWDLQௐPRVWௐTXRWHVௐE\ௐYLVLWLQJௐRXUௐZHEVLWHௐ ZZZ1DWLRQDO$XWR)OHHW*URXSFRPௐZKHUHௐDௐVLPSOHௐRQHௐVWHSௐIRUPௐLVௐQHHGHGௐIRUௐUHJLVWUDWLRQௐ7KLVௐLVௐWRௐSURWHFWௐWKHௐSULFHௐLQIRUPDWLRQௐIURPௐQRQPHPEHUVௐ2QFHௐDௐPHPEHUௐUHJLVWHUVௐWKH\ௐZLOOௐUHFHLYHௐDQௐ DXWRPDWHGௐZHOFRPHௐHPDLOௐZLWKௐDௐGHPRௐYLGHRௐRQௐKRZௐWRௐXVHௐRXUௐVLWHௐ0HPEHUVௐZLOOௐJDLQௐDFFHVVௐWRௐ WKHUHௐYHU\ௐRZQௐGDVKERDUGௐZKLFKௐZLOOௐKRXVHௐDOOௐWKHUHௐTXRWHVௐLQௐRQHௐVDIHௐVHFXUHௐORJLQௐ0HPEHU¶VௐFDQௐVHOHFWௐZKLFKௐEUDQGௐWKH\ௐDUHௐORRNLQJௐIRUௐDQGௐPRGHOௐ\HDUௐ2XUௐVLWHௐVKRZVௐDOOௐWKHௐFDWHJRULHVௐWKHௐEUDQGௐ RIIHUVௐVXFKௐDVௐ&DUVௐ9DQVௐ689¶Vௐ7UXFNVௐDQGௐ&KDVVLVௐ&DEVௐ0HPEHUVௐZLOOௐWKHQௐEHௐDEOHௐWRௐGULOOௐGRZQௐ IRUௐWKHௐULJKWௐVHOHFWLRQௐE\ௐSLFNLQJௐIURPௐWKHௐILOWHUௐPHQXௐRIௐZKDWௐFDEௐWKHUHௐORRNLQJௐIRUௐ 5HJXODUௐ([WHQGHGௐRUௐ&UHZ ௐWRௐௐZKHHOௐRUௐௐZKHHOௐGULYHௐGRZQௐWRௐWKHௐEHGௐOHQJWKௐWKHUHௐORRNLQJௐIRUௐௐ$OOௐIDFWRU\ௐRSWLRQVௐDUHௐ WKHQௐSUHVHQWHGௐIRUௐWKHௐPHPEHUௐWRௐVHOHFWௐIURPௐWKLVௐZLOOௐVKRZௐDOOௐFXUUHQWௐIDFWRU\ௐRUGHUDEOHௐRSWLRQVௐWDNLQJௐ WKHௐJXHVVௐZRUNௐRXWௐIRUௐWKHௐPHPEHUௐ2QFHௐDௐPHPEHUௐVHOHFWVௐDௐGHVLUHௐEXLOGௐWKH\ௐZLOOௐVHHௐWKHUHௐ6RXUFHZHOOௐ3ULFHௐUHSRUWௐVKRZLQJௐWKHௐ0653ௐWKHUHௐFRQWUDFWௐSULFHௐWKHௐVDYLQJௐLQௐUHDOௐGROODUVௐDQGௐDVௐDௐ SHUFHQWDJHௐ,QௐWKHௐ3')ௐH[DPSOHௐ\RXௐFDQௐVHHௐDௐVDYLQJௐRIௐௐௐRIௐௐWRௐWKHௐPHPEHUௐ VKRZLQJௐDௐVLJQLILFDQWௐVDYLQJVௐ0HPEHUVௐWKHQௐFDQௐFKRVHௐWRௐDGGௐH[WUD¶VௐWRௐWKHUHௐRUGHUௐOLNHௐH[WUDௐNH\V¶ௐVHUYLFHௐPDQXDOVௐVDOHVௐWD[ௐDQGௐHYHQௐUHTXHVWௐDQௐXSILWௐWRௐEHௐDGGHGௐWRௐWKHUHௐTXRWHௐ/DVWO\ௐWKH\ௐZLOOௐEHௐ JLYHQௐDௐFRPSOHWHௐWXUQௐNH\ௐTXRWHௐSDFNDJHௐWRௐSULQWௐZKLFKௐZLOOௐLQFOXGHௐWKHUHௐFXVWRPL]HGௐ4XRWHௐ,'ௐ'HVFULSWLRQௐDQGௐ6SHFLILFDWLRQVௐRIௐZKDWௐWKH\ௐEXLOWௐௐௐ +RZௐ0HPEHUVௐDQGௐ8SILWWHUVௐFDQௐ3DUWQHUௐZLWKௐ1$)*ௐ2XUௐGHGLFDWHGௐZHEVLWHௐZZZ1$)*3DUWQHUFRPௐZDVௐEXLOWௐWRௐDFFRPPRGDWHௐWKHௐPHPEHUௐZKRௐZRXOGௐOLNHௐDௐFHUWDLQௐXSILWWHUௐWRௐXSILWௐWKHUHௐYHKLFOHVௐ,WௐZDVௐDOVRௐEXLOWௐIRUௐXSILWWHUVௐWRௐKDYHௐDௐSODFHௐWRௐJRௐZKHUHௐWKH\ௐFDQௐILQGௐLQIRUPDWLRQௐRQௐKRZௐWRௐSDUWQHUௐZLWKௐ1$)*ௐ WRௐEHWWHUௐVHUYHௐWKHUHௐORFDOௐPHPEHUVௐ([DPSOHௐRIௐ$ௐ0HPEHUௐZLWKௐ8SILWௐ4XRWHௐ7KLVௐLVௐDQௐH[DPSOHௐRIௐKRZௐZHௐXVHௐRXUௐ&DEௐ&KDVVLVௐDQGௐFRPELQHௐWKHPௐZLWKௐDQௐXSILWௐWRௐSURYLGHௐDௐWXUQNH\ௐVROXWLRQௐIRUௐWKHௐPHPEHUௐLQௐDௐVLPSOHௐWRௐIROORZௐIRUPDWௐ (7$ௐ6\VWHPௐIRUௐ0HPEHUVௐ:DONௐ7KURXJKௐ7KLVௐLVௐZKHUHௐPHPEHUVௐFDQௐHDVLO\ௐFRPHௐWRௐRXUௐZHEVLWHௐWKHௐ VDPHௐZHEVLWHௐWKH\ௐEXLOWௐWKHUHௐFKDVVLVௐRQௐDQGௐWUDFNௐWKHUHௐRUGHUௐOLNHௐWKH\ௐZRXOGௐDௐ836ௐSDFNDJHௐ:Hௐ KDYHௐDௐYHU\ௐVLPSOHௐGLVSOD\ௐRQௐRXUௐKRPHSDJHௐ³7UDFNௐ\RXUௐRUGHU´ௐZKHUHௐPHPEHUVௐFDQௐHQWHUௐRQHௐRIௐWKHௐIROORZLQJௐ3XUFKDVHௐ2UGHUௐ1XPEHUௐ4XRWHௐ,'ௐ8SILWௐ4XRWHௐ,'ௐRUௐYLQௐWRௐHDVLO\ௐVHHௐWKHUHௐLQௐWKHௐSURFHVVௐ WKHUHௐSDUWLFXODUௐRUGHUௐLVௐLQௐ &RXUWHV\ௐ&RQILUPDWLRQௐ([SODLQHGௐ$IWHUௐ1$)*ௐUHFHLYHVௐDQௐRUGHUௐIURPௐDௐ0HPEHUௐZHௐDOZD\VௐOLNHௐWRௐ VHQGௐWKHPௐDௐ&RXUWHV\ௐ&RQILUPDWLRQௐ7KLVௐLVௐZHUHௐWKHௐPHPEHUௐZLOOௐGRXEOHௐFKHFNௐVRPHௐSDUWLFXODUVௐRQௐ WKHUHௐRUGHUௐOLNHௐ&RORUௐ4XDQWLW\ௐ8SILWௐDQGௐ6SHFLILFDWLRQ¶VௐDUHௐDOOௐFRUUHFWௐEHIRUHௐRUGHUௐSODFHPHQWௐௐ:HௐDOVRௐOLNHௐWRௐDVNௐIRUௐWLWOHௐLQIRUPDWLRQௐDWௐWKLVௐSRLQWௐVRௐZHௐFDQௐKHOSௐSURFHVVௐWKHௐSDSHUZRUNௐDWௐGHOLYHU\ௐ SURPSWO\ ௐௐ)DFWRU\ௐ2UGHUௐ&XWௐ2IIௐ1RWLFHVௐ+HUHௐLVௐZHUHௐZHௐOLNHௐWRௐKLJKOLJKWௐZHUHௐPHPEHUVௐFDQௐDFFHVVௐDQ\ௐ XSFRPLQJௐIDFWRU\ௐRUGHUௐFXWௐRIIௐGDWHVௐ:HௐZDONௐWKHPௐWKURXJKௐWKHௐSURFHVVௐVWHSௐE\ௐVWHSௐWRௐHQVXUHௐHYHU\RQHௐNQRZVௐWKHௐXSFRPLQJௐRUGHUௐFXWௐRIIௐGDWHௐZHௐHYHQௐSULQWௐWKLVௐLQIRUPDWLRQௐ LIௐNQRZQௐDWௐWKHௐWLPH ௐULJKWௐRQௐWKHௐFRYHUௐSDJHௐRIௐWKHUHௐTXRWHVௐ 9DOLGDWLRQௐ:DONௐ7KURXJKௐ([DPSOHௐ7RௐGHPRQVWUDWHௐDௐSULFHௐYDOLGDWLRQௐZHௐVKRZௐZKDWௐDௐPHPEHUௐZRXOGௐVHHௐZKHQௐWKH\ௐEXLOGௐDௐWUXFNௐRQௐRXUௐVLWHௐ$WௐFKHFNௐRXWௐWKHௐPHPEHUௐZRXOGௐVHHௐWKHௐ7RWDOௐ&RQILJXUHGௐ 0653ௐRIௐௐௐ$ௐ6RXUFHZHOOௐ3ULFHௐRIௐௐௐ7RWDOௐ6DYLQJௐRIௐௐௐRUௐௐIRUௐDௐௐ)ௐIROORZHGௐE\ௐWKHௐSULFLQJௐSDJHௐZKLFKௐVKRZVௐWKHௐ0LQLPXPௐ'LVFRXQWௐRIௐDWௐOHDVWௐௐ$Vௐ\RXௐVHHௐZHௐSURYLGHGௐDQௐDGGLWLRQDOௐௐGLVFRXQWௐRQௐWRSௐRIௐWKHௐௐFRQWUDFWௐGLVFRXQWௐ7KLVௐZRXOGௐEHௐ WKHௐFDVHௐLQௐPRVWௐLQVWDQFHV  'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐ SURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ HQWLWLHVௐLQௐWKHௐ8QLWHGௐ6WDWHV 2XUௐZLOOLQJQHVVௐDQGௐDELOLW\ௐWRௐVHUYLFHௐPHPEHUVௐQDWLRQZLGHௐLVௐXQSDUDOOHOHGௐ:HௐKDYHௐGHGLFDWHGௐVWDIIௐௐ GD\VௐDௐZHHNௐIURPௐDPௐWRௐSPௐVWDQGLQJௐE\ௐUHDG\ௐWRௐDVVLVWௐDQ\ௐPHPEHUௐKHOSௐILQGௐWKHௐEHVWௐVROXWLRQௐIRUௐ WKHUHௐQHHGVௐHYHQௐLIௐKHOSLQJௐDVVLVWௐWKHPௐWRௐWKHௐEHVWௐ6RXUFHZHOOௐ&RQWUDFWௐWKDWௐFRXOGௐEHௐDௐVROXWLRQௐ:HௐKDYHௐDௐGHGLFDWHGௐOLYHௐFKDWௐIHDWXUHௐRQௐRXUௐRQOLQHௐTXRWHௐJHQHUDWLQJௐZHEVLWHௐLQௐFDVHௐDQ\ௐPHPEHUௐKDVௐ DQ\ௐWURXEOHௐDWௐDOOௐLQௐEXLOGLQJௐWKHUHௐTXRWHVௐ1$)*ௐKDVௐHVWDEOLVKHGௐDௐFKDLQௐRIௐVXSSOLHUVௐZKRௐDUHௐDWௐWKHௐ UHDG\ௐWRௐVHUYHௐLIௐFDOOHGௐXSRQௐE\ௐDQ\ௐPHPEHUௐ:HௐDUHௐKHUHௐWRௐKHOS   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐ SURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD :HௐDUHௐZLOOLQJௐDQGௐHDJHUௐWRௐVRRQௐH[WHQGௐRXUௐEXVLQHVVௐPRGHOௐDQGௐQHWZRUNௐLQWRௐ&DQDGDௐ:HௐEHOLHYHௐ SDUWQHULQJௐZLWKௐORFDOௐ&DQDGLDQௐEDVHGௐGHDOHUௐJURXSVௐLVௐNH\ௐWRௐVXFFHVVௐLQௐWKHௐ&DQDGLDQௐPDUNHWௐ1$)*¶VௐFRPSHWLWLYHௐSULFLQJௐDVௐZHOOௐDVௐDௐVLPSOHௐ86ௐ'ROODUௐWRௐ&DQDGLDQௐFRQYHUVDWLRQௐZLOOௐKHOSௐ1$)*ௐH[SDQGௐLQWRௐWKHௐ&DQDGLDQௐPDUNHWௐIRUௐSDUWLFLSDWLQJௐ6RXUFHZHOOௐPHPEHUV   ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ&DQDGDௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐKDQGOHௐVHUYLFLQJௐௐRIௐDOOௐJHRJUDSKLFௐDUHDVௐORFDWHGௐLQௐWKHௐ8QLWHGௐ6WDWHVௐௐ$OWKRXJKௐLWௐLVௐXQFOHDUௐZKDWௐXQVHHQௐREVWDFOHVௐZHௐPD\ௐIDFHௐLQௐ&DQDGDௐ1$)*ௐLVௐFRPPLWWHGௐWRௐEXLOGLQJௐWKHௐVDPHௐPRGHOௐWRௐVHUYLFHௐ&DQDGDௐDQGௐSURYLGLQJௐWKHௐVDPHௐOHYHOௐRIௐFXVWRPHUௐVDWLVIDFWLRQௐ VHUYLFHௐDQGௐFDUHௐDVௐLQௐWKHௐ8QLWHGௐ6WDWHV  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC         ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐVHFWRUVௐ LHௐJRYHUQPHQWௐHGXFDWLRQௐQRWIRUSURILW ௐWKDWௐ\RXௐ ZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFWௐ([SODLQௐLQௐGHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐKDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐ FRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐDELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" 1$)*ௐZLOOௐFRQWLQXHௐWRௐVHUYLFHௐDOOௐ6RXUFHZHOOௐ0HPEHUVௐWKURXJKௐRXUௐௐKRXUௐDௐGD\ௐௐGD\VௐDௐZHHNௐRQOLQHௐSRUWDOௐZLWKௐWKHௐH[FOXVLRQௐRIௐ1RQ3URILWVௐ8QIRUWXQDWHO\ௐ1RQ3URILWVௐDUHௐRIWHQௐQRWௐHOLJLEOHௐIRUௐWKHௐ VDPHௐGLVFRXQW¶VௐJRYHUQPHQWௐHQWLWLHVௐDUHௐTXDOLILHGௐIRUௐ+RZHYHUௐ1RQ3URILWVௐDUHௐVXEMHFWௐWRௐDௐGLIIHUHQWௐSULFLQJௐSURJUDPௐDQGௐZLOOௐEHௐHYDOXDWHGௐRQௐDௐFDVHௐWRௐFDVHௐEDVLV  'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐ UHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐDQGௐLQௐ86ௐ7HUULWRULHV 7KHௐRQO\ௐSRVVLEOHௐORJLVWLFDOௐFRQVWUDLQWVௐZHௐPD\ௐIDFHௐLVௐWKHௐVKLSSLQJௐFRQVWUDLQWVௐIRUௐVKLSPHQWVௐDUULYLQJௐLQௐ $ODVNDௐ+DZDLLௐDQGௐ86ௐ7HUULWRULHVௐ)RUௐH[DPSOHௐZHௐRIWHQௐSURYLGHௐPHPEHUVௐLQௐ$ODVNDௐRUௐ+DZDLLௐZLWKௐYHKLFOHVௐWKDWௐRIWHQௐKDYHௐXSILWVௐ7RௐFLUFXPYHQWௐWKLVௐSRWHQWLDOௐLVVXHௐPHPEHUVௐDOORZௐXVௐWRௐDGGௐWKHVHௐH[WUDௐ VKLSSLQJௐDQGௐSRUWௐFRVWVௐWRௐWKHLUௐTXRWHV  7DEOH0DUNHWLQJ3ODQ /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐSURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ8SORDGௐ UHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐPDUNHWLQJௐ PDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐHQFRPSDVVHVௐDௐYDULHW\ௐRIௐPDUNHWLQJௐVWUDWHJLHVௐWRௐSURPRWHௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐVWUHDPOLQHௐWKHௐYHKLFOHௐSXUFKDVLQJௐSURFHVVௐIRUௐJRYHUQPHQWௐHQWLWLHVௐௐௐ%HORZௐDUHௐDௐIHZௐVWUDWHJLHVௐ XVHGௐWRௐVHUYHௐDVௐWKHௐJDWHZD\ௐEHWZHHQௐRXUௐEXVLQHVVௐDQGௐSXEOLFௐDJHQFLHVௐௐ :HEVLWHௐDQGௐ,QERXQGௐ0DUNHWLQJௐௐ7KHௐFUHDWLRQௐRIௐDௐSURIHVVLRQDOௐFXVWRPHUIRFXVHGௐZHEVLWHௐLVௐRQHௐRIௐRXUௐPDLQௐ IHDWXUHVௐWRௐPDUNHWௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐ7KHௐ1$)*ௐZHEVLWHௐHQFRXUDJHVௐRXUௐPHPEHUVௐWRௐLQWHUDFWௐDQGௐEURZVHௐWKURXJKௐSURGXFWVௐRIIHUHGௐDORQJௐZLWKௐSULFLQJௐDQGௐLQIRUPDWLRQௐDERXWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ,QERXQGௐPDUNHWLQJௐLVௐFUHDWHGௐZKHQௐSRWHQWLDOௐPHPEHUVௐDUHௐGLUHFWHGௐWRௐWKHௐFRPSDQ\ௐZHEVLWHௐௐ:LWKௐWKLVௐPHWKRGௐZHௐ DUHௐDEOHௐWRௐQRWௐRQO\ௐFRQQHFWௐZLWKௐPHPEHUVௐEXWௐWRௐSXWௐWKHௐSXUFKDVLQJௐDELOLW\ௐLQWRௐWKHௐKDQGVௐRIௐHDFKௐPHPEHUௐௐ2XUௐLQERXQGௐPDUNHWLQJௐVWUDWHJ\ௐDWWUDFWVௐPHPEHUVௐE\ௐFUHDWLQJௐYDOXDEOHௐFRQWHQWௐDQGௐH[SHULHQFHVௐWDLORUHGௐWRௐWKHௐQHHGVௐRIௐHDFKௐLQGLYLGXDOௐ([DPSOHVௐLQFOXGHௐHPDLOௐFDPSDLJQௐIO\HUVௐRQௐRXUௐSURGXFWVௐLQIRUPDWLYHௐDQGௐKRZWRௐ YLGHRVௐVRFLDOௐPHGLDௐDQGௐHQJDJLQJௐPHPEHUVௐZLWKௐWRSQRWFKHGௐFXVWRPHUௐVHUYLFHௐWRௐEXLOGௐEUDQGௐDZDUHQHVVௐ (PDLOௐ0DUNHWLQJௐ2QHௐRIௐWKHௐPDLQௐVWUDWHJLHVௐXVHGௐWRௐHQJDJHௐFXUUHQWௐDQGௐSRWHQWLDOௐPHPEHUVௐLVௐ(PDLOௐ 0DUNHWLQJௐ2XUௐHPDLOVௐLQFOXGHௐGLIIHUHQWௐW\SHVௐRIௐIO\HUVௐWKDWௐFRQVLVWௐRIௐLQIRUPDWLRQௐRIௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐSURPRWLQJௐPDQXIDFWXUHUௐEUDQGVௐKROLGD\ௐWKHPHGௐIO\HUVௐGLVFRXQWVௐRIIHUHGௐWRௐILUVWௐWLPHௐEX\HUVௐLPSRUWDQWௐFXWRIIௐ GDWHௐUHPLQGHUVௐDQGௐXSFRPLQJௐSURGXFWVௐDQGௐHYHQWVௐௐ 7KHௐXVHௐRIௐPDUNHWLQJௐFDPSDLJQVௐSOD\VௐDௐPDMRUௐUROHௐLQௐHQKDQFLQJௐWKHௐJURZWKௐRIௐRXUௐFOLHQWௐGDWDEDVHௐௐ(PDLOVௐDUHௐDௐELJௐSDUWௐRIௐRXUௐGDLO\ௐOLYHVௐGXHௐWRௐJRYHUQPHQWௐDJHQF\ௐHPSOR\HHVௐXWLOL]LQJௐHPDLOVௐDVௐWKHLUௐPDLQௐVRXUFHௐRIௐ FRPPXQLFDWLRQௐௐ:HௐXVHௐFDPSDLJQHUFRPௐDVௐWKHௐHPDLOLQJௐSODWIRUPௐWRௐUHDFKௐRXUௐWDUJHWௐPHPEHUVௐௐ9LGHRVௐDQGௐ GHVFULSWLYHௐLPDJHVௐDUHௐXVHGௐRQௐDOOௐIO\HUVௐDQGௐDUHௐFRPSDWLEOHௐZLWKௐDௐGHVNWRSௐRUௐPRELOHௐGHYLFHௐௐ0HVVDJHVௐDUHௐVKRUWௐDQGௐWRௐWKHௐSRLQWௐZLWKௐOLQNVௐOHDGLQJௐWRௐWKHௐ6RXUFHZHOOௐDQGௐ1$)*ௐKRPHSDJHௐௐ7KHௐ&DPSDLJQHUௐHPDLOௐ V\VWHPௐDOORZVௐWKHௐDELOLW\ௐWRௐWUDFNௐHPDLOௐDFWLYLW\ௐEDVHGௐRQௐRSHQௐUDWHௐXQVXEVFULEHVௐDQGௐOLQNௐFOLFNVௐZKLFKௐLVௐ EHQHILFLDOௐWRௐXQGHUVWDQGLQJௐHPDLOௐHIIHFWLYHQHVVௐௐ 2QFHௐSRWHQWLDOௐPHPEHUVௐDUHௐGLUHFWHGௐWRௐRXUௐZHEVLWHௐWKH\ௐDUHௐZHOFRPHGௐZLWKௐDௐZLGHௐUDQJHௐRIௐRSWLRQVௐWRௐ H[SORUHௐDQௐDUUD\ௐRIௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐ7KH\ௐDUHௐDEOHௐWRௐUHJLVWHUௐWRௐEHFRPHௐDௐPHPEHUௐYLHZௐSULFLQJௐH[SORUHௐDYDLODEOHௐLQVWRFNௐYHKLFOHVௐYLHZௐKRZWRYLGHRVௐEXLOGௐDௐYHKLFOHௐRQOLQHௐWRௐUHTXHVWௐDQௐLPPHGLDWHௐTXRWHௐ RUௐXVHௐRXUௐOLYHௐFKDWௐDVVLVWDQWௐRUௐFDOOHPDLOௐIRUௐOLYHௐVXSSRUWௐௐ )DFHௐWRௐ)DFHௐ0DUNHWLQJௐ6WUDWHJLHVௐௐ7KLVௐVWUDWHJ\ௐKDVௐSURYHQௐWRௐEHௐVXFFHVVIXOௐLQௐJHQHUDWLQJௐOHDGVௐDQGௐ FUHDWLQJௐODVWLQJௐUHODWLRQVKLSVௐE\ௐGHYHORSLQJௐJHQXLQHௐFRQQHFWLRQVௐZLWKௐSURVSHFWLYHௐPHPEHUVௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDWWHQGVௐVHYHUDOௐWUDGHVௐVKRZVௐSHUௐ\HDUௐWRௐHQJDJHௐPHPEHUVௐDQGௐSXWௐDௐIDFHௐWRௐWKHௐFRPSDQ\ௐ7KLVௐLQௐSHUVRQௐPHHWLQJௐDLGVௐWRௐEXLOGௐWKHௐEUDQGௐE\ௐQXUWXULQJௐUHODWLRQVKLSVௐEHWZHHQௐPHPEHUVௐDQGௐRWKHUௐYHQGRUVௐ DVVRFLDWHGௐWKURXJKௐWKHௐSURFHVVௐௐௐ7UDGHௐVKRZVௐDWWHQGHGௐLQFOXGHௐ*);ௐ,$332ௐ1,*3ௐ$&7ௐ&$332ௐDQGௐ&$6%2ௐWKURXJKRXWௐWKHௐ8QLWHGௐ6WDWHVௐௐ 1$)*ௐKDVௐPDQ\ௐRSSRUWXQLWLHVௐWRௐPDNHௐLQௐSHUVRQௐSUHVHQWDWLRQVௐWRௐSURSRVHௐSURGXFWVௐVHUYLFHVௐRIIHUHGௐDQGௐWRௐDQVZHUௐDQ\ௐTXHVWLRQVௐSRWHQWLDOௐPHPEHUVௐPD\ௐKDYHௐௐ7KHVHௐ3RZHU3RLQWௐ3UHVHQWDWLRQVௐLQFOXGHௐWRSLFVௐRQௐ 1$)*6RXUFHZHOOௐSURFHVVௐKRZௐWRௐIDFLOLWDWHௐWKHௐYHKLFOHௐSXUFKDVLQJௐZLWKRXWௐELGGLQJௐLQIRUPDWLRQDOௐYLGHRVௐDQGௐ WKHௐEUDQGVௐDQGௐVHUYLFHVௐZHௐSURYLGHௐ7KHVHௐPHHWLQJVௐKDYHௐEHHQௐKHOGௐDWௐORFDOௐFLWLHVௐFRXQWLHVௐVFKRROௐGLVWULFWVௐZDWHUௐGLVWULFWVௐDQGௐSRUWV 5HODWLRQVKLSௐ0DUNHWLQJௐLVௐDௐYLWDOௐVWUDWHJ\ௐXVHGௐLQௐEXLOGLQJௐDQGௐPDLQWDLQLQJௐORQJWHUPௐUHODWLRQVKLSVௐSUDFWLFHGௐE\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐRQௐDௐGDLO\ௐEDVLVௐௐ 1$)*ௐVWULYHVௐWRௐFUHDWHௐDௐSRVLWLYHௐDQGௐVXSSRUWLYHௐFRQQHFWLRQௐZLWKௐPHPEHUVௐE\ௐSURYLGLQJௐSHUVRQDOL]HGௐDQGௐUHVSRQVLYHௐFXVWRPHUௐVHUYLFHௐSUDFWLFHVௐௐ7KHௐVDOHVௐWHDPௐKDVௐZRUNHGௐWLUHOHVVO\ௐWRௐIRFXVௐRQௐSURYLGLQJௐ RXWVWDQGLQJௐFXVWRPHUௐVXSSRUWௐWRௐFUHDWHௐDௐSRZHUIXOௐUDSSRUWௐZLWKௐH[LVWLQJௐDQGௐQHZௐPHPEHUVௐௐ%\ௐJRLQJௐDERYHௐ DQGௐEH\RQGௐWKH\ௐKDYHௐHQKDQFHGௐH[LVWLQJௐUHODWLRQVKLSVௐDQGௐH[HFXWHGௐFXVWRPHUௐOR\DOW\ௐZLWKௐUHSHDWௐEXVLQHVVHVௐௐ7KH\ௐVWULYHௐWRௐGHYLDWHௐIURPௐWKHௐ³&DUௐ6DOHVSHUVRQ´ௐPHQWDOLW\ௐZKLFKௐLVௐௐVDOHVௐGULYHQௐWRௐDௐPRUHௐSURGXFWௐ DQGௐFXVWRPHUௐVHUYLFHௐDSSURDFKௐE\ௐLQVWLOOLQJௐDௐVHQVHௐRIௐFRQILGHQFHௐLQௐRXUௐFOLHQWVௐௐ7KHௐJRDOௐLVௐWRௐUHJXODUO\ௐDVVLVWௐFOLHQWVௐDQGௐDGGUHVVௐDQ\ௐQHHGVௐDQGௐFRQFHUQVௐHYHQௐDIWHUௐWKHௐSXUFKDVHௐKDVௐRFFXUUHGௐௐ7KHௐVWULYHௐWRௐIRFXVௐRQௐVROXWLRQௐVHOOLQJௐYVௐSURGXFWௐVHOOLQJௐGHYHORSVௐLQWRௐDௐPXWXDOO\ௐEHQHILFLDOௐDJUHHPHQWௐIRUௐPHPEHUVௐDQGௐ WKHௐEXVLQHVVௐௐ %HORZௐDUHௐDௐIHZௐH[DPSOHVௐRQௐVXFFHVVIXOௐUHODWLRQVKLSௐPDUNHWLQJௐIURPௐRXUௐ)OHHWௐ'HSDUWPHQWௐ :HௐKDGௐDௐPHPEHUௐFDOOௐLQௐWRௐUHTXHVWௐILQDQFLQJOHDVHௐRSWLRQVௐIRUௐDௐWUXFNௐQHHGHGௐWKURXJKௐRXUௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS6RXUFHZHOOௐYHKLFOHௐFRQWUDFWௐௐ,ௐFRQWDFWHGௐDQRWKHUௐ6RXUFHZHOOௐYHQGRUௐ0DWWௐ*HLVHOKDUWௐIURPௐ1&/ௐ*RYௐ&DSLWDOௐDQGௐKHௐZDVௐKDSS\ௐWRௐDVVLVWௐZLWKௐDௐILQDQFLQJௐTXRWHௐௐ7KHௐPHPEHUௐDOVRௐUHTXHVWHGௐWRௐWUDGHௐLQௐDௐ FXUUHQWௐYHKLFOHௐLQௐWKHLUௐIOHHWௐDQGௐZDVௐGLUHFWHGௐWRௐ*RYGHDOVௐIRUௐDVVLVWDQFHௐLQௐUHPRYLQJௐWKHௐRXWGDWHGௐXQLWௐWKURXJKௐDQௐDXFWLRQௐௐௐ7KHௐPHPEHUௐZDVௐDEOHௐWRௐXWLOL]HௐWKUHHௐ6RXUFHZHOOௐFRQWUDFWVௐWRௐFRPSOHWHௐKLVௐWUDQVDFWLRQௐ ZKLFKௐVLPSOLILHGௐWKHௐHQWLUHௐSURFHVVௐௐ7KHௐPHPEHUௐZDVௐYHU\ௐVDWLVILHGௐZLWKௐWKHௐDPRXQWௐRIௐFDUHௐDQGௐHDVHௐ WKURXJKௐKLVௐH[SHULHQFHௐDQGௐEHFDPHௐDௐUHSHDWௐFXVWRPHUௐௐௐ%\ௐXWLOL]LQJௐDௐFURVVVHOOLQJௐVWUDWHJ\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐEHFDPHௐKLVௐRQHௐVWRSௐVKRSௐWRௐIXOILOOௐDOOௐIOHHWௐYHKLFOHௐSXUFKDVLQJௐQHHGVௐ ³,ௐKDGௐDௐPHPEHUௐFDOOௐLQௐGHVSHUDWHௐWRௐREWDLQௐDௐQHZௐWUXFNௐEHFDXVHௐDQௐHPSOR\HHௐKDGௐJRWWHQௐLQWRௐDௐVHULRXVௐDFFLGHQWௐDQGௐKDGௐWKHௐWUXFNௐWRWDOHGௐௐௐௐ'XHௐWRௐFRYLGௐUHVWULFWLRQVௐPRVWௐPDQXIDFWXUHUVௐDUHௐFXUUHQWO\ௐH[SHULHQFLQJௐ PLFURFKLSௐVKRUWDJHVௐZKLFKௐUHOD\VௐWRௐSURGXFWLRQௐGHOD\VௐDWௐWKHௐIDFWRU\ௐௐ:HௐZHUHௐDEOHௐWRௐGLUHFWௐEX\HUௐWRௐRXUௐLQ VWRFNௐLQYHQWRU\ௐRQௐWKHௐ1$)*ௐZHEVLWHௐDQGௐPHPEHUௐZDVௐHFVWDWLFௐWRௐORFDWHௐWUXFNௐWRௐPHHWௐWKHLUௐQHHGVௐௐௐ,QVWHDGௐRIௐKDYLQJௐWRௐZDLWௐௐZHHNVௐWRௐUHFHLYHௐWKHௐQHZௐYHKLFOHௐPHPEHUௐZDVௐDEOHௐWRௐREWDLQௐWKHௐQHZௐWUXFNௐZLWKLQௐௐ ZHHNV´  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        ³,ௐRQFHௐKDGௐDௐPHPEHUௐFRQWDFWௐXVௐWZRௐ\HDUVௐDIWHUௐSXUFKDVLQJௐDௐYHKLFOHௐIURPௐXVௐௐௐ7KH\ௐKDGௐDௐPDOIXQFWLRQௐZLWKௐWKHௐOLIWJDWHௐRQௐWKHௐER[ௐWUXFNௐZKLFKௐFDXVHGௐDௐORJLVWLFDOௐQLJKWPDUHௐௐ,ௐZDVௐDEOHௐWRௐFRQWDFWௐRQHௐRIௐRXUௐERG\ௐYHQGRUVௐWKDWௐXSILWWHGௐWKHௐOLIWௐJDWHௐLQVWDOODWLRQௐDQGௐDௐVHUYLFHௐWHFKQLFLDQௐZDVௐDEOHௐWRௐJRௐRQVLWHௐWRௐUHVROYHௐWKHௐ OLIWJDWHௐLVVXHௐDWௐQRௐDGGLWLRQDOௐFRVWௐௐ7KHௐPHPEHUௐZDVௐYHU\ௐLPSUHVVHGௐZLWKௐWKHௐTXDOLW\ௐRIௐRXUௐFXVWRPHUௐVHUYLFHௐHYHQௐDIWHUௐSXUFKDVHௐ³ ³,ௐKDGௐDௐPHPEHUௐUHTXHVWௐDௐôௐWRQௐWUXFNௐSULFLQJௐEXWௐZDVௐXQVXUHௐDERXWௐWKHLUௐEXGJHWௐDWௐWKHௐWLPHௐௐௐ,ௐWRRNௐWKHௐWLPHௐWRௐJRௐWKURXJKௐHDFKௐRSWLRQௐZLWKௐWKHௐFOLHQWௐWRௐSURYLGHௐDௐ6RXUFHZHOOௐSULFLQJௐTXRWHௐWKURXJKௐPXOWLSOHௐ PDQXIDFWXUHUVௐIURPௐ5DPௐ&KHYUROHWௐDQGௐ)RUGௐௐ7KLVௐHPSRZHUHGௐWKHௐPHPEHUௐWRௐKDYHௐPXOWLSOHௐSULFLQJௐRSWLRQVௐ IRUௐUHYLHZௐWRௐDOLJQௐZLWKௐWKHLUௐEXGJHWௐDVௐZHOOௐDVௐHOLPLQDWLQJௐWKHௐQHHGௐWRௐVKRSௐDQ\ZKHUHௐHOVHௐ³ௐௐ ³:HௐZRUNௐZLWKௐPDQ\ௐERG\ௐFRPSDQLHVௐWRௐDVVLVWௐFXVWRPHUVௐZLWKௐWKHௐERG\ௐXSILWWLQJௐSURFHVVௐௐௐ2QHௐRIௐRXUௐ PHPEHUVௐFDOOHGௐLQௐDௐUHTXHVWௐWRௐH[SHGLWHௐDௐSDUWLFXODUௐYHKLFOHௐWKDWௐZDVௐKHOGௐXSௐDWௐRQHௐRIௐWKHLUௐORFDOௐERG\ௐXSILWWHUVௐௐௐ,ௐFRQWDFWHGௐWKHௐERG\ௐFRPSDQ\ௐUHSUHVHQWDWLYHௐDQGௐSXWௐLQௐDௐUHTXHVWௐWRௐH[SHGLWHௐWKHௐXSILWWLQJௐSHUௐ UHTXHVWௐRIௐWKHௐPHPEHUௐௐ7KHௐERG\ௐFRPSDQ\ௐZDVௐDEOHௐWRௐFRPSO\ௐZLWKௐWKHௐUHTXHVWௐDQGௐGHOLYHU\ௐZDVௐPDGHௐVRRQHUௐWKDQௐH[SHFWHG´ :RUGRI0RXWKௐ0DUNHWLQJௐௐ7KHௐSRVLWLYHௐTXDOLW\ௐRIௐVHUYLFHௐKDVௐOHGௐWRௐPRUHௐVDOHVௐEDVHGௐRQௐSUHYLRXVௐFXVWRPHUV¶ௐLPSUHVVLRQVௐRQௐWKHLUௐH[SHULHQFHௐௐ1$)*¶VௐJRDOௐLVௐWRௐSURYLGHௐH[HPSODU\ௐFXVWRPHUௐVHUYLFHௐWKURXJKRXWௐWKHௐHQWLUHௐSXUFKDVLQJௐSURFHVVௐWRௐHQFRXUDJHௐUHSHDWௐEXVLQHVVௐDQGௐDGYRFDWHௐVHUYLFHVௐWRௐRWKHUௐ PHPEHUVௐௐ1$)*ௐKDVௐEHHQௐIRUWXQDWHௐWRௐH[SHULHQFHௐPXOWLSOHௐLQVWDQFHVௐRIௐOHDGVௐJHQHUDWHGௐEDVHGௐVROHO\ௐRQௐZRUGRIPRXWKௐPDUNHWLQJௐWKRXJKௐRXUௐH[LVWLQJௐFXVWRPHUVௐௐ &URVVSURPRWLRQௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐFXUUHQWO\ௐFROODERUDWLQJௐZLWKௐDQRWKHUௐ6RXUFHZHOOௐ9HQGRUௐ1&/ௐ*RYHUQPHQWௐ&DSLWDOௐWRௐSURPRWHௐHDFKௐRWKHU¶VௐSURGXFWVௐDQGௐVHUYLFHVௐௐ1&/ௐ*RYHUQPHQWௐ&DSLWDOௐVSHFLDOL]HVௐLQௐSURYLGLQJௐFRPSHWLWLYHௐHTXLSPHQWௐILQDQFLQJௐSURJUDPVௐIRUௐPXQLFLSDOLWLHVௐDQGௐSXEOLFௐHGXFDWLRQௐHQWLWLHVௐDFURVVௐWKHௐ 8QLWHGௐ6WDWHVௐௐ$VௐDௐWHDPௐ1&/ௐDQGௐ1$)*ௐSURGXFHGௐDௐYDULHW\ௐRIௐPDUNHWLQJௐPDWHULDOVௐVXFKௐDVௐYLGHRVௐIO\HUVௐDQGௐLQIRௐJUDSKVௐWRௐSURPRWHௐSXUFKDVLQJௐDQGௐOHDVLQJௐRSSRUWXQLWLHVௐௐௐௐ +RJOXQGௐ%XVௐ&RPSDQ\ௐLVௐDQRWKHUௐFURVVSURPRWLRQௐYHQGRUௐ1$)*ௐKDGௐWKHௐRSSRUWXQLW\ௐWRௐFUHDWHௐDௐSDUWQHUVKLSௐZLWKௐௐௐ)O\HUVௐZHUHௐFUHDWHGௐWRௐDGYHUWLVHௐ&KDVVLVௐIURPௐ1$)*ௐDORQJௐZLWKௐDௐYDULHW\ௐRIௐEXVௐERGLHVௐIURPௐ+RJOXQGௐ %XVௐ&RPSDQ\ௐௐௐ :LWKௐFURVVSURPRWLRQௐFRPSDQLHVௐH[FKDQJHௐNQRZOHGJHௐDQGௐSURYLGHௐHQGRUVHPHQWVௐRQௐZHEVLWHVௐVRFLDOௐPHGLDௐ DQGௐHPDLOௐFDPSDLJQVௐௐ7KLVௐVWUDWHJ\ௐFUHDWHVௐDQௐLQIOX[ௐRIௐQHZௐOHDGVௐEUDQGௐDZDUHQHVVௐLQFUHDVHGௐVDOHVௐDQGௐ UHFXUUHQFHௐRIௐFXVWRPHUVௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐFRQWLQXHௐWRௐFUHDWHௐQHZௐSDUWQHUVKLSVௐDQGௐIDFLOLWDWHௐPRUHௐFURVVSURPRWLRQௐRSSRUWXQLWLHVௐLQௐWKHௐQHDUௐIXWXUHௐWRௐSURYLGHௐWXUQNH\ௐVROXWLRQVௐIRUௐDௐYDULHW\ௐRIௐYHKLFOHௐ SXUFKDVLQJௐQHHGVௐ &RPLQJௐLQௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐEHௐODXQFKLQJௐDௐ1$)*ௐ3DUWQHUௐ:HEVLWHௐWRௐIXUWKHUௐLQFUHDVHௐ EXVLQHVVௐJURZWKௐௐ7KHௐZHEVLWHௐZZZQDIJSDUWQHUFRPௐLVௐH[SHFWHGௐWRௐODXQFKௐQH[Wௐ\HDUௐLQௐௐௐ7KHௐVLWHௐHQFRXUDJHVௐERG\ௐXSILWWLQJௐFRPSDQLHVௐWKURXJKRXWௐWKHௐ8QLWHGௐ6WDWHVௐWRௐSDUWQHUௐXSௐZLWKௐ1$)*ௐWRௐEHFRPHௐDௐSUHIHUUHGௐPHPEHUௐௐ7KHௐEHQHILWVௐRIௐEHFRPLQJௐDௐSUHIHUUHGௐPHPEHUௐLQFOXGHௐHQGRUVHPHQWVௐRQௐZHEVLWHௐDQGௐ VRFLDOௐPHGLDௐDYHQXHVௐDORQJௐZLWKௐZRUGRIPRXWKௐUHIHUUDOௐIRUௐFOLHQWVௐZLWKௐXSILWWLQJௐQHHGVௐௐ2XUௐGHGLFDWHGௐSXEOLFௐUHODWLRQVௐUHSUHVHQWDWLYHௐZLOOௐFRQGXFWௐSKRQHௐDQGௐLQௐSHUVRQௐPHHWLQJVௐWRௐGLVFXVVௐWKHௐDGYDQWDJHVௐRIௐSDUWQHULQJௐXSௐZLWKௐ1$)*ௐWKHUHIRUHௐJHQHUDWLQJௐPRUHௐFURVVSURPRWLRQௐRSSRUWXQLWLHVௐ 0HPEHUVௐIURPௐJRYHUQPHQWௐDJHQFLHVௐDUHௐHQFRXUDJHGௐWRௐJRௐRQௐWKHௐVLWHௐWRௐVHDUFKௐIRUௐORFDOௐERG\ௐXSILWWLQJௐFRPSDQLHVௐWKH\ௐDUHௐLQWHUHVWHGௐLQௐZRUNLQJௐZLWKௐௐௐ$VௐDௐSUHUHTXLVLWHௐLQௐEHFRPLQJௐDௐSUHIHUUHGௐYHQGRUௐWKH\ௐDUHௐ UHTXLUHGௐWRௐDGYHUWLVHௐ1$)*ௐDQGௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐRQௐWKHLUௐEXVLQHVVௐZHEVLWHௐDQGௐUHIHUௐWKHLUௐFOLHQWVௐWRௐSXUFKDVHௐWKHLUௐFDEFKDVVLVௐQHHGVௐWKURXJKௐ1$)*ௐௐ7KLVௐHVWDEOLVKHVௐDௐSDUWQHUVKLSௐWKDWௐZLOOௐJHQHUDWHௐLQFUHDVHGௐ VDOHVௐDOOௐDURXQGௐௐ:HௐDUHௐVWLOOௐFXUUHQWO\ௐEXLOGLQJௐWKHௐZHEVLWHௐDQGௐLQWHUDFWLQJௐZLWKௐERG\ௐFRPSDQLHVௐDFURVVௐWKHௐ 8QLWHGௐ6WDWHVௐWKDWௐZRXOGௐEHௐLQWHUHVWHGௐLQௐSDUWQHULQJௐXSௐZLWKௐ1$)* Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC         'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐGLJLWDOௐGDWDௐ HJௐVRFLDOௐPHGLDௐPHWDGDWDௐXVDJH ௐWRௐ HQKDQFHௐPDUNHWLQJௐHIIHFWLYHQHVV 6RFLDOௐPHGLDௐSOD\VௐDௐFUXFLDOௐHOHPHQWௐLQௐWKHௐZD\ௐSHRSOHௐFRPPXQLFDWHௐDQGௐFRQQHFWௐZLWKௐHDFKௐRWKHUௐௐௐௐ/LQNHG,QௐLVௐWKHௐJRWRௐSODWIRUPௐXVHGௐE\ௐ1$)*ௐDVௐLWௐRIIHUVௐDௐYDULHW\ௐRIௐZD\VௐWRௐH[SDQGௐRXUௐQHWZRUNௐE\ௐORFDWLQJௐ DQGௐFRQQHFWLQJௐZLWKௐUHOHYDQWௐSURIHVVLRQDOVௐLQௐWKHௐLQGXVWU\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐXWLOL]HGௐ/LQNHG,QௐWRௐHQJDJHௐFXUUHQWௐDQGௐSRWHQWLDOௐPHPEHUVௐWKURXJKௐSHUVRQDOL]HGௐPHVVDJHVௐDQGௐSRVWVௐௐ3HUVRQDOL]HGௐPHVVDJHVௐLQFOXGHௐWKDQNLQJௐWKHPௐIRUௐUHJLVWHULQJௐRQௐVLWHௐDVௐZHOOௐDVௐGLUHFWLQJௐWKHPௐWRௐRQௐRXUௐOLQNௐWRௐWKHௐZHEVLWHௐ/LQNHG,Qௐ <RX7XEHௐ)DFHERRNௐDQGௐ,QVWDJUDPௐFRPSDQ\ௐSDJHVௐௐ7KHௐJRDOௐLVௐWRௐXQLWHௐZLWKௐSHRSOHௐDOUHDG\ௐRQௐRXUௐGDWDEDVHௐDVௐZHOOௐDVௐSHRSOHௐWKDWௐZRXOGௐEHQHILWௐIURPௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐௐ&XUUHQWௐIO\HUVௐRUௐPHVVDJHVௐ DERXWௐRXUௐFRPSDQ\ௐDUHௐDOVRௐSRVWHGௐRQௐWKHௐ/LQNHG,QௐVLWHௐWRௐJHQHUDWHௐDQGௐDWWUDFWௐPRUHௐEXVLQHVVௐௐ7LPHௐLVௐ DOVRௐVSHQWௐRQௐUHDGLQJௐSRVWVௐIURPௐFRQQHFWLRQVௐDQGௐREVHUYHௐDQ\ௐQHHGVௐWKDWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐPD\ௐDVVLVWௐZLWKௐௐ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐEHJXQௐXWLOL]LQJௐYLGHRௐPDUNHWLQJௐVWUDWHJLHVௐWRௐIXUWKHUௐSURPRWHௐDQGௐPDUNHWௐSURGXFWVௐE\ௐHQJDJLQJௐRQௐVRFLDOௐPHGLDௐFKDQQHOVௐDQGௐHPDLOௐIO\HUVௐௐ3URJUDPVௐVXFKௐDVௐ9LPHRௐ9LGHRௐ6FULEHௐ &DUWRRQௐ$QLPDWRUௐ$GREHௐ$QLPDWHௐ,OOXVWUDWHௐ&DSWLYHௐ3KRWRVKRSௐDQGௐ0RYDYLௐ9LGHRௐ(GLWRUௐ3OXVௐDUHௐHPSOR\HGௐ WRௐHGLWௐDQGௐFUHDWHௐYLGHRVௐWRௐDVVLVWௐLQௐHQGRUVLQJௐRXUௐFRPSDQ\ௐௐ7KHௐIROORZLQJௐYLGHRVௐZHUHௐUHFHQWO\ௐFUHDWHGௐE\ௐRXUௐPDUNHWLQJௐGHSDUWPHQWௐDORQJௐZLWKௐRXWVLGHௐYLGHRௐSURGXFWLRQௐFRPSDQLHV ([SODLQHUௐ9LGHRௐௐ7KHௐILUVWௐYLGHRௐFUHDWHGௐZDVௐDௐௐVHFRQGௐH[SODLQHUௐYLGHRௐDERXWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐWKDWௐXVHGௐDQLPDWHGௐFKDUDFWHUVௐWRௐYLVXDOL]HௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐDORQJௐZLWKௐLQIRUPDWLRQௐRQௐWKHௐ6RXUFHZHOOௐ DZDUGHGௐFRQWUDFWௐௐ7KHௐYLGHRௐKDVௐEHHQௐLQFRUSRUDWHGௐLQWRௐDOOௐRXUௐZHHNO\ௐHPDLOௐIO\HUVௐDQGௐVRFLDOௐPHGLDௐSODWIRUPVௐDVௐDQௐLQIRUPDWLYHௐYLGHRௐRQௐRXUௐSURGXFWVௐDQGௐKRZௐWRௐSXUFKDVHௐYHKLFOHVௐRIIௐ6RXUFHZHOOௐ*RYHUQPHQWௐ&RQWUDFW +RZௐ7Rௐ9LGHRVௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐDOVRௐFUHDWHGௐVWHSE\VWHSௐ+RZ7RௐYLGHRVௐRQௐWKHௐSURFHVVௐWRௐSXUFKDVHௐERWKௐ/LJKWௐ'XW\ௐDQGௐ+HDY\'XW\ௐYHKLFOHVௐRIIௐWKHௐFRQWUDFWௐௐ ,Qௐ6WRFNௐ9HKLFOHVௐௐ7KLVௐYLGHRௐVKRZFDVHVௐRXUௐLQVWRFNௐYHKLFOHVௐDYDLODEOHௐDQGௐWKHௐSURFHVVௐRIௐUHTXHVWLQJௐDௐTXRWHௐ (7$ௐ7UDFNLQJௐ6\VWHPௐௐ7KLVௐYLGHRௐZDVௐFUHDWHGௐWRௐQRWௐRQO\ௐLQWURGXFHௐEXWௐWRௐHQFRXUDJHௐFOLHQWVௐWRௐVHOIWUDFNௐWKHLUௐYHKLFOHௐVWDWXVௐௐ +ROLGD\ௐ7KHPHGௐ9LGHRVௐ7KHVHௐDPXVLQJௐYLGHRVௐZHUHௐFUHDWHGௐWRௐFHOHEUDWHௐWKHௐKROLGD\VௐDQGௐDGGௐKXPRUௐDQGௐOLJKWQHVVௐWRௐRXUௐFRPSDQ\ௐDQGௐSURGXFWVௐVROGௐௐ &URVVௐ3URPRWLRQௐ9LGHRௐௐ7KLVௐYLGHRௐPDUNHWVௐRXUௐUHODWLRQVKLSௐZLWKௐ1&/ௐ*RYHUQPHQWௐ&DSLWDOௐDQGௐ6RXUFHZHOOௐWRௐHQGRUVHௐ(9ௐYHKLFOHVௐௐ 9LGHRVௐIRUௐVRFLDOௐPHGLDௐௐ0LQLௐYLGHRVௐZHUHௐFUHDWHGௐWRௐDGYHUWLVHௐQHZௐYHKLFOHVௐDYDLODEOHௐSULFLQJௐDQGௐFXWRIIௐGDWHௐUHPLQGHUVௐௐ 1$)*ௐKDVௐUHFHQWO\ௐLQWURGXFHGௐDௐQHZO\ௐEXLOWௐOLYHௐFKDWௐIHDWXUHௐRQௐRXUௐZHEVLWHௐIRUௐFXVWRPHUௐFRQYHQLHQFHௐDVௐZHOOௐDVௐLPSURYLQJௐFXVWRPHUௐVHUYLFHௐௐ9LVLWRUVௐKDYHௐDFFHVVௐWRௐFKDWௐZLWKௐDௐOLYHௐVDOHVௐUHSUHVHQWDWLYHௐௐKRXUVௐDௐGD\ௐ ௐGD\VௐDௐZHHNௐௐ:LWKௐWKLVௐIHDWXUHௐSRWHQWLDOௐFXVWRPHUVௐDUHௐSURYLGHGௐZLWKௐDQRWKHUௐDYHQXHௐIRUௐDVVLVWDQFHௐLQௐDGGLWLRQௐWRௐHPDLOLQJௐDQGௐSKRQHௐFDOOVௐௐ7KHௐEHQHILWVௐRIௐDௐOLYHௐFKDWௐRSWLRQௐLQFOXGHௐTXLFNHUௐUHVSRQVHௐWLPHௐWRௐDVVLVWௐEX\HUVௐLQௐUHDFKLQJௐDௐSXUFKDVLQJௐGHFLVLRQௐDQGௐDQVZHUௐWKHLUௐTXHVWLRQVௐ ,PSURYLQJௐFXVWRPHUௐVHUYLFHௐZLOOௐDOVRௐOHDGௐWRௐLQFUHDVHGௐVDOHVௐFXVWRPHUௐOR\DOW\ௐDQGௐHQJDJHPHQWௐௐ0DQ\ௐVWXGLHVௐKDYHௐVKRZQௐDௐVWURQJௐFRUUHODWLRQௐEHWZHHQௐOLYHௐFKDWௐDQGௐLQFUHDVHௐLQௐFRQYHUVLRQௐUDWHVௐௐ3RWHQWLDOௐFOLHQWVௐ DSSUHFLDWHௐKDYLQJௐWKHLUௐTXHVWLRQVௐDQVZHUHGௐLQௐUHDOWLPHௐZKHQௐWU\LQJௐWRௐEXLOGௐDௐYHKLFOHௐTXRWHௐRQOLQHௐDQGௐDOORZLQJௐWKHௐXVHUௐWRௐPXOWLWDVNௐGLIIHUHQWௐSURMHFWV   ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐLQௐ SURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐWKLVௐ5)3"ௐ+RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ6RXUFHZHOODZDUGHGௐ FRQWUDFWௐLQWRௐ\RXUௐVDOHVௐSURFHVV" 6RXUFHZHOO¶VௐPLVVLRQௐVWDWHVௐ³2XUௐFRPPLWPHQWௐWRௐVHUYLFHௐDQGௐH[FHHGLQJௐFOLHQWௐH[SHFWDWLRQV´ௐௐ7KLVௐVWDWHPHQWௐ LQWHJUDWHVௐZLWKௐRXUௐUHODWLRQVKLSௐPDUNHWLQJௐVWUDWHJ\ௐZLWKௐRXUௐFRPPLWPHQWௐWRௐJRௐDERYHௐDQGௐEH\RQGௐIRUௐDOOௐRXUௐPHPEHUVௐௐ6RXUFHZHOOௐLVௐDௐWUXVWHGௐEUDQGௐWKDWௐJRYHUQPHQWௐHQWLWLHVௐFDQௐUHO\ௐRQௐWRௐDFFHVVௐDௐZLGHௐYDULHW\ௐRIௐ SURGXFWVௐDQGௐVHUYLFHVௐIRUௐWKHLUௐHYHU\GD\ௐQHHGVௐௐ:LWKௐRYHUௐௐ\HDUVௐRIௐSDUWQHUVKLSVௐDQGௐUHODWLRQVKLSௐEXLOGLQJௐ WKH\ௐDUHௐWKHௐJOXHௐWKDWௐFRQQHFWVௐJRYHUQPHQWௐHGXFDWLRQௐDQGௐQRQSURILWௐDJHQFLHVௐWRௐFRPSDQLHVௐRIௐDOOௐVL]HVௐWRௐRIIHUௐWXUQNH\ௐVROXWLRQVௐWRௐWKHLUௐQHHGVௐௐௐௐ 6RXUFHZHOOௐLVௐDOVRௐDௐUHOLDEOHௐUHVRXUFHௐIRUௐYHQGRUVௐE\ௐQRWௐRQO\ௐFRQQHFWLQJௐZLWKௐSRWHQWLDOௐSURVSHFWVௐEXWௐE\ௐSURYLGLQJௐYDOXDEOHௐPDUNHWLQJௐPDWHULDOVௐUHDGLO\ௐDYDLODEOHௐIRUௐGRZQORDGௐRQௐWKHLUௐZHEVLWHௐௐ5HVRXUFHVௐDQGௐWRROVௐ SURYLGHGௐLQFOXGHௐIO\HUVௐYHQGRUௐWUDLQLQJௐYLGHRVௐDORQJௐZLWKௐFRPSOLDQFHௐLQIRUPDWLRQ 7KHௐ6RXUFHZHOOௐEUDQGௐLQWHJUDWHVௐDௐWKRURXJKௐGRFXPHQWDWLRQௐUHYLHZௐRIௐDOOௐYHQGRUVௐSULRUௐWRௐDZDUGLQJௐWKHLUௐ FRRSHUDWLYHௐFRQWUDFWVௐWRௐHQVXUHௐSURGXFWVௐDQGௐVHUYLFHVௐDUHௐIURPௐUHSXWDEOHௐYHQGRUVௐௐ7KHௐEUDQGௐSURYLGHVௐDௐVHQVHௐRIௐOHJLWLPDF\ௐRIௐRXUௐFRPSDQ\ௐQDPHௐDQGௐPHPEHUVௐUHFRJQL]HௐWKDWௐSURGXFWVௐDQGௐVHUYLFHVௐDUHௐIURPௐUHOLDEOHௐVRXUFHVௐWKDWௐZLOOௐPHHWௐWKHLUௐQHHGVௐௐ 6RXUFHZHOO¶VௐDLPௐLVௐWRௐVLPSOLI\ௐWKHௐSXUFKDVLQJௐDQGௐSURFXUHPHQWௐSURFHVVௐRIௐJRYHUQPHQWௐHQWLWLHVௐE\ௐHOLPLQDWLQJௐWKHௐFRVWO\ௐELGGLQJௐSURFHGXUHௐௐ7KHௐSURFHVVௐRIௐUHVHDUFKLQJௐWKHௐULJKWௐYHQGRUௐLVௐQRWௐRQO\ௐVWUHVVIXOௐDQGௐWLPHFRQVXPLQJௐEXWௐFDQௐEHௐH[SHQVLYHௐDVௐZHOOௐௐ6RXUFHZHOOௐKDVௐFRPSOHWHGௐWKHௐELGGLQJௐIRUௐJRYHUQPHQWௐHQWLWLHVௐ ZKLFKௐVLPSOLILHVௐWKHௐRYHUDOOௐSXUFKDVLQJௐSURFHVVௐE\ௐSURYLGLQJௐDFFHVVௐWRௐFRPSHWLWLYHO\ௐELGௐFRQWUDFWVௐSURFXUHGௐE\ௐDௐJRYHUQPHQWௐDJHQF\ௐௐ 6RXUFHZHOOௐKDVௐSURYLGHGௐ1$)*ௐZLWKௐRYHUZKHOPLQJௐRSSRUWXQLWLHVௐWRௐZRUNௐZLWKௐJRYHUQPHQWௐDJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ6WDWHVௐௐ7KHௐ6RXUFHZHOOௐQDPHௐUHSUHVHQWVௐDௐKLJKௐVWDQGDUGௐRIௐLQWHJULW\ௐDQGௐHWKLFVௐZKLFKௐLVௐDௐG\QDPLFௐ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐSURXGௐWRௐEHௐSDUWௐRIௐௐ6RXUFHZHOOௐPHPEHUVௐKDYHௐDFFHVVௐWRௐDௐFRQWUDFWௐWKDWௐLVௐ PRUHௐIOH[LEOHௐWKDQௐWKHௐVWDQGDUGௐELGGLQJௐSURFHVVௐௐ6RXUFHZHOOௐLVௐDQௐRUJDQL]DWLRQௐWKDWௐDLGVௐJRYHUQPHQWௐHQWLWLHVௐWRௐVWD\ௐFRPSHWLWLYHௐZLWKRXWௐWKHௐIUXVWUDWLRQVௐDQGௐLVVXHVௐLQYROYHGௐZLWKௐWKHௐWUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ7KLVௐ FRQWUDFWௐFDQௐEHௐFXVWRPL]HGௐWRௐPHHWௐWKHௐXQLTXHௐQHHGVௐRIௐHDFKௐFOLHQWௐௐ7KHௐVDOHVௐWHDPௐKDVௐLQFRUSRUDWHGௐQRWௐ RQO\ௐWKLVௐVWDQGDUGௐRIௐLQWHJULW\ௐLQௐWKHLUௐVDOHVௐSUDFWLFHௐHQVXULQJௐFOLHQWV¶ௐSXUFKDVLQJௐQHHGVௐZLOOௐDOZD\VௐEHௐPHWௐௐ7KHௐFRVWௐVDYLQJVௐDQGௐVWUHVVIUHHௐQDWXUHௐRIௐWKHௐFRRSHUDWLYHௐFRQWUDFWVௐIDYRUVௐWKDWௐRIௐWKHௐWUDGLWLRQDOௐELGGLQJௐ SURFHVVௐௐ,WௐHQDEOHVௐYHQGRUVௐWRௐZRUNௐZLWKௐTXDOLI\LQJௐJRYHUQPHQWௐHQWLWLHVௐLQௐDௐPRUHௐHIILFLHQWௐPDQQHUௐௐ:HௐYRZௐ WRௐPDLQWDLQௐWKHVHௐOHYHOVௐRIௐVWDQGDUGVௐDFURVVௐWKHௐERDUGௐWKURXJKRXWௐDOOௐGHSDUWPHQWVௐZLWKLQௐWKHௐFRPSDQ\  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC         $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐRUGHULQJௐSURFHVV"ௐ,Iௐ VRௐGHVFULEHௐ\RXUௐHSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐJRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐFXVWRPHUVௐKDYHௐXVHGௐLW 2XUௐZHEVLWHௐSURYLGHVௐDௐKDQGVRQௐHPSRZHULQJௐDSSURDFKௐWRௐRUGHULQJௐYHKLFOHVௐRQOLQHௐௐ&OLHQWVௐFDQௐVHDUFKௐWKURXJKௐPDQ\ௐYHKLFOHVௐPDNHVௐDQGௐPRGHOVௐZLWKௐWKHௐDELOLW\ௐWRௐFXVWRPL]HௐDௐYHKLFOHௐWDLORUHGௐWRௐWKHLUௐVSHFLILFௐ QHHGVௐRIௐWKHLUௐDJHQF\ௐௐௐ$ௐSHUVRQDOL]HGௐTXRWHௐZLWKௐSULFLQJௐFDQௐEHௐDYDLODEOHௐLQௐDVௐOLWWOHௐDVௐௐPLQXWHVௐGHSHQGLQJௐRQௐWKHௐFRPSOH[LW\ௐRIௐWKHௐYHKLFOHௐௐௐ,IௐXSILWWLQJௐLVௐQHHGHGௐWKHௐEX\HUௐFDQௐOLVWௐWKHௐGHWDLOVௐRIௐWKHௐXSILWௐZKLOHௐEXLOGLQJௐWKHLUௐYHKLFOHௐRQௐRXUௐZHEVLWHௐWRௐUHFHLYHௐDௐFRPSOHWHௐTXRWHௐRUௐDௐVDOHVௐUHSUHVHQWDWLYHௐFDQௐEHௐ UHDFKHGௐWKURXJKௐSKRQHௐHPDLOௐRUௐRXUௐQHZௐOLYHௐFKDWௐIHDWXUHௐEXLOWௐRQௐRXUௐZHEVLWHௐௐ :HௐKDYHௐUHFHQWO\ௐFUHDWHGௐDQGௐXSORDGHGௐDௐ³+RZ7Rௐ9LGHRV´ௐVHFWLRQௐRQௐWKHௐKRPHSDJHௐRIௐRXUௐZHEVLWHௐZKLFKௐ KLJKOLJKWVௐDௐVWHSE\VWHSௐSURFHVVௐRQௐKRZௐWRௐEXLOGௐDQௐRQOLQHௐTXRWHௐௐ7KLVௐLQIRUPDWLYHௐYLGHRௐGHPRQVWUDWHVௐKRZௐWRௐQDYLJDWHௐWKHௐZHEVLWHௐLQௐKRZௐWRௐJHQHUDWHௐDௐYHKLFOHௐTXRWHௐZLWKௐRUௐZLWKRXWௐXSILWWLQJௐRSWLRQVௐௐ,WௐEHJLQVௐE\ௐ H[SODLQLQJௐKRZௐWRௐUHJLVWHUௐRQௐRXUௐZHEVLWHௐDVௐDௐPHPEHUௐDQGௐWKHQௐGHWDLOVௐRQௐKRZௐWRௐVHOHFWௐYHKLFOHௐPRGHOௐDQGௐ W\SHௐDQGௐWKHௐIDFWRU\ௐRSWLRQVௐQHHGHGௐௐௐௐ 2QFHௐDௐFXVWRPL]HGௐTXRWHௐLVௐEXLOWௐFOLHQWVௐKDYHௐWKHௐRSWLRQௐWRௐILQDOL]HௐWKHௐVDOHVௐWUDQVDFWLRQௐE\ௐVXEPLWWLQJௐDௐ SXUFKDVHௐRUGHUௐWRௐRXUௐVDOHVௐWHDPௐYLDௐHPDLOௐௐ7KLVௐJLYHVௐFRPSOHWHௐDXWRQRP\ௐWRௐWKHௐFOLHQWௐWRௐSXUFKDVHௐYHKLFOHVௐZLWKRXWௐWKHௐQHHGௐWRௐVSHDNௐWRௐDௐVDOHVௐUHSௐௐ,IௐDVVLVWDQFHௐLVௐQHHGHGௐWKH\ௐFDQௐFRQWDFWௐVDOHVௐWKURXJKௐHPDLOௐOLYHௐ FKDWௐRUௐSKRQHௐௐ,IௐDVVLVWDQFHௐLVௐUHTXLUHGௐWRௐEXLOGௐDௐTXRWHௐRXUௐVDOHVௐUHSௐLVௐDOVRௐDYDLODEOHௐWRௐZDONௐDௐFOLHQWௐWKURXJKௐWKHௐHSURFXUHPHQWௐSURFHVVௐVWHSௐE\ௐVWHSௐௐ7KLVௐHQVXUHVௐVRPHRQHௐLVௐDYDLODEOHௐWRௐDQVZHUௐDQ\ௐTXHVWLRQVௐLIௐQHHGHGௐ DQGௐHPSRZHULQJௐWKHௐFOLHQWௐWRௐPDNHௐDQ\ௐIXWXUHௐSXUFKDVHVௐRQௐWKHLUௐRZQௐௐ&OLHQWVௐPD\ௐDOVRௐFDOOௐRUௐHPDLOௐWKHௐQHHGVௐRIௐWKHௐFRPSDQ\ௐDQGௐUHFHLYHௐDௐFXVWRPL]HGௐYHKLFOHௐTXRWH  7DEOH9DOXH$GGHG$WWULEXWHV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐPDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐ SURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐWUDLQLQJௐLVௐVWDQGDUGௐRUௐ RSWLRQDOௐZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐFRVWVௐWKDWௐDSSO\ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐH[WHQGVௐDQ\ௐDQGௐDOOௐSURGXFWௐHTXLSPHQWௐPDLQWHQDQFHௐDQGௐRSHUDWLQJௐSURJUDPVௐSURYLGHGௐE\ௐWKHௐ0DQXIDFWXUHUௐGLUHFWO\ௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐGXULQJௐWKHௐTXRWLQJௐSURFHVVௐ7KHௐ PDQXIDFWXUHUௐZLOOௐSURYLGHௐTXRWHVௐWRௐWKHௐPHPEHUௐEDVHGௐRQௐWKHௐYHKLFOHVௐFODVVௐDQGௐVL]HௐDQGௐJHRJUDSKLFௐORFDWLRQௐ1$)*ௐZLOOௐDOZD\VௐSDVVௐWKHVHௐTXRWHVௐRQWRௐPHPEHUVௐDQGௐWUHDWௐWKHPௐOLNHௐDQௐXSILWௐWRௐWKHௐYHKLFOH  'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐDGYDQFHVௐWKDWௐ \RXUௐSURSRVHGௐSURGXFWVௐRUௐVHUYLFHVௐRIIHU 7HFKQRORJLFDOௐDFFRPSOLVKPHQWVௐE\ௐ0DQXIDFWXUHVௐOLNHௐ)RUGௐ0RWRUௐ&RPSDQ\ௐDQGௐ*HQHUDOௐ0RWRUVௐVHUYHௐPHPEHUVௐ E\ௐNHHSLQJௐPDQ\ௐPRGHOVௐDYDLODEOHௐIRUௐPHPEHUVௐWRௐFKRRVHௐIURPௐ$GGLWLRQDOO\ௐ1$)*ௐDOORZVௐPHPEHUVௐWKHௐDELOLW\ௐWRௐFKRRVHௐWRௐHOHFWULI\ௐWKHLUௐYHKLFOHௐE\ௐRSWLQJௐLQWRௐWKHௐ0RWLYHௐ3RZHUௐ6\VWHPVௐZHௐFDQௐVWLOOௐKHOSௐVXSSO\ௐWKLVௐNLQGௐ RIௐDQௐXSILWௐ)RUௐPRUHௐLQIRUPDWLRQௐZHௐKDYHௐDWWDFKHGௐWKHௐSURGXFWௐDQGௐSULFLQJௐLQIRUPDWLRQௐZLWKLQௐWKHௐ³8SILWVௐ $YDLODEOH´ௐDQGௐ³$OOௐௐ0DQXIDFWXUHV´ௐ=,3ௐILOHVௐXQGHUௐWKHௐVXSSRUWLQJௐGRFXPHQWVௐSRUWLRQௐRIௐWKHௐDSSOLFDWLRQ   'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐWKDWௐUHODWHௐ WRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ\RXUௐSURGXFWVௐRUௐ VHUYLFHVௐDQGௐLQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐDJHQF\ௐIRUௐHDFK ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKHOSHGௐFUHDWHௐWKHௐ&OLPDWHௐ0D\RUௐ3XUFKDVLQJௐ&ROODERUDWLYHௐE\ௐSDUWQHULQJௐZLWKௐRYHUௐ ௐ0D\RUVௐQDWLRQZLGHௐ7KLVௐLQLWLDWLYHௐZDVௐFUHDWHGௐIRUௐWKHௐEHQHILWௐRIௐPHPEHUVௐZKRௐZDQWHGௐWRௐFUHDWHௐDQGௐ VXVWDLQௐDQௐDOOHOHFWULFௐIOHHWௐ:HௐRIIHUௐௐSXUHO\ௐHOHFWULFௐYHKLFOHVௐ\RXUௐPHPEHUVௐWRௐFKRRVHௐIURPௐ6RPHௐSRSXODUௐPRGHOVௐLQFOXGHௐWKHௐ&KHYUROHWௐ%ROWௐ)RUGௐ)XVLRQௐ)RUGௐ0XVWDQJௐ0DFK(ௐDVௐZHOOௐDVௐ)RUG¶VௐDOOௐHOHFWULFௐ)ௐ:Hௐ DUHௐFRQILGHQWௐWKDWௐDVௐPRUHௐ2(0¶VௐFRQWLQXHௐWRௐPDQXIDFWXUHௐQHZௐHOHFWULFௐYHKLFOHVௐZHௐZLOOௐSURYLGHௐWKHPௐIRUௐPHPEHUVௐWRௐVHOHFWௐIURPௐ0RUHௐLQIRUPDWLRQௐDERXWௐWKLVௐLQLWLDWLYHௐFDQௐEHௐIRXQGௐDWௐZZZ'ULYHHYIOHHWRUJ   ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFRODEHOVௐ UDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐWKHௐHTXLSPHQWௐRUௐSURGXFWVௐLQFOXGHGௐLQௐ\RXUௐ3URSRVDOௐUHODWHGௐ WRௐHQHUJ\ௐHIILFLHQF\ௐRUௐFRQVHUYDWLRQௐOLIHF\FOHௐGHVLJQௐ FUDGOHWRFUDGOH ௐRUௐRWKHUௐJUHHQVXVWDLQDELOLW\ௐIDFWRUV 1$)*ௐKDVௐWKHௐ&DOLIRUQLDௐ$LUௐ5HVRXUFHௐ%RDUGௐ &$5% ௐ&HUWLILFDWHௐDVௐZHOOௐDVௐWKHௐ)RUGௐ4XDOLILHGௐ9HKLFOHௐ0RGLILHUௐ &HUWLILFDWHௐRQௐILOHௐZLWKௐVRPHௐRIௐRXUௐSDUWQHUௐVXSSOLHUVௐDQGௐXSILWWHUVௐKROGௐWKHVHௐFHUWLILFDWLRQVௐDQGௐWKHVHௐFHUWLILFDWLRQVௐKHOSௐLOOXVWUDWHௐKRZௐHDFKௐYHKLFOHௐFRQVHUYHVௐHQHUJ\ௐDQGௐUHPDLQVௐHQHUJ\ௐHIILFLHQW  'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ%XVLQHVVௐ(QWLW\ௐ :0%( ௐ6PDOOௐ%XVLQHVVௐ (QWLW\ௐ 6%( ௐRUௐYHWHUDQௐRZQHGௐEXVLQHVVௐ FHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐRUௐKXEௐSDUWQHUVௐKDYHௐREWDLQHGௐ8SORDGௐ GRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐ DVௐ DSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1$)*ௐKROGVௐDௐFXUUHQWௐSDUWQHUVKLSௐZLWKௐPDQ\ௐVXSSOLHUVௐVRPHௐRIௐZKLFKௐDUHௐYHWHUDQௐRZHGௐVXFKௐDVௐ3DFLILFௐ7UXFNௐ%RG\ௐORFDWHGௐLQௐ&$ௐ2XUௐ)RUGௐ&KHYUROHWௐDQGௐ5DP-HHS'RGJH&KU\VOHUௐVWRUHVௐDUHௐMRLQWO\ௐRZQHGௐDQGௐRSHUDWHGௐ E\ௐ0LQRULWLHV   :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐFRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐVHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV"ௐ :KDWௐPDNHVௐ\RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ\RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV" ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZDVௐQRWௐRQO\ௐEXLOWௐRQௐGHGLFDWLRQௐDQGௐKDUGௐZRUNௐEXWௐDOVRௐWKURXJKௐTXDQWLILDEOHௐPHWULFVௐWKDWௐGLUHFWO\ௐPHDVXUHௐWKHௐUHVXOWVௐRIௐRXUௐHIIRUWVௐWRௐHQVXUHௐUHDOௐJRDOVௐDUHௐEHLQJௐPHDVXUHGௐDQGௐPHWௐ7KURXJKௐPHDVXULQJௐUHVXOWVௐ1$)*ௐWDNHVௐUHVSRQVLELOLW\ௐLQௐHQVXULQJௐZHௐGHOLYHUௐRQO\ௐWKHௐEHVWௐFXVWRPHUௐFDUHௐWRௐ \RXUௐPHPEHUVௐ1$)*ௐRIIHUVௐPHPEHUVௐௐKRXUௐZHEVLWHௐDFFHVVௐWRௐFXVWRPHUௐVXSSRUWௐWRௐSHUVRQDEO\ௐZDONௐPHPEHUVௐWKURXJKௐDQ\ௐTXHVWLRQVௐWKH\ௐPD\ௐKDYHௐ1RௐPDWWHUௐZKDWௐWKHௐLVVXHௐPD\ௐEHௐZHௐDOZD\VௐWKLQNௐRXWVLGHௐWKHௐER[ௐWRௐKHOSௐPHPEHUVௐILQGௐDௐVROXWLRQ  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        7DEOH$:DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOOVWUXFWXUH<RX PD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOV LIDSSOLFDEOH LQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWR UHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH,WHP 4XHVWLRQ 5HVSRQVH  'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERU" (DFKௐRIௐWKHௐௐPDQXIDFWXUHVௐZHௐUHSUHVHQWௐFRYHUௐWKHLUௐRZQௐSURGXFWVௐSDUWVௐDQGௐODERUௐ$OOௐZDUUDQW\ௐLQIRUPDWLRQௐPD\ௐEHௐIRXQGௐLQௐRXUௐDWWDFKPHQWVௐXQGHUௐWKHௐ=,3ௐ)LOHௐ³$OOௐௐ 0DQXIDFWXUHV´   'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐRWKHUௐOLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH"3ULRUௐWRௐSXUFKDVHௐPHPEHUVௐVKRXOGௐEHௐDZDUHௐRIௐHDFKௐPDQXIDFWXUHU¶VௐUHVWULFWLRQVௐ6XFKௐDVௐLPSURSHUௐXVHௐRIௐWKHௐYHKLFOHௐPD\ௐUHVXOWௐLQௐGLVTXDOLILFDWLRQௐRIௐFRYHUDJHௐXQGHUௐWKHௐ2(0¶Vௐ ZDUUDQW\ௐ$QௐH[DPSOHௐRIௐWKLVௐPD\ௐEHௐDQௐ)ௐEHLQJௐXVHGௐIRUௐDௐSROLFHௐUHODWHGௐSXUVXLWௐZKLFKௐ PD\ௐYRLGௐFHUWDLQௐZDUUDQWLHVௐ$OWKRXJKௐZHௐDOZD\VௐZHOFRPHௐDQGௐHQFRXUDJHௐPHPEHUVௐWRௐFRQWDFWௐXVௐIRUௐWKHLUௐSDUWLFXODUௐZDUUDQW\ௐFRYHUDJH   'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐWHFKQLFLDQV¶ௐWUDYHOௐ WLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV" ,QௐVRPHௐFDVHVௐPDQXIDFWXUHUVௐZLOOௐWRZௐDௐPHPEHU¶VௐYHKLFOHௐWRௐWKHௐQHDUHVWௐZDUUDQW\ௐUHSDLUௐ IDFLOLW\ௐLQௐFDVHௐRIௐDௐEUHDNGRZQௐDQGௐFRYHUௐH[SHQVHVௐEXWௐSULRUௐDSSURYDOௐLVௐUHTXLUHG  $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ &DQDGDௐ DVௐDSSOLFDEOH ௐIRUௐZKLFKௐ\RXௐFDQQRWௐSURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV"ௐௐ+RZௐZLOOௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐ VHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" 7KLVௐPD\ௐYDU\ௐIURPௐPDQXIDFWXUHUௐWRௐPDQXIDFWXUHUௐ7KXVௐZHௐHQFRXUDJHௐPHPEHUVௐWRௐFDOOௐLQௐ SULRUௐWRௐSXUFKDVHௐDQGௐLQTXLUHௐDERXWௐWKHLUௐVSHFLILFௐUHJLRQௐDQGௐKRZௐWKHLUௐZDUUDQW\ௐUHSDLUVௐZLOOௐEHௐFRYHUHGௐZLWKௐWKHLUௐPDQXIDFWXUHU  :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐRWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐRUௐDUHௐWKHVHௐ ZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU" $OOௐZDUUDQWLHVௐDUHௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHUௐDQGௐDQ\ௐXSILWௐZDUUDQW\ௐZLOOௐEHௐSDVVHGௐRQௐWRௐWKHௐXSILWWHUௐWRௐSHUIRUP  :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐSURJUDPVௐDQGௐ SROLFLHV" ,IௐDௐPHPEHUௐFKDQJHVௐWKHLUௐPLQGௐ1$)*ௐZLOOௐTXLFNO\ௐPDNHௐHYHU\ௐHIIRUWௐWRௐFKDQJHௐRUௐFDQFHOௐ WKHௐRUGHUௐZLWKௐWKHௐIDFWRU\ௐ+RZHYHUௐRQFHௐWKHௐPDQXIDFWXUHUௐEHJLQVௐSURGXFLQJௐWKHௐYHKLFOHௐWKHUHௐDUHௐQRௐFKDQJHVௐH[FKDQJHVௐRUௐUHIXQGVௐDYDLODEOHௐ7KHௐRUGHUௐLVௐWKHQௐGHHPHGௐQRQFDQFHOODEOHௐ 7KLVௐLQFOXGHVௐDQ\ௐXSILWௐHTXLSPHQWௐDQௐXSILWWHUௐKDVௐRUGHUHGௐIRUௐWKHௐXQLW   'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐLQFOXGHGௐLQௐ\RXUௐSURSRVDO1$)*ௐRIIHUVௐDQ\ௐDQGௐDOOௐPDQXIDFWXUHUௐVHUYLFHௐFRQWUDFWVௐIRUௐDOOௐPHPEHUVௐ7KHUHௐDUHௐVHYHUDOௐSDUDPHWHUVௐLQௐZKLFKௐDௐVHUYLFHௐFRQWUDFWௐPD\ௐEHௐFXVWRPL]DEOHௐ7KHVHௐFXVWRPL]HGௐVHUYLFHௐ FRQWUDFWVௐZLOOௐEHௐWUHDWHGௐDVௐDGGௐIDFWRU\ௐRSWLRQVௐDQGௐIROORZLQJௐWKHௐVDPHௐGLVFRXQWௐVFKHGXOHௐ SURYLGHGௐLQௐWKHௐSULFLQJௐILOH  7DEOH%3HUIRUPDQFH6WDQGDUGVRU*XDUDQWHHV 'HVFULEHLQGHWDLO\RXUSHUIRUPDQFHVWDQGDUGVRUJXDUDQWHHVLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOOVWUXFWXUH<RXPD\ XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUSHUIRUPDQFHPDWHULDOV LIDSSOLFDEOH LQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKH TXHVWLRQVEHORZ /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐSHUIRUPDQFHௐVWDQGDUGVௐRUௐJXDUDQWHHVௐ WKDWௐDSSO\ௐWRௐ\RXUௐVHUYLFHV 7KHௐRQO\ௐJXDUDQWHHௐZHௐFDQௐHYHUௐSURYLGHௐLVௐWKHௐJXDUDQWHHௐWKDWௐZHௐZLOOௐWUHDWௐDQGௐKHOSௐHYHU\ௐPHPEHUௐ WKDWௐFRQWDFWVௐZLWKௐUHVSHFWௐLQWHJULW\ௐDQGௐSURIHVVLRQDOLVP  'HVFULEHௐDQ\ௐVHUYLFHௐVWDQGDUGVௐRUௐJXDUDQWHHVௐWKDWௐDSSO\ௐWRௐ\RXUௐVHUYLFHVௐ SROLFLHVௐPHWULFVௐ.3,VௐHWF 1$)*ௐDQGௐVWDIIௐXSKROGௐKLJKௐVWDQGDUGVௐZLWKௐKRZௐZHௐSURYLGHௐVHUYLFHௐWRௐWKHௐPHPEHUVௐQRWௐRQO\ௐKROGLQJௐHDFKௐRWKHUௐDFFRXQWDEOHௐEXWௐE\ௐHPEUDFLQJௐPHPEHUௐIHHGEDFNௐRIௐKRZௐZHௐFDQௐLPSURYHௐ7KHQௐZHௐDFWௐ XSRQௐLWௐDQGௐLPSOHPHQWௐLPSURYHPHQWV  7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSD\PHQWௐWHUPVௐDQGௐDFFHSWHGௐSD\PHQWௐ PHWKRGV" 6WDQGDUGௐSD\PHQWௐWHUPVௐDUHௐ1HWௐௐZLWKௐDௐௐ±ௐGD\ௐJUDFHௐSHULRG  'HVFULEHௐDQ\ௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐDYDLODEOHௐIRUௐ XVHௐE\ௐHGXFDWLRQDOௐRUௐJRYHUQPHQWDOௐHQWLWLHV ௐ,QௐRUGHUௐWRௐSURYLGHௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐ1$)*ௐKDVௐSDUWQHUHGௐZLWKௐ1DWLRQDOௐ&RRSHUDWLYHௐ/HDVLQJௐWRௐ RIIHUௐOHDVLQJௐWHUPVௐIRUௐ6RXUFHZHOOௐPHPEHUVௐIRUௐDOOௐ1$)*ௐTXRWHVௐXQGHUௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐ)RUௐIXUWKHUௐ UHYLHZௐZHௐKDYHௐDWWDFKHGௐDௐ3')ௐFDOOHGௐ³1&/ௐ6DPSOHௐ/HDVH´ௐLQௐWKHௐ³0HPEHUௐ:DONௐ7KURXJK´ௐ=LSௐILOH   'HVFULEHௐDQ\ௐVWDQGDUGௐWUDQVDFWLRQௐGRFXPHQWVௐWKDWௐ\RXௐ SURSRVHௐWRௐXVHௐLQௐFRQQHFWLRQௐZLWKௐDQௐDZDUGHGௐFRQWUDFWௐ RUGHUௐIRUPVௐWHUPVௐDQGௐFRQGLWLRQVௐVHUYLFHௐOHYHOௐDJUHHPHQWVௐHWF ௐ8SORDGௐDௐVDPSOHௐRIௐHDFKௐ DVௐ DSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐWUDQVDFWLRQௐSURFHVVௐ 3XUFKDVHௐ2UGHU ௐLVௐFORVHO\ௐWUDFNHGௐZHOOௐGRFXPHQWHGௐDQGௐ QHDWO\ௐRUJDQL]HGௐWRௐPRQLWRUௐHDFKௐWUDQVDFWLRQௐSHUIRUPHGௐWKURXJKௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ7KLVௐZD\ௐ1$)*ௐPD\ௐSURGXFHௐVZLIWௐDQGௐDFFXUDWHௐTXDUWHUO\ௐUHSRUWLQJ  'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐ SURFHVV"ௐ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" <HVௐ1$)*ௐDFFHSWVௐXSௐWRௐௐSHUௐYHKLFOHௐ+RZHYHUௐDQ\ௐGROODUௐDPRXQWௐKLJKHUௐWKDQௐௐZLOOௐUHTXLUHௐDௐ3 FDUGௐ&UHGLWௐ&DUGௐWUDQVDFWLRQDOௐIHHௐWKDWௐZRXOGௐEHௐSDVVHGௐRQWRௐWKHௐPHPEHU  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQEHPDGHGXULQJWKHWHUPRI DQDZDUGHG&RQWUDFWDVGHVFULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW&KDQJH5HTXHVW)RUP /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐ HJௐOLQHLWHPௐGLVFRXQWVௐRUௐSURGXFWFDWHJRU\ௐ GLVFRXQWV ௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐ LQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐGLVFRXQWHGௐSULFH ௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐ ZDQWௐ6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,IௐDSSOLFDEOHௐ SURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐRIIHULQJௐ/LQH,WHPௐ'LVFRXQWVௐ2IIௐ0DQXIDFWXUHௐ 6XJJHVWHGௐ5HWDLOௐ3ULFHௐIRUௐௐPDQXIDFWXUHUVௐWKDWௐLVௐGHWDLOHGௐLQௐWKHௐ3ULFHௐ)LOHௐ1$)*ௐZLOOௐDOVRௐRIIHUௐDQ\ௐ8SILWVௐWRௐEHௐDGGHGௐWRௐDQ\ௐDQGௐDOOௐYHKLFOHV¶ௐWKDWௐPHPEHUVௐ ZLVKௐWRௐDGGௐ'HWDLOVௐDUHௐORFDWHGௐRQௐWKHௐ3ULFHௐ6XPPDU\ௐ3DJHௐLQௐWKHௐ3ULFHௐ)LOH  4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐSURSRVDOௐLQௐWKLVௐ UHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ\RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐRUௐOLVWௐVWDWHௐWKHௐSHUFHQWDJHௐRUௐ SHUFHQWDJHௐUDQJH 1$)*ௐKDVௐDQௐSURYLGHGௐRIIHULQJVௐIURPௐௐ%UDQGV2(06ௐDQGௐWKHUHௐUHVSHFWLYHௐ SHUFHQWDJHௐRIIௐYDU\ௐDQGௐDUHௐGHWDLOHGௐLQௐWKHௐ3ULFHௐ)LOHௐ]LSௐ (DFKௐ0DQXIDFWXUHௐ5DQJHௐLVௐGHWDLOHGௐLQௐWKHௐWDEVௐEHORZௐKHUHௐLVௐDQௐRYHUYLHZௐௐௐௐௐௐௐௐௐௐௐௐ&KHYUROHWௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐௐ )RUGௐ0RWRUௐ&RPSDQ\ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ*0&ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ5DPௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ 'RGJHௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ-HHSௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ&KU\VOHUௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ 7R\RWDௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ+RQGDௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ1LVVDQௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ %XLFNௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐ.LDௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ %0:ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ &DGLOODFௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ9RONVZDJHQௐIURPௐௐWRௐௐ   'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐSURJUDPVௐWKDWௐ\RXௐ RIIHU ,IௐFOLHQWVௐDUHௐFRQVLGHULQJௐDQௐRUGHUௐRIௐௐRUௐPRUHௐXQLWVௐZHௐHQFRXUDJHௐPHPEHUVௐ WRௐFRQWDFWௐXVௐIRUௐDQ\ௐDGGLWLRQDOௐGLVFRXQWHGௐTXRWHV  3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐUHODWHGௐVHUYLFHVௐ ZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐLWHPVௐRUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐVXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐSHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW ³2SHQௐ0DUNHW´ௐSURGXFWVௐRUௐ³6RXUFHGௐ*RRGV´ௐZLOOௐEHௐFRQVLGHUHGௐDQGௐWUHDWHGௐDVௐ UHJXODUௐXSILWVௐ+RZHYHUௐWKH\ௐPD\ௐEHௐTXRWHGௐXSௐWRௐDௐௐPDUNௐXSௐLIௐDSSOLFDEOH  ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐSXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐ IUHLJKWௐRUௐVKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUHGHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐRUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐFRVWVௐDQGௐWKHLUௐ UHODWLRQVKLSௐWRௐWKHௐ3URSRVHU $OOௐFRQVLGHUDWLRQVௐKDYHௐDOUHDG\ௐEHHQௐWDNHQௐLQWRௐDFFRXQWௐLQௐLWVௐHQWLUHO\ௐ7KHௐ3ULFHௐ6XPPDU\ௐ3DJHௐDQGௐ3ULFHௐ7DEOHௐFRQWDLQHGௐLQௐWKHௐSULFHௐILOHௐLQFOXGHVௐDOOௐFRQVLGHUHGௐFRVWVௐ$OWKRXJKௐLIௐDௐPHPEHUௐUHTXHVWHGௐDௐVSHFLDOL]HGௐTXRWHௐIRUௐDௐXQLTXHௐVLWXDWLRQௐ WKDWௐUHTXLUHVௐVSHFLDOௐWUDLQLQJௐGLUHFWLRQௐRUௐLQVWDOODWLRQௐWKHௐDGGLWLRQDOௐFRVWVௐZRXOGௐEHௐDGGHGௐDVௐDௐSDUWௐRIௐWKHௐXSILWௐDQGௐWKHQௐLQFOXGHGௐLQVLGHௐWKHௐPHPEHU¶VௐTXRWH   ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐFRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐ GHOLYHU\ௐSURJUDP $OOௐPDQXIDFWXUHVௐFKDUJHௐDௐVWDQGDUGௐ³)DFWRU\ௐ'HVWLQDWLRQௐ&KDUJH´ௐ+RZHYHUௐWKDWௐLVௐ VHSDUDWHௐIURPௐWKHௐIUHLJKWGHVWLQDWLRQௐFRVWௐWKDWௐPHPEHUVௐPD\ௐLQFXUௐWRௐVKLSௐDௐYHKLFOHௐ WRௐDQGௐIURPௐDQௐLQVWDOOHUௐLIௐDSSOLFDEOHௐ7KHVHௐVXEVHTXHQWௐORFDWLRQDOௐPRYHPHQWVௐPD\ௐEDUHௐDGGLWLRQDOௐIUHLJKWௐFRVWVௐWKDWௐZLOOௐEHௐRXWOLQHGௐZLWKLQௐWKHௐPHPEHUVௐTXRWHௐIRUௐ WKHLUௐUHYLHZௐSULRUௐWRௐSXUFKDVH   6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐSURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐGHOLYHU\)UHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐDPRQJௐWKHVHௐUHJLRQVௐVRPHWLPHVௐFDUU\ௐDGGLWLRQDOௐORJLVWLFDOௐFKDUJHVௐIRUௐDGGHGௐIHUU\ௐSRUWௐDQGௐGULYHUௐFRVWVௐIURPௐERWKௐWRௐDQGௐ IURPௐWKHௐPDLQODQGௐ7KHVHௐDGGHGௐFRVWVௐZLOOௐEHௐGLVFORVHGௐRQௐWKHௐTXRWHௐIRUௐPHPEHUVௐWRௐUHYLHZௐDQGௐDSSURYHௐSULRUௐWRௐSXUFKDVH  'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐRSWLRQVௐ RIIHUHGௐLQௐ\RXUௐSURSRVDO 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDOUHDG\ௐKDVௐDௐZHOOHVWDEOLVKHGௐ$XWRPRELOHௐ)UDQFKLVHௐ 'LVWULEXWLRQௐ1HWZRUNௐWKDWௐDOORZVௐIRUௐVZLIWௐDQGௐUHODWLYHO\ௐVHDPOHVVௐGHOLYHU\ௐWRௐPHPEHUVௐDQGௐWKHLUௐHQGௐXVHUV  7DEOH3ULFLQJ2IIHUHG /LQH,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV  FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJGHSDUWPHQWV 1$)*ௐ6WULYHVௐWRௐRIIHUௐWKHௐEHVWௐ RYHUDOOௐYDOXHௐWRௐWKHௐPHPEHUௐZLWKௐHDFKௐDQGௐHYHU\ௐTXRWH Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐSODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐZLWKௐ6RXUFHZHOOௐ7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐ WKDWௐWKHௐ9HQGRUௐUHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐ3URYLGHௐVXIILFLHQWௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐVDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ &RQWUDFWௐWHPSODWH 6RXUFHZHOOௐSDUWLFLSDWLQJௐPHPEHUVௐDUHௐDEOHௐWRௐREWDLQௐSURSHUௐSULFLQJௐGLUHFWO\ௐIURPௐRXUௐZHEVLWHௐZKHUHௐWKH\ௐDUHௐDEOHௐWRௐXVHௐRXUௐXVHUIULHQGO\ௐGHVLJQௐWRௐEXLOGௐDQGௐSULFHௐWKHLUௐYHKLFOHVௐ7KHௐ1$)*ௐLVௐXSGDWHGௐGDLO\ௐWRௐUHIOHFWௐ XSGDWHGௐPDQXIDFWXUHUௐ0653ௐLQIRUPDWLRQௐ2XUௐV\VWHPௐZLOOௐSURYLGHௐPHPEHUVௐZLWKௐDQௐDFFXUDWHௐTXRWHௐௐRIௐWKHௐWLPHௐ,QௐDGGLWLRQௐ1$)*ௐKDVௐDௐVWUHDPௐOLQHௐDQGௐRUJDQL]HGௐSURFHVVௐKDWௐFDOFXODWHVௐDGPLQLVWUDWLYHௐIHHVௐDQGௐ DOORZVௐ1$)*ௐWRௐJLYHௐDௐWXUQDURXQGௐWLPHௐRIௐௐ±ௐௐGD\VௐIRUௐTXDUWHUO\ௐUHSRUWV   ,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐIHZௐH[DPSOHVௐRIௐLQWHUQDOௐPHWULFVௐWKDWௐ ZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐVXFFHVVௐZLWKௐWKHௐFRQWUDFW 2QHௐRIௐWKHௐLQWHUQDOௐPHWULFVௐ1$)*ௐXVHVௐWRௐWUDFNௐDQGௐPHDVXUHௐVXFFHVVௐ ZLWKௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐLVௐPDLQWDLQHGௐWKURXJKௐRXUௐZHEVLWHௐ2XUௐZHEVLWHௐNHHSVௐDௐGHWDLOHGௐORJௐRIௐTXRWHVௐWKDWௐPHPEHUVௐDUHௐJHQHUDWLQJௐ:Hௐ RYHUVHHௐDQGௐNHHSௐWUDFNௐRIௐKRZௐPDQ\ௐTXRWHVௐDUHௐEHLQJௐJHQHUDWHGௐDQGௐ ZKLFKௐTXRWHVௐDUHௐPHWௐZLWKௐDௐSXUFKDVHௐRUGHUௐ(YHU\ௐPRQWKௐZHௐHYDOXDWHௐRXUௐVDOHVௐLQGLFDWRUVௐDQGௐFORVHO\ௐPRQLWRUௐWKHௐYROXPHௐDQGௐIUHTXHQF\ௐRIௐVDOHVௐ 2QHௐH[DPSOHௐLVௐE\ௐHYDOXDWLQJௐZKLFKௐPHPEHUVௐDUHௐSXUFKDVLQJௐIURPௐRXUௐ SODWIRUPௐ±ௐQHZௐPHPEHUVௐRUௐIUHTXHQWௐPHPEHUVௐWRௐHQVXUHௐZHௐDUHௐJURZLQJௐRXUௐPHPEHUௐEDVHௐ:HௐXVHௐWKHVHௐPHWULFVௐWRௐPHDVXUHௐRXUௐSURMHFWHGௐJURZWKௐ UDWHௐDQGௐZRUNௐWRௐH[FHHGௐRXUௐH[SHFWDWLRQV   ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ \RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐLVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ0HPEHU¶VௐFRVWௐRIௐJRRGVௐ 6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐ DGGLWLRQDOௐGHWDLOV 1$)*ௐZLOOௐVXEPLWௐௐௐSHUௐYHKLFOHௐSXUFKDVHGௐWKURXJKௐ1$)*ௐDQGௐௐௐSHUௐYHKLFOHௐSXUFKDVHGௐWKRXJKௐRXUௐSDUWQHUௐGHDOHUௐ$ODQௐ-D\ௐ$XWRPRWLYHௐ)RUௐ WKHௐSXUSRVHௐRIௐDQௐDGPLQௐIHHௐWKHUHௐDUHௐQRௐRWKHUௐSDUWQHUௐGHDOHUௐJURXSVௐFRQVLGHUHG 7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐHTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐDUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDO 1$)*ௐKDVௐSURYLGHGௐDௐ³0RGHOௐ5ROOௐ2XW´ௐ&KDUWVௐLQௐWKHௐ³3ULFHௐ)LOH´ௐ]LSௐEXWௐRIௐWKHௐௐPDQXIDFWXUHUVௐZHௐUHSUHVHQWௐWKH\ௐKDYHௐRYHUௐௐPDNHVௐDQGௐPRGHOVௐIRUௐPHPEHUVௐWRௐFKRRVHௐIURPௐWKDWௐUDQJHௐIURPௐ&ODVVௐௐDQGௐVXSSRUWLQJௐ&ODVVௐௐ&DEௐDQGௐ&KDVVLVௐWUXFNVௐ1$)*¶VௐSODWIRUPVௐFDQௐDGGௐDQ\ௐXSILWௐRIௐWKHLUௐ FKRRVLQJௐUDQJLQJௐIURPௐWRROER[HVௐWRௐ/LQHௐ0HFKDQLFௐ%RGLHVௐ$Q\ௐDQGௐDOOௐXSILWVௐFDQௐEHௐDGGHGௐWRௐDQ\ௐRQHௐRIௐRXUௐYHKLFOHVௐWKURXJKௐRQHௐRIௐRXUௐXSILWௐSDUWQHUௐVXSSOLHUVௐRUௐE\ௐDQௐXSILWௐVXSSOLHUௐRIௐWKHௐPHPEHUVௐFKRRVLQJௐ1$)*ௐDQGௐWKHௐVXSSOLHUௐZLOOௐZRUNௐWRJHWKHUௐWRௐVXSSO\ௐPHPEHUVௐZLWKௐWXUQNH\ௐTXRWHV   :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐVXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐWLWOHVௐWKDWௐEHVWௐGHVFULEHௐ \RXUௐSURGXFWVௐDQGௐVHUYLFHV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐOLVWVௐWKHௐPDNHVௐDQGௐPRGHOVௐRIௐDOOௐௐPDQXIDFWXUHUVௐZHௐUHSUHVHQWௐXQGHUௐWKHௐ=,3ௐ)LOHௐ³$OOௐௐ0DQXIDFWXUHV´ௐௐ7KHVHௐௐ2(0VௐPDNHௐXSௐRYHUௐௐFRPELQHGௐPDNHVௐPRGHOVௐDQGௐ HQJLQHௐFRPELQDWLRQVௐIRUௐPHPEHUVௐWRௐVHOHFWௐIURPௐDORQJௐZLWKௐVHYHUDOௐVXEWLWOHௐ³8SILWV´ௐGHWDLOHGௐIRUௐ PHPEHUVௐLQௐWKHௐSULFHௐILOH  7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV ,QGLFDWHEHORZLIWKHOLVWHGW\SHVRUFODVVHVRIHTXLSPHQWSURGXFWVDQGVHUYLFHVDUHRIIHUHGZLWKLQ\RXUSURSRVDO3URYLGHDGGLWLRQDOFRPPHQWVLQWKHWH[WER[ SURYLGHGDVQHFHVVDU\ /LQH,WHP &DWHJRU\RU7\SH 2IIHUHG &RPPHQWV $XWRPRELOHV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐPDNHVௐDQGௐPRGHOV  6SRUWௐ8WLOLW\ௐ9HKLFOHV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐPDNHVௐDQGௐPRGHOV  9DQV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐPDNHVௐDQGௐPRGHOV  7UXFNV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐPDNHVௐDQGௐPRGHOV  9HKLFOHVௐGHVFULEHGௐLQௐ/LQHVௐௐDERYHௐIRUௐ3XEOLFௐ6DIHW\ௐ DSSOLFDWLRQV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV  &RQYHQWLRQDOௐLQWHUQDOௐFRPEXVWLRQௐPRGHOV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV  1DWXUDOௐJDVௐRUௐSURSDQHௐDXWRJDVௐK\EULGௐRUௐDOWHUQDWLYHௐIXHOௐ PRGHOV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV  (OHFWULFௐSRZHUHGௐPRGHOV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV Bid Number: RFP 091521 Vendor Name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³0DUNHWLQJ3ODQ´ 3ULFLQJ1$)*3ULFH)LOHIRU%LG]LS0RQGD\6HSWHPEHU )LQDQFLDO6WUHQJWKDQG6WDELOLW\0DUNHW6XFFHVVDQG)LQDQFLDO6WDELOLW\]LS0RQGD\6HSWHPEHU 0DUNHWLQJ3ODQ6DPSOHV0DUNHWLQJ3ODQ&RPSUHVVHG]LS7XHVGD\6HSWHPEHU :0%(0%(6%(RU5HODWHG&HUWLILFDWHV,QVXUDQFHDQG5HODWHG'RFXPHQWV]LS7XHVGD\6HSWHPEHU :DUUDQW\,QIRUPDWLRQ:DUUDQWLHV5)3]LS7XHVGD\6HSWHPEHU 6WDQGDUG7UDQVDFWLRQ'RFXPHQW6DPSOHV6WDQGDUG7UDQVDFWLRQ]LS0RQGD\6HSWHPEHU 8SORDG$GGLWLRQDO'RFXPHQW$//0DNHVDQG8SILWV]LS7XHVGD\6HSWHPEHU Bid Number: RFP 091521 Vendor Name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¶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³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´OLVWPDLQWDLQHGE\WKH2IILFHRI)RUHLJQ$VVHWV&RQWURORIWKH8QLWHG6WDWHV 'HSDUWPHQWRIWKH7UHDVXU\IRXQGDWKWWSVZZZWUHDVXU\JRYRIDFGRZQORDGVVGQOLVWSGI   ,QFOXGHGRQWKHJRYHUQPHQWZLGHH[FOXVLRQVOLVWVLQWKH8QLWHG6WDWHV6\VWHPIRU$ZDUG0DQDJHPHQWIRXQGDWKWWSVVDPJRY6$0RU   3UHVHQWO\GHEDUUHGVXVSHQGHGSURSRVHGIRUGHEDUPHQWGHFODUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSURJUDPVRSHUDWHGE\WKH6WDWHRI0LQQHVRWD WKH8QLWHG6WDWHVIHGHUDOJRYHUQPHQWRUWKH&DQDGLDQJRYHUQPHQWDVDSSOLFDEOHRUDQ\3DUWLFLSDWLQJ(QWLW\9HQGRUFHUWLILHVDQGZDUUDQWVWKDWQHLWKHULW QRULWVSULQFLSDOVKDYHEHHQFRQYLFWHGRIDFULPLQDORIIHQVHUHODWHGWRWKHVXEMHFWPDWWHURIWKLVVROLFLWDWLRQ %\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶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id Number: RFP 091521 Vendor Name: 72 HOUR LLC        &KHFNWKHER[LQWKHFROXPQ,KDYHUHYLHZHGWKLVDGGHQGXPEHORZWRDFNQRZOHGJHHDFKRIWKHDGGHQGD )LOH1DPH ,KDYHUHYLHZHGWKH EHORZDGGHQGXPDQGDWWDFKPHQWV LI DSSOLFDEOH 3DJHV $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B :HG6HSWHPEHU30  $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B 7XH6HSWHPEHU30  $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B 7KX$XJXVW30  $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B0RQ$XJXVW$0  $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B 6XQ$XJXVW30  $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B 7KX$XJXVW30  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        Rev. 7/2022 1 CONTRACT EXTENSION Contract Number: Sourcewell and 202 12th Street Northeast P.O. Box 219 Staples, MN 56479 (Sourcewell) (Vendor) have entered into Contract Number: 110719- for the procurement of: The Contract has an expiration date of Decemb r, but the parties may extend the Contract by mutual consent. Sourcewell and Vendor acknowledge that extending the Contract benefits the Vendor, Sourcewell and Sourcewell’s Members. Vendor and Sourcewell agree to extend the Contract listed above for an additional period, with a new Contract expiration date of Dece mber , . All other terms and conditions of the Contract remain in full force and effect. Sourcewell ________________________________ Authorized Signature ________________________________ Name ________________________________ Title ________________________________ Date ________________________________ Authorized Signature ________________________________ Name ________________________________ Title ________________________________ Date Docusign Envelope ID: 31571C89-0644-48C0-B9A8-8354F179F810 Jeremy Schwartz Automobiles, SUVs, Vans, and Light Trucks with Related Equipment and Accessories National Auto Fleet 2026-11-08 95076-3726 5/29/2025 | 12:25 PM CDT 091521-NAF 091521-NAF 2025-11-08 Chief Operating and Procurement Officer 490 Auto Center Dr Watsonville, California Fleet Manager Jesse Cooper 5/30/2025 | 10:38 AM CDT 72HOUR,LLCdba NationalAutoFleet Group CONTEMPORARY MOTORCARS,INC. CreativeBusSales,Inc. DavisChevrolet,GMC, Buick,Ltd. Donlen,LLC GreenPowerMotor Company,Inc. LithiaToyotaofBillings II,LLC LordstownMotorsCorp. MikeAlbertLeasing, Inc. ROTruck&Equipment LLCDBAROBusSales Tesla,Inc. TROPICALFORD,INC. VALLEYFORDTRUCK, INC. PossiblePoints ConformancetoTerms/ ConditionstoInclude Documentation 50 463338343834373635403841 Pricing 400 355244298240268268264259255260301314 Financial,Industryand MarketplaceSuccesses 75 665663474950465558605564 Bidder'sAbilitytoSell/Service ContractNationally 100 846679607270597064826577 Bidder'sMarketingPlan 50 473140263129363634343640 ValueAddedAttributes 75 614345495849644948655653 WarrantyCoveragesand Information 50 433740383941413838444139 DepthandBreadthofOffered Equipment,Products,or Services 200 176134146155154149133156156143160166 TotalPoints 1,000878 644 749 649 709 690 680 699 688 728 752 794 RankOrder 1124116 81079532 ____________________________________________________________________________________________________________________________________________________________________ JamesVoelker,CPCM,CFCM,ProcurementLeadAnalyst StephanieHaataja,CPIM,ProcurementAnalyst CraigWest,ProcurementAnalyst TomSharbonno,ProcurementAnalyst Proposal Evaluation Automobiles, SUVs, Vans, and Light Trucks with Related Equipment and Accessories RFP #091521          032824-NAF Rev. 3/2022 1 Solicitation Number: RFP #032824 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and 72 Hour LLC, dba National Auto Fleet Group, 490 Auto Center Drive, Watsonville, CA 95076 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. EXPIRATION DATE AND EXTENSION. This Contract expires July 9, 2028, unless it is cancelled sooner pursuant to Article 22. This Contract allows up to three additional one-year extensions upon the request of Sourcewell and written agreement by Supplier. Sourcewell retains the right to consider additional extensions beyond seven years as required under exceptional circumstances. B. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES          032824-NAF Rev. 3/2022 2 A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase.          032824-NAF Rev. 3/2022 3 A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: x Identify the applicable Sourcewell contract number;          032824-NAF Rev. 3/2022 4 x Clearly specify the requested change; x Provide sufficient detail to justify the requested change; x Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and x Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Change Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier’s employees may be required to perform work at government- owned facilities, including schools. Supplier’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized          032824-NAF Rev. 3/2022 5 subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier’s acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum, the terms of which will be negotiated directly between the Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as applicable. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE          032824-NAF Rev. 3/2022 6 A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: x Maintenance and management of this Contract; x Timely response to all Sourcewell and Participating Entity inquiries; and x Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, performance issues, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: x Participating Entity Name (e.g., City of Staples Highway Department); x Participating Entity Physical Street Address; x Participating Entity City; x Participating Entity State/Province; x Participating Entity Zip/Postal Code; x Participating Entity Contact Name; x Participating Entity Contact Email Address; x Participating Entity Contact Telephone Number; x Sourcewell Assigned Entity/Participating Entity Number; x Item Purchased Description; x Item Purchased Price; x Sourcewell Administrative Fee Applied; and x Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted          032824-NAF Rev. 3/2022 7 price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier’s name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier’s Authorized Representative is the person named in the Supplier’s Proposal. If Supplier’s Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Contract are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties.          032824-NAF Rev. 3/2022 8 D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell’s responsibility will be governed by the State of Minnesota’s Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Supplier.          032824-NAF Rev. 3/2022 9 b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Supplier’s trademarks in advertising and promotional materials for the purpose of marketing Supplier’s relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and promotional materials for the purpose of marketing the Parties’ relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party’s trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party’s trademarks only in good faith and in a dignified manner consistent with such party’s use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell’s written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services.          032824-NAF Rev. 3/2022 10 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract.          032824-NAF Rev. 3/2022 11 The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: x Exercise any remedy provided by law or equity, or x Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for products liability-completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms          032824-NAF Rev. 3/2022 12 no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer’s Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Professional/Technical, Errors and Omissions, and/or Miscellaneous Professional Liability. During the term of this Contract, Supplier will maintain coverage for all claims the Supplier may become legally obligated to pay resulting from any actual or alleged negligent act, error, or omission related to Supplier’s professional services required under this Contract. Minimum Limits: $2,000,000 per claim or event $2,000,000 – annual aggregate 6. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Supplier’s security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data – including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf.          032824-NAF Rev. 3/2022 13 Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing.          032824-NAF Rev. 3/2022 14 Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to “federal” should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier’s Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with          032824-NAF Rev. 3/2022 15 the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA).          032824-NAF Rev. 3/2022 16 Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and          032824-NAF Rev. 3/2022 17 records of Supplier that are directly pertinent to Supplier’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier’s personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre-approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by a Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier’s actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested.          032824-NAF Rev. 3/2022 18 R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier’s Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell 72 Hour LLC, dba National Auto Fleet Group By: __________________________ By: __________________________ Jeremy Schwartz Jesse Cooper Title: Chief Procurement Officer Title: National Fleet Manager Date: ________________________ Date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id Number: RFP 032824 Vendor Name: 72 HOUR LLC          6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQV DSSOLHVWRDOO7DEOHV 6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ'RQRWPHUHO\DWWDFKDGGLWLRQDOGRFXPHQWVWR\RXUUHVSRQVHZLWKRXWDOVR SURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNUHVSRQG³1$´LIWKHTXHVWLRQGRHVQRWDSSO\WR\RX SUHIHUDEO\ZLWKDQH[SODQDWLRQ   /LQH,WHP 4XHVWLRQ 5HVSRQVH  3URSRVHUௐ/HJDOௐ1DPHௐ RQHௐOHJDOௐHQWLW\ௐRQO\ ௐௐ ,QௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFWௐDVௐ6XSSOLHU ௐ+285ௐ//&  ,GHQWLI\ௐDOOௐVXEVLGLDU\ௐHQWLWLHVௐRIௐWKHௐ3URSRVHUௐZKRVHௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHVௐDUHௐLQFOXGHGௐLQௐWKHௐ3URSRVDOௐ+RXUௐ//&  ,GHQWLI\ௐDOOௐDSSOLFDEOHௐDVVXPHGௐQDPHVௐRUௐ'%$ௐQDPHVௐRIௐWKHௐ3URSRVHUௐRUௐ3URSRVHU VௐVXEVLGLDULHVௐLQௐ/LQHௐௐRUௐ/LQHௐௐDERYH1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS   3URYLGHௐ\RXUௐ&$*(ௐFRGHௐRUௐ8QLTXHௐ(QWLW\ௐ,GHQWLILHUௐ 6$0  <)+'=='<  3URSRVHUௐ3K\VLFDOௐ$GGUHVVௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ  3URSRVHUௐZHEVLWHௐDGGUHVVௐ RUௐDGGUHVVHV ZZZ1DWLRQDODXWRIOHHWJURXSFRP   3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐ DGGUHVVௐ ௐSKRQH ௐ 7KHௐUHSUHVHQWDWLYHௐPXVWௐKDYHௐDXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ$VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐEHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐEHௐH[SHFWHGௐWRௐH[HFXWHௐ WKHௐUHVXOWLQJௐFRQWUDFW  -HVVHௐ&RRSHU 1DWLRQDOௐ)OHHWௐ0DQDJHUௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ -FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP   3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐSURSRVDOௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH -HVVHௐ&RRSHU1DWLRQDOௐ)OHHWௐ0DQDJHUௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP   3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐDQ\ௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH &ODUNHௐ&RRSHU1DWLRQDOௐ)OHHWௐ0DQDJHU ௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ&ODUNHFRRSHU#ZDWVRQYLOOHIOHHWJURXSFRPௐ  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐLQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐEXVLQHVVௐSKLORVRSK\ௐDQGௐLQGXVWU\ௐ ORQJHYLW\ௐUHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZDVௐHVWDEOLVKHGௐLQௐௐLQௐ6RXWKHUQௐ&DOLIRUQLDௐDQGௐERDVWVௐDௐULFKௐKLVWRU\ௐRIௐIDPLO\GULYHQௐVXFFHVVௐ)URPௐKXPEOHௐEHJLQQLQJVௐZLWKௐDௐVLQJOHௐGHDOHUVKLSௐZH YHௐJURZQௐLQWRௐDௐQDWLRQZLGHௐQHWZRUNௐRIௐRYHUௐௐ GHDOHUVKLSVௐWKDQNVௐWRௐWKHௐGHGLFDWLRQௐDQGௐYLVLRQௐRIௐRXUௐIDWKHU2QHௐRIௐRXUௐFRUHௐYDOXHVௐKDVௐDOZD\VௐEHHQௐIRVWHULQJௐDௐVWURQJௐFRPSDQ\ௐFXOWXUHௐDQGௐZHௐDFKLHYHௐWKLVௐE\ௐSULRULWL]LQJௐLQWHUQDOௐJURZWKௐ:HௐSURXGO\ௐSURPRWHௐIURPௐZLWKLQௐOHYHUDJLQJௐWKHௐWDOHQWௐDQGௐH[SHULHQFHௐRIௐRXUௐGHGLFDWHGௐWHDPௐPHPEHUVௐ7KLVௐDSSURDFKௐQRWௐRQO\ௐHQVXUHVௐFRQWLQXLW\ௐDQGௐDௐGHHSௐXQGHUVWDQGLQJௐRIௐRXUௐYDOXHVௐEXWௐDOVRௐIRVWHUVௐDௐVHQVHௐRIௐOR\DOW\ௐDQGௐ EHORQJLQJௐDPRQJௐRXUௐHPSOR\HHV7KLVௐFRPPLWPHQWௐWRௐLQWHUQDOௐGHYHORSPHQWௐKDVௐEHHQௐLQVWUXPHQWDOௐLQௐRXUௐH[SDQVLRQௐDOORZLQJௐXVௐWRௐFXOWLYDWHௐDௐOHDGHUVKLSௐWHDPௐWKDWௐHPERGLHVௐRXUௐFRUHௐYDOXHVௐDQGௐGULYHVௐRXUௐFRQWLQXHGௐVXFFHVVௐ:HௐDUHௐSURXGௐRIௐWKHௐMRXUQH\ௐZH YHௐWDNHQௐDQGௐ H[FLWHGௐIRUௐWKHௐIXWXUHௐDVௐZHௐFRQWLQXHௐWRௐHPSRZHUௐRXUௐWHDPௐDQGௐSURYLGHௐH[FHSWLRQDOௐVHUYLFHௐWRௐRXUௐFXVWRPHUV)RUௐRYHUௐௐ\HDUVௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐUHPDLQHGௐDௐIDPLO\RZQHGௐDQGௐRSHUDWHGௐFRPSDQ\ௐ7KHௐ&RRSHUௐIDPLO\ௐKDVௐGHHSௐURRWVௐLQௐWKHௐDXWRPRELOHௐLQGXVWU\ௐZLWKௐDௐSDVVLRQௐIRUௐH[FHHGLQJௐH[SHFWDWLRQVௐSDVVHGௐGRZQௐWKURXJKௐJHQHUDWLRQVௐ 7RGD\ௐHYHQௐRXUௐIXWXUHௐJHQHUDWLRQVௐDUHௐOHDUQLQJௐWKHௐURSHVௐHQVXULQJௐGHFDGHVௐPRUHௐRIௐLQGXVWU\ௐOHDGHUVKLS:HௐDUHQ WௐMXVWௐVHOOLQJௐYHKLFOHVௐZH UHௐEXLOGLQJௐUHODWLRQVKLSVௐWKDWௐODVWௐ2XUௐIDPLO\ௐYDOXHVௐRIௐLQWHJULW\ௐGHGLFDWLRQௐDQGௐFXVWRPHUௐVHUYLFHௐSHUPHDWHௐHYHU\WKLQJௐZHௐGRௐ7KLVௐFRPPLWPHQWௐKDVௐHDUQHGௐXVௐQXPHURXVௐLQGXVWU\ௐDZDUGVௐDQGௐWKHௐWUXVWௐ RIௐFRXQWOHVVௐFOLHQWVௐ%XWௐWKLVௐLVௐMXVWௐWKHௐEHJLQQLQJௐ:LWKௐIUHVKௐSHUVSHFWLYHVௐIURPௐIXWXUHௐJHQHUDWLRQVௐMRLQLQJௐWKHௐWHDPௐZH UHௐH[FLWHGௐWRௐOHDGௐWKHௐLQGXVWU\ௐIRUௐGHFDGHVௐWRௐFRPH1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVQ WௐMXVWௐDERXWௐGHOLYHULQJௐYHKLFOHVௐLW VௐDERXWௐGHOLYHULQJௐSHDFHௐRIௐPLQGௐ2XUௐXQZDYHULQJௐ FRPPLWPHQWௐWRௐWKHௐௐ5,*+7VௐGHOLYHULQJௐWKHௐ5,*+7ௐYHKLFOHௐDWௐWKHௐ5,*+7ௐWLPHௐWRௐWKHௐ5,*+7ௐSODFHௐDQGௐDWௐWKHௐ5,*+7ௐSULFHௐHQVXUHVௐRXUௐFOLHQWVௐH[SHULHQFHௐXQPDWFKHGௐVDWLVIDFWLRQௐDQGௐVXFFHVV6LQFHௐௐZH YHௐZLWQHVVHGௐWKHௐDXWRௐLQGXVWU\ௐVKLIWௐJHDUVௐHYROYLQJௐIURPௐJDVSRZHUHGௐPDFKLQHVௐWRௐWKHௐFXWWLQJௐHGJHௐRIௐ DOOHOHFWULFௐDQGௐIXHOௐFHOOௐWHFKQRORJ\ௐ7KURXJKௐLWௐDOOௐRQHௐWKLQJௐKDVௐUHPDLQHGௐFRQVWDQWௐRXUௐFRUHௐYDOXHV(YHQௐLQௐWRGD\ VௐUDSLGO\ௐFKDQJLQJௐODQGVFDSHௐZHௐKROGௐVWHDGIDVWௐWRௐWKHௐSULQFLSOHVௐWKDWௐKDYHௐJXLGHGௐXVௐIRUௐGHFDGHVௐ7KHVHௐYDOXHVௐ±ௐLQWHUQDOௐJURZWKௐFXVWRPHUௐIRFXVௐHIILFLHQF\ௐWHDPZRUNௐDFFRXQWDELOLW\ௐDQGௐLQWHJULW\ௐDUHௐWKHௐHQJLQHௐWKDWௐSRZHUVௐ RXUௐJURZWKௐDQGௐIXHOVௐRXUௐFRPPLWPHQWௐWRௐH[FHHGLQJௐH[SHFWDWLRQV:KLOHௐWKHௐYHKLFOHVௐZHௐRIIHUௐPD\ௐKDYHௐFKDQJHGௐRXUௐGHGLFDWLRQௐWRௐSURYLGLQJௐVXSHULRUௐFXVWRPHUௐVHUYLFHௐUHPDLQVௐDVௐVWURQJௐDVௐHYHUௐ:HௐHPEUDFHௐWKHௐIXWXUHௐZLWKௐWKHௐVDPHௐSDVVLRQௐDQGௐGHWHUPLQDWLRQௐWKDWௐIXHOHGௐRXUௐVXFFHVVௐLQௐWKHௐSDVWௐHQVXULQJௐWKDWௐRXUௐFXVWRPHUVௐFRQWLQXHௐWRௐUHFHLYHௐWKHௐH[FHSWLRQDOௐVHUYLFHௐWKH\ௐGHVHUYH   :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐHYHQWௐRIௐDQௐDZDUG" 6HFXULQJௐDQRWKHUௐ6RXUFHZHOOௐFRQWUDFWௐZRXOGௐPDUNௐRXUௐVL[WKௐSURSHOOLQJௐXVௐWRௐHYHQௐJUHDWHUௐKHLJKWVௐE\ௐOHYHUDJLQJௐRXUௐ SURYHQௐWUDFNௐUHFRUGௐRIௐVHUYLQJௐFXVWRPHUVௐQDWLRQZLGHௐ7KLVௐH[SDQVLRQௐIXHOVௐRXUௐFRPPLWPHQWௐWRௐLQYHVWௐLQௐRXUௐGLYLVLRQVௐSDUWLFXODUO\ௐRXUௐ3DUWQHUௐ3URJUDPௐ GHWDLOVௐLQௐXSORDGHGௐ=LSௐILOH ௐ7KLVௐLQQRYDWLYHௐSURJUDPௐHPSRZHUVௐPHPEHUVௐWRௐUHFRPPHQGௐORFDOௐXSILWWHUVௐIRVWHULQJௐZLQZLQௐSDUWQHUVKLSVௐDQGௐGHOLYHULQJ   'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐZLWKௐPHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐLQFOXGHௐVXFKௐLWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ6(&ௐ ILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐRIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐ DVௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH :HௐKDYHௐGHPRQVWUDWHGௐWKURXJKRXWௐWKHௐSDVWௐௐ\HDUVௐWRௐRXUௐILQDQFLDOௐLQVWLWXWLRQVௐWKDWௐZHௐVWDELOLW\ௐLQௐWKHௐPDUNHWௐSODFHௐDQGௐZLWKௐWKLVௐPHDQLQJௐGDWDௐRXUௐEDQNௐKDVௐSURYLGHGௐXVௐZLWKௐDௐௐௐIORRUௐSODQௐOLPLWௐWRௐKHOSௐLQௐRXUௐJURZLQJௐ RSHUDWLRQVௐZKLFKௐLQFOXGHௐ6RXUFHZHOOௐ0HPEHUV  :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ"2XUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐSURGXFWVௐDQGௐPRGHOVௐZHௐDUHௐRIIHULQJௐLVௐURXJKO\ௐௐDVௐUHSUHVHQWHGௐE\ௐWKHௐௐPDQXIDFWXUHUV  :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ":KLOHௐZHௐKDYHQ Wௐ\HWௐHQWHUHGௐWKHௐ&DQDGLDQௐPDUNHWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS VௐSURYHQௐWUDFNௐUHFRUGௐRIௐVXFFHVVௐIXHOVௐRXUௐDJJUHVVLYHௐH[SDQVLRQௐSODQVௐZLWKௐDௐVWURQJௐIRFXVௐRQௐLQWHUQDWLRQDOௐPDUNHWVௐOLNHௐ&DQDGDௐ:HௐDUHௐFRQILGHQWௐWKDWௐRXUௐ H[SHUWLVHௐDQGௐFRPPLWPHQWௐWRௐLQQRYDWLRQௐZLOOௐDOORZௐXVௐWRௐPDNHௐDௐVLJQLILFDQWௐLPSDFWௐLQௐWKHௐQHDUௐIXWXUHௐH[SDQGLQJௐRXUௐUHDFKௐDQGௐVHUYLQJௐFXVWRPHUVௐDFURVVௐQHZௐERUGHUV   +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐEDQNUXSWF\ௐSURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO1R  +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐLWௐDௐPDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐRUௐDௐVHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐTXHVWLRQௐ HLWKHUௐD ௐRUௐE ௐMXVWௐEHORZ ௐEHVWௐDSSOLHVௐWRௐ \RXUௐRUJDQL]DWLRQ D ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐVLPLODUௐHQWLW\ ௐSURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐRIௐWKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,IௐDSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐLQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG" E ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐPDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ\RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐ VHUYLFHௐIRUFHௐDQGௐZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐGHOLYHULQJௐWKHௐSURGXFWVௐDQGௐVHUYLFHVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ\RXUௐHPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐSDUW\" $ ௐZHௐDUHௐEHVWௐGHVFULEHGௐDVௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐDQGௐDOOௐRXUௐZULWWHQௐDXWKRUL]DWLRQௐGRFXPHQWVௐDUHௐDWWDFKHGௐLQௐWKHௐ5HODWHGௐ&HUWLILFDWHVௐVHFWLRQ   ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐRXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐDUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐ KHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐ LQFOXGLQJௐWKLUGௐSDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVH ௐLQௐSXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ5)3 :KDWௐLVௐUHTXLUHGௐGRHVௐYDU\ௐIURPௐVWDWHௐWRௐVWDWHௐKRZHYHUௐZHௐௐ+RXUௐ//&ௐGRௐKROGௐDOOௐDSSOLFDEOHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐUHTXLUHGௐE\ௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐWRௐVHOOௐVHUYLFHௐDQGௐGHOLYHU\ௐ1HZ8QXVHGௐ9HKLFOHVௐZHௐDUHௐIUDQFKLVHGௐIRUௐ DQGௐVHOOௐVHUYLFHௐDQGௐGHOLYHU\ௐDQ\ௐYHKLFOHௐZHௐDUHௐQRWௐIUDQFKLVHGௐIRUௐWKURXJKௐRXUௐUHVHOOHUVௐSHUPLWௐ$OOௐRXUௐGHDOHUௐSDUWQHUVௐDFURVVௐWKHௐFRXQW\ௐKDYHௐSURYLGHௐXVௐZLWKௐWKHUHௐGHDOHUௐFHUWLILFDWHVௐDQGௐGHSDUWPHQWௐRIௐPRWRUௐYHKLFOHVௐFHUWLILFDWHVௐWRௐDOORZௐ1$)*ௐWRௐSDUWQHUௐDQGௐVHOOௐWKHUHௐSURGXFWVௐ$OOௐGRFXPHQWVௐDUHௐDWWDFKHGௐLQௐWKHௐ&HUWLILFDWHVௐVHFWLRQ   3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐLQIRUPDWLRQௐWKDWௐKDVௐDSSOLHGௐWRௐ\RXUௐRUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV1RQHௐH[LVW  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐUHFRJQLWLRQௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐILYHௐ\HDUV 1$)*ௐKDVௐDௐVWURQJௐWUDFNௐUHFRUGௐRIௐVXFFHVVௐFRQVLVWHQWO\ௐUDQNLQJௐDPRQJௐWKHௐWRSௐGHDOHUVKLSVௐLQௐ*RYHUQPHQWௐ6DOHVௐIRUௐ)RUGௐ0RWRUௐ&RPSDQ\ௐDQGௐUHFHLYLQJௐKLJKௐUHFRJQLWLRQௐIURPௐ*HQHUDOௐ0RWRUVௐIRUௐLWVௐ&KHYUROHWௐEUDQG 7KHௐPRVWௐSURGLJLRXVௐDZDUGௐ1$)*ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐௐ\HDUVௐZRXOGௐEHௐ7RSௐ3ODFHPHQWௐLQௐ)RUGௐ0RWRUௐ&RPSDQ\ௐDVௐDௐOHDGLQJௐGHDOHUVKLSௐLQௐ*RYHUQPHQWௐ6DOHVௐIROORZHGௐE\ௐRXUௐKLJKௐUDQNLQJௐUHFRJQLWLRQௐIURPௐ*HQHUDOௐ0RWRUVௐIRUௐRXUௐ&KHYUROHWௐEUDQGௐ%RWKௐ1$)*ௐKDVௐUHFHLYHGௐௐRIௐWKHௐSDVWௐௐ\HDUV   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐJRYHUQPHQWDOௐVHFWRUௐLQௐ WKHௐSDVWௐWKUHHௐ\HDUV ,QௐRXUௐGLYLVLRQௐLQௐ)OHHWௐZHௐKDYHௐVROGௐDERXWௐௐWRௐ*RYHUQPHQWௐDFFRXQWV   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐHGXFDWLRQௐVHFWRUௐLQௐWKHௐ SDVWௐWKUHHௐ\HDUV $VௐDௐSHUFHQWDJHௐRIௐRXUௐVDOHVௐLQௐWKHௐ*RYHUQPHQWௐDERXWௐௐZRXOGௐEHௐFRQVLGHUHGௐWRௐ8QLYHUVLWLHVௐDQGௐ8QLILHGௐ6FKRROௐ 'LVWULFWV  /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐWKDWௐ \RXௐKROGௐ :KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐ WKHௐSDVWௐWKUHHௐ\HDUV" :HௐKROGௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐFRQWUDFWௐZLWKௐYROXPHVௐIURPௐௐWRௐௐXQLWVௐDௐ\HDUௐGXULQJௐWKHௐSDVWௐWKUHHௐ\HDUVௐ 6HFRQGௐRXUௐ6RXUFHZHOOௐ&RQWUDFW VௐௐDQGௐௐZKLFKௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV/$':3ௐ&RQWUDFWVௐYDOXHGௐRYHUௐௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&RQWUDFWVௐYDOXHGௐRYHUௐௐ   /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐDQGௐ6XSSO\ௐ $UUDQJHPHQWVௐ 626$ ௐWKDWௐ\RXௐKROGௐ :KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐ WKHௐSDVWௐWKUHHௐ\HDUV" 1$)*ௐIRFXVௐLVௐRQௐRXUௐ6RXUFHZHOOௐ&RQWUDFWVௐZHௐGRௐQRWௐKROGௐDQ\ௐRWKHUௐEHVLGHVௐWKHௐ6WDWHௐRIௐ &DOLIRUQLD 7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU 3RUWௐRIௐ/RVௐ$QJHOHVௐ &$ 'DYLGௐ&RPHU  /RVௐ$QJHOHVௐ'HSDUWPHQWௐRIௐ:DWHUௐ ௐ3RZHUௐ &$ 3KLOLSௐ/\ &LW\ௐRIௐ-HUVH\ௐ&LW\ௐ 1- -DPHVௐ/RYHUR  :DVKLQJWRQௐ6XEXUEDQௐ6DQLWDU\ௐ&RPPLVVLRQௐ 0DU\ODQG -DUUHWWௐ%DXPJDUWQHU  7RZQௐRIௐ+HPSVWHDGௐ 1< &KULVWRSKHUௐ&DUWHU  7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUV HQWLW\QDPHLVRSWLRQDO LQFOXGLQJHQWLW\W\SHWKHVWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSH RIWKHSURMHFW V VL]HRIWUDQVDFWLRQ V DQGGROODUYROXPHVIURPWKHSDVWWKUHH\HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH<HDUV 3RUWௐRIௐ/RVௐ$QJHOHVௐ 0Uௐ'DYLGௐ&RPHU *RYHUQPHQW &DOLIRUQLD&$3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐ2YHUௐௐ /RVௐ$QJHOHVௐ'HSDUWPHQWௐRIௐ:DWHUௐ ௐ3RZHUௐ0Uௐ3KLOLSௐ/\ௐ  *RYHUQPHQW &DOLIRUQLD&$3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐௐ 2YHUௐௐ  &LW\ௐRIௐ-HUVH\ௐ&LW\ௐ0Uௐ-DPHVௐ/RYHURௐ *RYHUQPHQW 1HZ-HUVH\1-3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐ2YHUௐௐ :DVKLQJWRQௐ6XEXUEDQௐ6DQLWDU\ௐ&RPPLVVLRQௐ 0Uௐ-DUUHWWௐ%DXPJDUWQHU *RYHUQPHQW 0DU\ODQG0'3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐ2YHUௐௐ  (Oௐ3DVRௐ:DWHUௐ0Uௐ,YDQௐ,EDUUDௐ *RYHUQPHQW 7H[DV7;3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐ2YHUௐௐ Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH <RXUUHVSRQVHVKRXOGDGGUHVVLQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHURIZRUNHUV IXOOWLPHHTXLYDOHQWV LQYROYHGLQHDFK VHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHV RUHPSOR\HHVRIDWKLUGSDUW\ DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH,WHP 4XHVWLRQ 5HVSRQVH  6DOHVௐIRUFH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐERDVWVௐDௐUREXVWௐVDOHVௐIRUFHௐH[FHHGLQJௐௐGHGLFDWHGௐSHUVRQQHOௐ7KLVௐLQFOXGHVௐERWKௐGLUHFWௐHPSOR\HHVௐDQGௐDௐQHWZRUNௐRIௐSDUWQHUௐGHDOHUVௐHQVXULQJௐFRPSUHKHQVLYHௐVXSSRUWௐIRUௐGHDOHUVKLSVௐDQGௐRXUௐGHGLFDWHGௐIOHHWௐGLYLVLRQௐ2XUௐLQGLUHFWௐVDOHVௐIRUFHௐVHDPOHVVO\ௐFRPSOHPHQWVௐRXUௐGLUHFWௐWHDPௐHIIHFWLYHO\ௐVHUYLQJௐH[LVWLQJௐPHPEHUௐQHHGVௐ $VௐRXUௐPHPEHUௐEDVHௐH[SDQGVௐZH UHௐFRPPLWWHGௐWRௐVFDOLQJௐRXUௐWHDPௐDFFRUGLQJO\ௐWRௐPDLQWDLQௐH[FHSWLRQDOௐVHUYLFHௐOHYHOV   'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV 1$)*ௐOHYHUDJHVௐDQௐXQSDUDOOHOHGௐIUDQFKLVHௐQHWZRUNௐHQFRPSDVVLQJௐௐOHDGLQJௐPDQXIDFWXUHUVௐ7KHVHௐLQGXVWU\ௐJLDQWVௐOLNHௐ )RUGௐ0RWRUௐ&RPSDQ\ௐ*HQHUDOௐ0RWRUVௐ&'-5ௐHWF ௐERDVWௐDௐQDWLRQZLGHௐSUHVHQFHௐHQVXULQJௐRXUௐPHPEHUVௐUHFHLYHௐVHDPOHVVௐVHUYLFHௐDQGௐZDUUDQW\ௐUHSDLUVௐIRUௐWKHLUௐYHKLFOHVௐ+LVWRULFDOO\ௐDXWRௐPDQXIDFWXUHUVௐKDYHௐIDFHGௐFKDOOHQJHVௐLQௐGLVWULEXWLQJௐDXWRPRELOHVௐDQGௐFDEௐFKDVVLVௐ+RZHYHUௐWKHௐ8QLWHGௐ6WDWHVௐERDVWVௐWKHௐZRUOG VௐPRVWௐHIILFLHQWௐDXWRPRWLYHௐ VXSSO\ௐFKDLQௐQHWZRUNௐDQGௐDVௐIUDQFKLVHGௐGHDOHUVௐRIௐWKHVHௐUHQRZQHGௐEUDQGVௐ1$)*ௐFDSLWDOL]HVௐRQௐWKLVௐDGYDQWDJHௐWRௐHIILFLHQWO\ௐVKLSௐDQGௐVXSSO\ௐYHKLFOHVௐWRௐRXUௐPHPEHUVௐQDWLRQZLGH   6HUYLFHௐIRUFH2XUௐH[WHQVLYHௐQHWZRUNௐRIௐVHUYLFHௐORFDWLRQVௐVSDQQLQJௐWKRXVDQGVௐRIௐIDFLOLWLHVௐDFURVVௐRXUௐௐPDQXIDFWXUHUVௐHQVXUHVௐFRQYHQLHQWௐDFFHVVௐIRUௐRXUௐPHPEHUVௐ7KLVௐFRPSUHKHQVLYHௐFRYHUDJHௐDOORZVௐWKHPௐWRௐHDVLO\ௐILQGௐVHUYLFHௐVWDWLRQVௐRUௐZDUUDQW\ௐUHSDLUௐIDFLOLWLHVௐQHDUE\ௐPLQLPL]LQJௐGRZQWLPHௐDQGௐPD[LPL]LQJௐFRQYHQLHQFHௐ:KLOHௐ$ODVNDௐDQGௐ+DZDLLௐPD\ௐKDYHௐ VOLJKWO\ௐODUJHUௐGLVWDQFHVௐEHWZHHQௐGHDOHUVKLSVௐRXUௐPHPEHUVௐFDQௐVWLOOௐUHO\ௐRQௐRXUௐQHWZRUNௐIRUௐVXSSRUWௐSRWHQWLDOO\ௐZLWKௐH[WHQGHGௐOHDGௐWLPHV   'HVFULEHௐWKHௐRUGHULQJௐSURFHVVௐ,IௐRUGHUVௐZLOOௐEHௐKDQGOHGௐE\ௐGLVWULEXWRUVௐGHDOHUVௐRUௐRWKHUVௐH[SODLQௐWKHௐUHVSHFWLYHௐUROHVௐRIௐWKHௐ3URSRVHUௐDQGௐRWKHUV 0HPEHUVௐFDQௐSODFHௐRUGHUVௐZLWKௐ1$)*ௐIRUௐDOOௐSURGXFWVௐZHௐDUHௐRIIHULQJௐZHௐZLOOௐHLWKHUௐSODFHௐWKHௐRUGHUௐZLWKௐWKHௐ2(0ௐDVௐZHௐDUHௐIUDQFKLVHGௐIRUௐRUௐZHௐZLOOௐSURYLGHௐWKHௐRUGHUௐWRௐRXUௐSDUWQHUௐGHDOHUௐZKRௐZDVௐSDUWௐRIௐWKHௐTXRWHௐJHQHUDWLRQௐIURPௐWKHௐVWDUWௐZLWKௐWKHௐPHPEHUௐVRௐZHௐFDQௐDOORZௐWKHUHௐUHODWLRQVKLSௐWRௐPDLQWDLQௐZKLOHௐVHUYLQJௐWKHௐPHPEHUௐ1$)*ௐPDLQWDLQVௐWKHௐ UROHௐRIௐDGPLQLVWHULQJௐDQGௐIDFLOLWDWLQJௐWKHௐWUDQVDFWLRQௐEHWZHHQௐWKHௐPHPEHUௐDQGௐWKHௐ2(0ௐGHDOHU   'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐSURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐ VHUYLFHௐSURJUDPௐLIௐDSSOLFDEOH ,QFOXGHௐ\RXUௐUHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐFRPPLWPHQWVௐDVௐZHOOௐ DVௐDQ\ௐLQFHQWLYHVௐWKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐVHUYLFHௐJRDOVௐRUௐSURPLVHV ,ௐXQGHUVWDQGௐWKDWௐ\RXௐZDQWௐPHௐWRௐXVHௐWKHௐLQIRUPDWLRQௐLQௐ\RXUௐ=,3ௐILOHௐVSHFLILFDOO\ௐWKHௐ0HPEHUௐ:DONௐ7KURXJKௐGRFXPHQWௐ DVௐDௐUHIHUHQFHௐWRௐH[SODLQௐ\RXUௐ&XVWRPHUௐ6HUYLFHௐSURJUDPVௐ+HUH VௐDௐEUHDNGRZQௐEDVHGௐRQௐWKHௐLQIRUPDWLRQௐ\RXௐSURYLGHG2EWDLQLQJௐ4XRWHVௐ2QOLQHƔௐௐௐௐ0HPEHUVௐFDQௐUHJLVWHUௐRQௐRXUௐZHEVLWHௐ KWWSVZZZQDWLRQDODXWRIOHHWJURXSFRP ௐIRUௐIUHHௐ7KLVௐSURWHFWVௐPHPEHUௐ SULFLQJƔௐௐௐௐ$IWHUௐUHJLVWUDWLRQௐWKH\ OOௐUHFHLYHௐDௐZHOFRPHௐHPDLOௐZLWKௐDௐGHPRௐYLGHRௐH[SODLQLQJௐWKHௐZHEVLWHƔௐௐௐௐ$ௐVHFXUHௐGDVKERDUGௐNHHSVௐDOOௐTXRWHVௐRUJDQL]HG Ɣௐௐௐௐ0HPEHUVௐFKRRVHௐWKHLUௐGHVLUHGௐEUDQGௐPRGHOௐ\HDUௐDQGௐFDWHJRU\ௐ FDUVௐYDQVௐHWF Ɣௐௐௐௐ)LOWHUVௐKHOSௐQDUURZௐGRZQௐRSWLRQVௐ FDEௐVW\OHௐGULYHWUDLQௐEHGௐOHQJWK Ɣௐௐௐௐ$OOௐDYDLODEOHௐIDFWRU\ௐRSWLRQVௐDUHௐGLVSOD\HGௐIRUௐHDV\ௐVHOHFWLRQƔௐௐௐௐ6RXUFHZHOOௐ3ULFHௐUHSRUWVௐVKRZௐ0653ௐPHPEHUௐSULFHௐDQGௐVDYLQJVௐ SHUFHQWDJHௐDQGௐGROODUௐDPRXQW Ɣௐௐௐௐ2SWLRQDOௐH[WUDVௐLQFOXGHௐDGGLWLRQDOௐNH\VௐPDQXDOVௐVDOHVௐWD[ௐDQGௐXSILWVƔௐௐௐௐ$ௐILQDOௐSULQWDEOHௐTXRWHௐSDFNDJHௐLQFOXGHVௐDௐXQLTXHௐ6RXUFHZHOOௐ4XRWHௐ,'ௐQXPEHUௐGHVFULSWLRQௐDQGௐVSHFLILFDWLRQV3DUWQHULQJௐZLWKௐ8SILWWHUV Ɣௐௐௐௐ$ௐGHGLFDWHGௐZHEVLWHௐ KWWSVZZZQDWLRQDODXWRIOHHWJURXSFRP ௐFRQQHFWVௐPHPEHUVௐZLWKௐXSILWWHUVƔௐௐௐௐ8SILWWHUVௐFDQௐOHDUQௐDERXWௐSDUWQHULQJௐZLWKௐ1$)*ௐWRௐVHUYHௐORFDOௐPHPEHUVƔௐௐௐௐ7KLVௐVLPSOLILHVௐWKHௐSURFHVVௐRIௐJHWWLQJௐDௐYHKLFOHௐXSILWWHG 7UDFNLQJௐ2UGHUVƔௐௐௐௐ0HPEHUVௐFDQௐWUDFNௐRUGHUVௐGLUHFWO\ௐRQௐWKHௐPDLQௐZHEVLWHௐXVLQJௐWKHௐ7UDFNௐ\RXUௐRUGHUௐIHDWXUHƔௐௐௐௐ2UGHUVௐFDQௐEHௐWUDFNHGௐE\ௐHQWHULQJௐWKHௐSXUFKDVHௐRUGHUௐQXPEHUௐTXRWHௐ,'ௐXSILWௐTXRWHௐ,'ௐRUௐ9,1 2UGHUௐ&RQILUPDWLRQƔௐௐௐௐ1$)*ௐVHQGVௐDௐFRXUWHV\ௐFRQILUPDWLRQௐHPDLOௐWRௐGRXEOHFKHFNௐRUGHUௐGHWDLOVௐ FRORUௐTXDQWLW\ௐXSILWௐVSHFLILFDWLRQV Ɣௐௐௐௐ7LWOHௐLQIRUPDWLRQௐLVௐUHTXHVWHGௐWRௐH[SHGLWHௐSDSHUZRUNௐDWௐGHOLYHU\ )DFWRU\ௐ2UGHUௐ&XW2IIௐ1RWLFHVƔௐௐௐௐ7KHௐZHEVLWHௐKLJKOLJKWVௐXSFRPLQJௐIDFWRU\ௐRUGHUௐFXWRIIௐGDWHVƔௐௐௐௐ7KLVௐLQIRUPDWLRQௐLVௐDOVRௐSULQWHGௐRQௐWKHௐTXRWHௐFRYHUௐSDJHௐ ZKHQௐDYDLODEOH  3ULFHௐ9DOLGDWLRQௐ([DPSOHƔௐௐௐௐ$ௐVDPSOHௐEXLOGௐSURFHVVௐVKRZFDVHVௐPHPEHUௐSULFLQJௐEHQHILWVƔௐௐௐௐ7KHௐH[DPSOHௐVKRZVௐWKHௐGLIIHUHQFHௐEHWZHHQௐ0653ௐPHPEHUௐSULFHௐDQGௐWRWDOௐVDYLQJVௐ SHUFHQWDJHௐDQGௐGROODUௐ DPRXQW ௐ 3URYLGHௐDQௐH[DPSOHௐZLWKௐVDYLQJVௐ Ɣௐௐௐௐ7KLVௐHPSKDVL]HVௐWKHௐDGGLWLRQDOௐGLVFRXQWௐRIIHUHGௐE\ௐ1$)*  'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHௐ8QLWHGௐ6WDWHV :HௐKDYHௐSURYLGHGௐDௐOLVWௐRIௐRXUௐWRSௐௐPHPEHUFOLHQWVௐGHPRQVWUDWLQJௐRXUௐDELOLW\ௐWRௐVHUYLFHௐDOOௐPHPEHUVௐQDWLRQZLGHௐ/RFDWHGௐLQௐWKHௐ0DUNHWLQJௐ3ODFHௐ=,3ௐILOHௐDVௐ³1$)*ௐ7RSௐௐ0HPEHUௐ&OLHQWV´ௐ3')  'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐSRLVHGௐWRௐH[SDQGௐLQWRௐ&DQDGDௐOHYHUDJLQJௐRXUௐSURYHQௐEXVLQHVVௐPRGHOௐDQGௐH[SHUWLVHௐ:HௐEHOLHYHௐWKHௐIDYRUDEOHௐH[FKDQJHௐUDWHௐDQGௐRXUௐFRPSHWLWLYHௐSULFLQJௐVWUXFWXUHௐFUHDWHௐDQௐLGHDOௐRSSRUWXQLW\ௐWRௐSDUWQHUௐZLWKௐ &DQDGLDQௐGHDOHUௐJURXSVௐXOWLPDWHO\ௐVHUYLQJௐPHPEHUVௐDFURVVௐ1RUWKௐ$PHULFD   ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ&DQDGDௐ WKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW :HௐDUHௐQRWௐVHUYLQJௐ&DQDGDௐDWௐWKLVௐPRPHQW  ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐVHFWRUVௐ LHௐ JRYHUQPHQWௐHGXFDWLRQௐQRWIRUSURILW ௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW ([SODLQௐLQௐGHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐKDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐDELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" :H UHௐKDSS\ௐWRௐVHUYLFHௐDOOௐ6RXUFHZHOOௐPHPEHUVௐWKURXJKௐRXUௐௐZHEVLWHௐ:HௐRIIHUௐJRYHUQPHQWௐPHPEHUVௐDௐVSHFLILFௐ GLVFRXQWௐSURJUDPௐLQௐUHFRJQLWLRQௐRIௐWKHLUௐXVHௐRIௐWD[SD\HUௐIXQGV )RUௐQRQSURILWௐRUJDQL]DWLRQVௐZH YHௐGHVLJQHGௐDௐWDLORUHGௐSULFLQJௐSURJUDPௐWRௐPHHWௐWKHLUௐXQLTXHௐQHHGVௐDQGௐEXGJHWVௐ:H OOௐ ZRUNௐZLWKௐHDFKௐQRQSURILWௐRQௐDௐFDVHE\FDVHௐEDVLVௐWRௐHQVXUHௐWKH\ௐUHFHLYHௐWKHௐPRVWௐYDOXHௐIURPௐRXUௐVHUYLFHV   'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐUHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐ DQGௐLQௐ86ௐ7HUULWRULHV )RUௐPHPEHUVௐLQௐ$ODVNDௐ+DZDLLௐDQGௐ86ௐ7HUULWRULHVௐWKHௐRQO\ௐPHPEHUVKLSௐUHTXLUHPHQWௐLVௐWKHௐVDPHௐDVௐIRUௐDOOௐRWKHUௐPHPEHUVௐ+RZHYHUௐGXHௐWRௐORJLVWLFDOௐVKLSSLQJௐFRQVWUDLQWVௐLQௐWKHVHௐUHJLRQVௐDGGLWLRQDOௐFRVWVௐPD\ௐDSSO\ :HௐFXUUHQWO\ௐSURYLGHௐPHPEHUVௐLQௐ$ODVNDௐZLWKௐFKDVVLVௐFDEVௐZLWKௐXSILWVௐ,QௐWKHVHௐFDVHVௐWKHௐPHPEHUௐDJUHHVௐWRௐFRYHUௐWKHௐH[WUDௐVKLSSLQJௐFRVWௐSRUWௐFRVWௐDQGௐGULYHUௐFRVWௐDVVRFLDWHGௐZLWKௐORDGLQJௐDQGௐXQORDGLQJௐWKHLUௐYHKLFOHVௐIURPௐSRUWௐWRௐSRUWௐ7KLVௐDGGLWLRQDOௐFRVWௐZRXOGௐEHௐFOHDUO\ௐRXWOLQHGௐLQௐDQ\ௐTXRWHௐSURYLGHGௐWRௐPHPEHUVௐLQௐWKHVHௐUHJLRQV  7DEOH0DUNHWLQJ3ODQ /LQH,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC           'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐSURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐPDUNHWLQJௐ PDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐXWLOL]HVௐDௐQXPEHUௐRIௐRXWERXQGௐVWUDWHJLHVௐWRௐSURPRWHௐWKHௐ6RXUFHZHOOௐ9HKLFOHௐFRQWUDFWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVQ¶WௐZDLWLQJௐIRUௐJRYHUQPHQWௐDJHQFLHVௐWRௐFRPHௐNQRFNLQJௐDERXWௐWKHௐ6RXUFHZHOOௐ9HKLFOHௐFRQWUDFWௐௐ ,QVWHDGௐZH¶UHௐSURDFWLYHO\ௐKLWWLQJௐWKHௐJDVௐSHGDOௐZLWKௐRXWERXQGௐPDUNHWLQJௐVWUDWHJLHV :LWKௐRXWERXQGௐPDUNHWLQJௐ1$)*ௐLQLWLDWHVௐE\ௐSXVKLQJௐWKHௐPHVVDJHௐRXWௐWRௐRXUௐJRYHUQPHQWௐDJHQFLHVௐௐௐ ([DPSOHVௐLQFOXGHௐௐௐ Ɣௐௐௐௐ&ROGௐ(PDLOௐ&DPSDLJQVௐ7DLORUHGௐPHVVDJHVௐUHDFKLQJௐUHOHYDQWௐJRYHUQPHQWௐDJHQFLHVௐGLUHFWO\ௐ([DPSOHVௐLQFOXGHௐQHZௐYHKLFOHௐSULFLQJௐDYDLODELOLW\ௐLQௐVWRFNௐXQLWVௐQHZௐZHEVLWHௐIHDWXUHVௐKROLGD\ௐWKHPHGௐIO\HUVௐDQGௐYHKLFOHௐFXWRIIௐGDWHV Ɣௐௐௐௐ7UDGHௐ6KRZௐ3UHVHQFHௐ(QJDJLQJௐH[KLELWVௐDQGௐNQRZOHGJHDEOHௐUHSUHVHQWDWLYHVௐPDNLQJௐFRQQHFWLRQVௐDWௐNH\ௐHYHQWVƔௐௐௐௐ7DUJHWHGௐ&RQWHQWௐ&UHDWLQJௐGLYHUVHௐFDPSDLJQௐPDWHULDOVௐWKDWௐUHVRQDWHௐZLWKௐGLIIHUHQWௐJRYHUQPHQWௐVHJPHQWVௐ)RUௐH[DPSOHௐSROLFHௐYHKLFOHௐDYDLODELOLW\ௐIO\HUVௐIRUௐSROLFHௐDJHQFLHV Ɣௐௐௐௐ'DWD'ULYHQௐ'HFLVLRQVௐ7UDFNLQJௐUHVXOWVௐDQGௐRSWLPL]LQJௐFDPSDLJQVௐIRUௐPD[LPXPௐLPSDFWௐVXFKௐDVௐRSHQௐUDWHVௐFOLFNWKURXJKௐUDWHVௐWRௐJDXJHௐWKHௐHIIHFWLYHQHVVௐRIௐRXUௐHPDLOௐFDPSDLJQV 2XUௐXVHௐRIௐ&DPSDLJQHUௐ(PDLOௐ0DUNHWLQJௐSODWIRUPௐVHUYLFHௐLVௐDௐ&50ௐGDWDEDVHௐXVHGௐWRௐPRQLWRUௐVHQGௐDQGௐWUDFNௐHIIHFWLYHQHVVௐRIௐHPDLOVௐDQGௐPRUHௐௐ7KLVௐVHUYLFHௐKDVௐDVVLVWHGௐLQௐVWUHDPOLQLQJௐHPDLOௐIO\HUௐPHVVDJHVௐWRௐPDQ\ௐRIௐRXUௐJRYHUQPHQWௐDJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ6WDWHVௐௐ&DPSDLJQHUௐKDVௐEHHQௐDQௐHVVHQWLDOௐWRROௐLQௐQRWௐRQO\ௐFUHDWLQJௐQHZௐFDPSDLJQVௐEXWௐUHFXUULQJௐFDPSDLJQVௐWRௐHQVXUHௐRXUௐPHVVDJHௐLVௐVHQWௐWRௐQHZௐSRWHQWLDOௐFOLHQWVௐௐ 7KLVௐW\SHௐRIௐRXWERXQGௐPDUNHWLQJௐIRVWHUVௐSURDFWLYHௐHQJDJHPHQWௐZLWKௐSRWHQWLDOௐFXVWRPHUVௐVSDUNLQJௐWKHLUௐLQWHUHVWௐLQௐRXUௐSURGXFWVௐ:HௐLQYLWHௐWKHPௐWRௐH[SORUHௐWKHௐGLYHUVHௐSURGXFWௐUDQJHௐVKRZFDVHGௐRQௐRXUௐ1$)*ௐZHEVLWHௐFRQYHQLHQWO\ௐDFFHVVLEOHௐWKURXJKௐERWKௐSKRQHௐFDOOVௐDQGௐZHEVLWHௐYLVLWVௐ 7RௐIXUWKHUௐHPSRZHUௐWKHLUௐEX\LQJௐMRXUQH\ௐZHௐHQFRXUDJHௐUHJLVWUDWLRQௐ,WௐQRWௐRQO\ௐXQORFNVௐUHDOWLPHௐSURGXFWௐDYDLODELOLW\ௐEXWௐDOVRௐJUDQWVௐDFFHVVௐWRௐRXUௐLQQRYDWLYHௐVHOITXRWLQJௐV\VWHPௐ7KLVௐLQWXLWLYHௐWRROௐHPSRZHUVௐFXVWRPHUVௐZLWKௐWKHௐDXWRQRP\ௐWRௐFUHDWHௐXQOLPLWHGௐSHUVRQDOL]HGௐTXRWHVௐWDLORULQJௐWKHPௐWRௐWKHLUௐVSHFLILFௐQHHGVௐDQGௐEXGJHWௐ%\ௐHOLPLQDWLQJௐWKHௐZDLWௐIRUௐ WUDGLWLRQDOௐTXRWHVௐWKLVௐVHOIVHUYLFHௐRSWLRQௐVWUHDPOLQHVௐWKHௐSURFHVVௐIRVWHULQJௐDௐVHQVHௐRIௐFRQWUROௐDQGௐRZQHUVKLSௐIRUௐWKHௐFXVWRPHUௐ8OWLPDWHO\ௐWKLVௐRXWERXQGௐPDUNHWLQJௐDSSURDFKௐFRXSOHGௐZLWKௐRXUௐXVHUIULHQGO\ௐVHOITXRWLQJௐV\VWHPௐHPSRZHUVௐSRWHQWLDOௐFXVWRPHUVௐWRௐFRQILGHQWO\ௐH[SORUHௐDQGௐFRQILGHQWO\ௐPDNHௐLQIRUPHGௐGHFLVLRQV %XVLQHVVௐWRௐ%XVLQHVVௐ0DUNHWLQJௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ 1$)* ௐDFNQRZOHGJHVௐWKHௐLPSRUWDQFHௐRIௐEXLOGLQJௐVWURQJௐUHODWLRQVKLSVௐZLWKௐORFDOௐXSILWWLQJௐERG\ௐ FRPSDQLHVௐ7KDW VௐZK\ௐZHௐHPSOR\ௐVWUDWHJLFௐEXVLQHVVWREXVLQHVVௐ %% ௐPDUNHWLQJௐVWUDWHJLHVௐWRௐDWWUDFWௐSRWHQWLDOௐSDUWQHUVௐDQGௐFUHDWHௐDௐPXWXDOO\ௐEHQHILFLDOௐHFRV\VWHP,QWURGXFLQJௐ2XUௐ3DUWQHUௐ:HEVLWH :HௐHQFRXUDJHௐDQ\ௐERG\ௐXSILWWLQJௐFRPSDQ\ௐWRௐYLVLWௐRXUௐGHGLFDWHGௐSDUWQHUௐZHEVLWHௐZZZQDIJSDUWQHUFRPௐ7KLVௐSODWIRUPௐPDNHVௐLWௐHDV\ௐIRUௐORFDOௐXSILWWLQJௐFRPSDQLHVௐWRௐH[SORUHௐWKHௐEHQHILWVௐRIௐFROODERUDWLQJௐZLWKௐ1$)*.H\ௐ3HUNVௐIRUௐ8SILWWLQJௐ%RG\ௐ&RPSDQLHV Ɣௐௐௐௐ(QKDQFHGௐ9LVLELOLW\ௐ*HWௐWKHௐERG\ௐFRPSDQ\¶VௐFRPSDQ\ௐSURILOHௐOLVWHGௐRQௐRXUௐZHEVLWHௐPDNLQJௐWKHPௐVHDUFKDEOHௐE\ௐ1$)* VௐH[WHQVLYHௐQHWZRUNௐRIௐJRYHUQPHQWௐFOLHQWVƔௐௐௐௐ7DUJHWHGௐUHIHUUDOVௐ:HௐDFWLYHO\ௐFRQQHFWௐXSILWWLQJௐFRPSDQLHVௐZLWKௐTXDOLILHGௐJRYHUQPHQWௐFOLHQWVௐVHHNLQJௐWKHLUௐVSHFLILFௐH[SHUWLVH Ɣௐௐௐௐ3URILOHௐ&XVWRPL]DWLRQௐ3DUWQHUVௐDUHௐHQFRXUDJHGௐWRௐFUHDWHௐDௐXQLTXHௐSURILOHௐVKRZFDVLQJௐWKHௐERG\ௐFRPSDQ\ VௐVWUHQJWKVௐH[SHULHQFHௐDQGௐVHUYLFHௐRIIHULQJVƔௐௐௐௐ*HRJUDSKLFௐ5HDFKௐ([SDQGௐWKHௐQHWZRUNௐE\ௐKDYLQJௐRXUௐSDUWQHUV¶ௐFRQWDFWௐLQIRUPDWLRQௐDQGௐORFDWLRQௐGLVSOD\HGௐRQௐRXUௐ LQWHUDFWLYHௐPDS %\ௐSDUWQHULQJௐZLWKௐ1$)*ௐERG\ௐFRPSDQLHVௐJDLQௐDFFHVVௐWRௐDௐYDVWௐSRROௐRIௐSRWHQWLDOௐJRYHUQPHQWௐFOLHQWVௐVHHNLQJௐYHKLFOHௐ XSILWWLQJௐVHUYLFHVௐ,QௐWXUQௐWKHௐERG\ௐFRPSDQ\ௐKHOSVௐXVௐIXOILOOௐFOLHQWௐQHHGVௐDQGௐGHOLYHUௐFRPSUHKHQVLYHௐYHKLFOHௐVROXWLRQV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDOVRௐH[HUFLVHVௐWKHௐXVHௐRIௐLQERXQGௐPDUNHWLQJௐVWUDWHJLHVௐWRௐSURPRWHௐRXUௐ6RXUFHZHOOௐ9HKLFOHௐFRQWUDFWௐௐௐ2XUௐPDUNHWLQJௐGHSDUWPHQWௐFXOWLYDWHVௐDௐWDUJHWHGௐDXGLHQFHௐE\ௐPDLQWDLQLQJௐDௐGDWDEDVHௐRIௐUHJLVWHUHGௐJRYHUQPHQWௐ DJHQFLHVௐRQௐRXUௐZHEVLWHௐDQGௐQXUWXULQJௐSDVWௐFXVWRPHUVௐZKRௐKDYHௐH[SHULHQFHGௐWKHௐEHQHILWVௐRIௐRXUௐRIIHULQJVௐ7KLVௐDOORZVௐXVௐWRௐGHOLYHUௐUHOHYDQWௐFRQWHQWௐDQGௐUHVRXUFHVௐGLUHFWO\ௐWRௐWKRVHௐDOUHDG\ௐLQWHUHVWHGௐLQௐRXUௐVROXWLRQVௐIRVWHULQJௐWUXVWௐDQGௐEUDQGௐOR\DOW\ௐ 5HODWLRQVKLSௐEXLOGLQJௐLVௐDQRWKHUௐWHFKQLTXHௐXVHGௐWRௐIRVWHUௐSRVLWLYHௐUHODWLRQVௐZLWKௐFOLHQWVௐWRௐEHFRPHௐORQJWHUPௐFXVWRPHUVௐௐ 1$)*ௐWHDPௐSURYLGHVௐH[FHOOHQWௐFXVWRPHUௐVHUYLFHௐDQGௐVXSSRUWௐWRௐHQFRXUDJHௐZRUGௐRIௐPRXWKௐUHIHUUDOௐ7KHௐSRVLWLYHௐTXDOLW\ௐRIௐVHUYLFHௐH[SHULHQFHGௐE\ௐFXVWRPHUVௐKDVௐOHGௐWRௐDQௐLQFUHDVHGௐQXPEHUௐRIௐVDOHVௐWKURXJKௐUHIHUUDOVௐௐ2XUௐJRDOௐLVௐWRௐSURYLGHௐH[HPSODU\ௐFXVWRPHUௐVHUYLFHௐWKURXJKRXWௐWKHௐHQWLUHௐSXUFKDVLQJௐSURFHVVௐWRௐHQFRXUDJHௐUHSHDWௐEXVLQHVVௐDQGௐUHIHUUDOV  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC           'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐGLJLWDOௐGDWDௐ HJௐVRFLDOௐPHGLDௐPHWDGDWDௐXVDJH ௐWRௐHQKDQFHௐPDUNHWLQJௐHIIHFWLYHQHVV7KHௐFUHDWLRQௐRIௐWKHௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDSSௐLVௐRQHௐZD\ௐWRௐEXLOGௐDௐVWURQJHUௐUHODWLRQVKLSௐZLWKௐLQWHUHVWHGௐEX\HUVௐDQGௐHPSRZHUௐWKHPௐZLWKௐWKHௐLQIRUPDWLRQௐWKH\ௐQHHGௐ%\ௐGRZQORDGLQJௐRXUௐ1$)*ௐDSSௐFOLHQWVௐDUHௐDEOHௐWR Ɣௐௐௐௐ5HFHLYHௐLQVWDQWௐSXVKௐQRWLILFDWLRQVௐRQௐWKHLUௐSKRQHVௐUHJDUGLQJௐQHZௐYHKLFOHௐDYDLODELOLW\ௐ%HௐWKHௐILUVWௐWRௐNQRZௐZKHQௐQHZௐYHKLFOHVௐDUULYHௐRQௐWKHௐORWௐWKDWௐPDWFKௐ\RXUௐVSHFLILFௐQHHGVௐDQGௐSUHIHUHQFHVƔௐௐௐௐ6WD\ௐLQIRUPHGௐDERXWௐFUXFLDOௐFXWRIIௐGDWHVௐ(QVXUHௐFOLHQWVௐGRQ WௐPLVVௐRXWௐRQௐௐGHDGOLQHVௐE\ௐKDYLQJௐWKHPௐFRQYHQLHQWO\ௐ GHOLYHUHGௐVWUDLJKWௐWRௐ\RXUௐSKRQHƔௐௐௐௐ9LHZௐ$YDLODEOHௐ,Q6WRFNௐ8QLWVௐ6FUROOௐWKURXJKௐDௐOLVWௐRIௐLQௐVWRFNௐYHKLFOHVௐDYDLODEOHௐRQௐRXUௐZHEVLWHௐ $ௐVSHFLILFௐLQERXQGௐPDUNHWLQJௐWDFWLFௐWKDWௐFDQௐVLJQLILFDQWO\ௐERRVWௐRXUௐRQOLQHௐSUHVHQFHௐLVௐWKHௐGHYHORSPHQWௐRIௐVHDUFKௐHQJLQHௐRSWLPL]DWLRQௐ 6(2 ௐ%\ௐRSWLPL]LQJௐRXUௐZHEVLWHௐIRUௐUHOHYDQWௐNH\ZRUGVௐDQGௐXVHUௐH[SHULHQFHௐZHௐFDQௐDWWUDFWௐPRUHௐTXDOLILHGௐYLVLWRUVௐRUJDQLFDOO\ௐDQGௐHVWDEOLVKௐ1$)*ௐDVௐDௐOHDGLQJௐQDPHௐLQௐLWVௐILHOG +HUH VௐKRZௐZH UHௐDFWLYHO\ௐLPSOHPHQWLQJௐ6(2ௐRQௐWKHௐ1$)*ௐZHEVLWH 5HZULWLQJௐWKHௐ1$)*ௐ6WRU\Ɣௐௐௐௐ%\ௐFUDIWLQJௐDௐFRPSHOOLQJௐDQGௐLQIRUPDWLYHௐZHESDJHௐWKDWௐFOHDUO\ௐGHILQHVௐZKRௐZHௐDUHௐZKDWௐZHௐGRௐDQGௐKRZௐZHௐEHQHILWௐRXUௐDXGLHQFH Ɣௐௐௐௐ,QFOXGHGௐUHOHYDQWௐNH\ZRUGVௐQDWXUDOO\ௐWKURXJKRXWௐWKHௐFRQWHQWௐLQFOXGLQJௐSURGXFWௐQDPHVௐPLVVLRQௐVWDWHPHQWௐDQGௐFRQWUDFWௐQXPEHUVƔௐௐௐௐ(QVXUHGௐWKHௐSDJHௐLVௐFRQFLVHௐDQGௐVFDQQDEOHௐEUHDNLQJௐXSௐWH[WௐZLWKௐKHDGLQJVௐDQGௐEXOOHWௐSRLQWVௐ2Q3DJHௐ2SWLPL]DWLRQௐ7HFKQLTXHVƔௐௐௐௐ7LWOHௐWDJVௐ(DFKௐSDJHௐLQFOXGHVௐDௐXQLTXHௐDQGௐGHVFULSWLYHௐWLWOHௐWDJௐXQGHUௐௐFKDUDFWHUVௐWKDWௐDFFXUDWHO\ௐUHIOHFWVௐWKHௐFRQWHQWௐDQGௐLQFOXGHVௐUHOHYDQWௐNH\ZRUGVƔௐௐௐௐ0HWDௐGHVFULSWLRQVௐ&UDIWLQJௐFDSWLYDWLQJௐPHWDௐGHVFULSWLRQVௐ XQGHUௐௐFKDUDFWHUV ௐWKDWௐHQWLFHௐXVHUVௐWRௐFOLFNௐDQGௐ VXPPDUL]HௐWKHௐSDJH VௐYDOXHௐSURSRVLWLRQƔௐௐௐௐ+HDGHUௐWDJVௐ6WUXFWXUHGௐWKHௐFRQWHQWௐZLWKௐFOHDUௐKHDGLQJVௐDQGௐVXEKHDGLQJVௐ +ௐ+ௐHWF ௐWRௐLPSURYHௐUHDGDELOLW\ௐDQGௐVHDUFKௐHQJLQHௐFUDZODELOLW\ Ɣௐௐௐௐ,PDJHVௐ2SWLPL]HௐLPDJHௐILOHௐQDPHVௐDQGௐDOWௐWH[WௐZLWKௐUHOHYDQWௐNH\ZRUGVௐWRௐLQFUHDVHௐDFFHVVLELOLW\ௐDQGௐLPDJHௐVHDUFKௐUDQNLQJƔௐௐௐௐ,QWHUQDOௐOLQNLQJௐ&RQQHFWLQJௐUHODWHGௐSDJHVௐZLWKLQௐWKHௐZHEVLWHௐXVLQJௐGHVFULSWLYHௐDQFKRUௐWH[W Ɣௐௐௐௐ6RFLDOௐPHGLDௐ(QVXUHௐVRFLDOௐPHGLDௐSURILOHVௐDQGௐVKDUHௐEXWWRQVௐDUHௐOLQNHGௐWRௐRXUௐSDJHVௐ %\ௐLPSOHPHQWLQJௐWKHVHௐDFWLRQDEOHௐ6(2ௐVWUDWHJLHVௐZHௐFDQௐVLJQLILFDQWO\ௐLPSURYHௐ1$)* VௐRQOLQHௐSUHVHQFHௐDWWUDFWௐPRUHௐ TXDOLILHGௐOHDGVௐDQGௐHVWDEOLVKௐRXUVHOYHVௐDVௐDௐWKRXJKWௐOHDGHUௐLQௐWKHௐLQGXVWU\:KHQௐWKHௐWHUPVௐ³JRYHUQPHQWௐIOHHWௐYHKLFOHௐSXUFKDVLQJ´ௐ³SXUFKDVLQJௐYHKLFOHVௐIRUௐWKHௐJRYHUQPHQW´ௐ³JRYHUQPHQWௐYHKLFOHௐSXUFKDVLQJ´ௐ³KRZௐGRௐ,ௐSXUFKDVHௐYHKLFOHVௐIRUௐWKHௐJRYHUQPHQW´ௐ³SXUFKDVLQJௐJRYHUQPHQWௐIOHHW´ௐ³JRYHUQPHQWௐYHKLFOHௐ SURFXUHPHQW´ௐ³SURFXULQJௐYHKLFOHVௐIRUௐWKHௐJRYHUQPHQW´DUHௐHQWHUHGௐLQௐWKHௐJRRJOHௐVHDUFKௐEXWWRQௐ1$)*ௐLVௐRQௐWKHௐWRSௐILYHௐVHDUFKௐUHVXOWVௐ ௐ 6RFLDOௐPHGLDௐLVௐDௐFULWLFDOௐSDUWௐLQௐWKHௐZD\ௐSHRSOHௐFRPPXQLFDWHௐDQGௐFRQQHFWௐZLWKௐHDFKௐRWKHUௐௐ/LQNHGLQௐRIIHUVௐDௐYDULHW\ௐRIௐZD\VௐWRௐH[SDQGௐRXUௐQHWZRUNௐE\ௐILQGLQJௐDQGௐFRQQHFWLQJௐZLWKௐUHOHYDQWௐSURIHVVLRQDOVௐLQௐWKHௐLQGXVWU\ௐ3ODWIRUPVௐOLNHௐ/LQNHG,QௐRIIHUௐLQYDOXDEOHௐWRROVௐIRUௐSURIHVVLRQDOௐQHWZRUNLQJௐDOORZLQJௐLQGLYLGXDOVௐWRௐH[SDQGௐWKHLUௐQHWZRUNௐE\ௐILQGLQJௐDQGௐFRQQHFWLQJௐZLWKௐUHOHYDQWௐSURIHVVLRQDOVௐDQGௐLQGXVWU\ௐOHDGHUVௐ $ௐSULPHௐH[DPSOHௐLVௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZKLFKௐHIIHFWLYHO\ௐXWLOL]HVௐ/LQNHG,QௐWRௐUHDFKௐRXWௐWRௐFXUUHQWௐDQGௐSRWHQWLDOௐPHPEHUVௐWKURXJKௐSHUVRQDOL]HGௐPHVVDJHVௐIRVWHULQJௐVWURQJHUௐUHODWLRQVKLSVௐDQGௐFRPPXQLW\ௐHQJDJHPHQW%H\RQGௐSURIHVVLRQDOௐFRQQHFWLRQVௐVRFLDOௐPHGLDௐVHUYHVௐDVௐDௐSRZHUIXOௐEULGJHௐEHWZHHQௐLQGLYLGXDOVௐDQGௐWKHLUௐJRYHUQLQJௐ ERGLHVௐ%\ௐIROORZLQJௐJRYHUQPHQWௐSDJHVௐRQௐ,QVWDJUDPௐDQGௐ7ZLWWHUௐJRYHUQPHQWௐPXQLFLSDOLWLHVௐFDQௐJDLQௐYDOXDEOHௐLQVLJKWVௐLQWRௐSUHVVLQJௐLVVXHVௐDQGௐLPSRUWDQWௐDQQRXQFHPHQWV   ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐLQௐSURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐWKLVௐ5)3"ௐ +RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ6RXUFHZHOODZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐVDOHVௐSURFHVV" 6RXUFHZHOOௐLVௐDௐWUXVWHGௐEUDQGௐWKDWௐJRYHUQPHQWௐHQWLWLHVௐFDQௐUHO\ௐRQௐWRௐSURYLGHௐDௐZLGHௐYDULHW\ௐRIௐSURGXFWVௐDQGௐVHUYLFHVௐௐ7KH\ௐDLPௐWRௐVLPSOLI\ௐWKHௐSURFXUHPHQWௐSURFHVVௐRIௐJRYHUQPHQWௐHQWLWLHVௐௐ7KHௐ6RXUFHZHOOௐEUDQGௐLQWHJUDWHVௐDௐWKRURXJKௐGRFXPHQWDWLRQௐUHYLHZௐRIௐDOOௐYHQGRUVௐSULRUௐWRௐDZDUGLQJௐWKHLUௐFRRSHUDWLYHௐFRQWUDFWௐWRௐHQVXUHௐSURGXFWVௐDQGௐVHUYLFHVௐDUHௐ IURPௐUHSXWDEOHௐYHQGRUVௐௐ7KHௐEUDQGௐSURYLGHVௐDௐVHQVHௐRIௐVKRZLQJௐOHJLWLPDF\ௐDQGௐYHULILFDWLRQௐRIௐRXUௐFRPSDQ\ௐQDPHௐDQGௐPHPEHUVௐXQGHUVWDQGௐWKDWௐSURGXFWVௐDQGௐVHUYLFHVௐSURYLGHGௐDUHௐIURPௐUHSXWDEOHௐYHQGRUVௐௐ&OLHQWVௐUHFRJQL]HௐWKHௐ6RXUFHZHOOௐEUDQGௐDQGௐWKHLUௐYHQGRUVௐDVௐDௐWUXVWHGௐVRXUFHௐWKDWௐZLOOௐPHHWௐWKHLUௐQHHGVௐௐ7KHௐPDLQௐ VHOOLQJௐSRLQWௐRIௐWKHௐEUDQGௐLVௐWKHௐHOLPLQDWLRQௐRIௐWKHௐQHHGௐWRௐJRௐRXWௐWRௐELGௐௐ6RXUFHZHOOௐKDVௐGRQHௐWKHௐELGGLQJௐIRUௐWKHௐJRYHUQPHQWௐHQWLWLHVௐZKLFKௐVLPSOLILHVௐWKHௐSXUFKDVLQJௐSURFHVVௐௐ7KLVௐSURFHVVௐQRWௐRQO\ௐVDYHVௐPRQH\ௐEXWௐYDOXDEOHௐWLPHௐDVௐZHOOௐௐ6RXUFHZHOOௐKDVௐSURYLGHGௐ1$)*ௐRYHUZKHOPLQJௐRSSRUWXQLWLHVௐWRௐZRUNௐZLWKௐJRYHUQPHQWௐDJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ 6WDWHVௐௐ 7KHௐ6RXUFHZHOOௐQDPHௐUHSUHVHQWVௐDௐKLJKௐVWDQGDUGௐRIௐLQWHJULW\ௐDQGௐHWKLFVௐDQGௐZHௐDUHௐSURXGௐWRௐEHௐSDUWௐRIௐWKLVௐG\QDPLFௐௐ 6RXUFHZHOOௐPHPEHUVௐKDYHௐDFFHVVௐWRௐDௐFRQWUDFWௐWKDWௐLVௐPRUHௐIOH[LEOHௐWKDQௐWKHௐVWDQGDUGௐELGGLQJௐSURFHVVௐௐ6RXUFHZHOOௐLVௐDQௐRUJDQL]DWLRQௐWKDWௐDLGVௐJRYHUQPHQWௐHQWLWLHVௐWRௐVWD\ௐFRPSHWLWLYHௐZLWKRXWௐWKHௐIUXVWUDWLRQVௐDQGௐLVVXHVௐLQYROYHGௐZLWKௐWKHௐWUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ7KHௐ6RXUFHZHOOௐFRQWUDFWௐFDQௐEHௐDOVRௐFXVWRPL]HGௐWRௐPHHWௐWKHௐQHHGVௐRIௐWKHௐFOLHQWௐௐ7KHௐ VDOHVௐWHDPௐKDVௐLQFRUSRUDWHGௐQRWௐRQO\ௐWKLVௐVWDQGDUGௐRIௐLQWHJULW\ௐLQௐWKHLUௐVDOHVௐSUDFWLFHௐE\ௐHQVXULQJௐFOLHQWVௐZHௐZLOOௐDOZD\VௐDVVLVWௐWKHPௐZLWKௐWKHLUௐYHKLFOHௐSXUFKDVLQJௐQHHGVௐௐ7KHௐFRVWௐVDYLQJVௐDQGௐVWUHVVௐIUHHௐQDWXUHௐRIௐWKHௐFRRSHUDWLYHௐFRQWUDFWVௐIDYRUVௐWKDWௐRIௐWKHௐWUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ,WௐHQDEOHVௐYHQGRUVௐWRௐZRUNௐZLWKௐTXDOLI\LQJௐJRYHUQPHQWௐHQWLWLHVௐLQௐDௐPRUHௐ HIILFLHQWௐPDQQHUௐௐ:HௐYRZௐWRௐPDLQWDLQௐWKHVHௐOHYHOVௐRIௐVWDQGDUGVௐDFURVVௐWKHௐERDUGௐWKURXJKRXWௐDOOௐGHSDUWPHQWVௐZLWKLQௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS6RXUFHZHOOௐLVQ WௐMXVWௐDௐWUXVWHGௐEUDQGௐLW VௐDௐFRPSUHKHQVLYHௐVROXWLRQௐIRUௐJRYHUQPHQWௐSURFXUHPHQWௐ)URPௐYHKLFOHVௐDQGௐIRRGௐWRௐWHFKQRORJ\ௐDQGௐDGPLQLVWUDWLYHௐVHUYLFHVௐWKH\ௐRIIHUௐDௐGLYHUVHௐUDQJHௐRIௐKLJKTXDOLW\ௐSURGXFWVௐDQGௐVHUYLFHVௐ3DUWQHULQJௐ ZLWKௐSUHYHWWHGௐYHQGRUVௐHQVXUHVௐUHOLDELOLW\ௐDQGௐSHDFHௐRIௐPLQG7KHௐIOH[LELOLW\ௐRIௐ6RXUFHZHOOௐFRQWUDFWVௐDOORZVௐXVௐWRௐWDLORUௐRXUௐVHUYLFHVௐWRௐDௐVSHFLILFௐQHHGௐXQOLNHௐWKHௐRQHVL]HILWVDOOௐDSSURDFKௐRIௐW\SLFDOௐELGGLQJௐ *RYHUQPHQWௐDJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ6WDWHVௐOLNHௐ1$)*ௐKDYHௐXWLOL]HGௐ6RXUFHZHOOௐWRௐSURFXUHௐWKHLUௐQHHGVௐHIILFLHQWO\  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC           $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐRUGHULQJௐSURFHVV"ௐ ,IௐVRௐGHVFULEHௐ\RXUௐHSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐJRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐFXVWRPHUVௐKDYHௐXVHGௐLW 2XUௐZHEVLWHௐSURYLGHVௐDௐKDQGVRQௐHPSRZHULQJௐDSSURDFKௐWRௐRUGHULQJௐYHKLFOHVௐRQOLQHௐௐ&OLHQWVௐFDQௐVHDUFKௐWKURXJKௐPDQ\ௐYHKLFOHௐPDNHVௐDQGௐPRGHOVௐZLWKௐWKHௐDELOLW\ௐWRௐFXVWRPL]HௐDௐYHKLFOHௐWDLORUHGௐWRௐWKHௐVSHFLILFௐQHHGVௐRIௐWKHLUௐDJHQF\ௐௐ$ௐ SHUVRQDOL]HGௐTXRWHௐZLWKௐSULFLQJௐFDQௐEHௐDYDLODEOHௐLQௐDVௐOLWWOHௐDVௐௐPLQXVௐGHSHQGLQJௐRQௐWKHௐFRPSOH[LW\ௐRIௐWKHௐYHKLFOHௐௐ,IௐXSILWWLQJௐLVௐQHHGHGௐDௐVDOHVௐUHSUHVHQWDWLYHௐFDQௐEHௐUHDFKHGௐWKURXJKௐSKRQHௐHPDLOௐOLYHௐFKDWௐRUௐQRWHGௐRQௐWKHௐVHOITXRWLQJௐRQOLQHௐV\VWHPௐ 2QFHௐDௐFXVWRPL]HGௐTXRWHௐLVௐEXLOWௐFOLHQWVௐKDYHௐWKHௐRSWLRQௐWRௐILQDOL]HௐWKHௐVDOHVௐWUDQVDFWLRQௐE\ௐVXEPLWWLQJௐDௐSXUFKDVHௐRUGHUௐWRௐRXUௐVDOHVௐWHDPௐYLDௐHPDLOௐௐ7KLVௐJLYHVௐFRPSOHWHௐDXWRQRP\ௐWRௐWKHௐFOLHQWௐWRௐSXUFKDVHௐYHKLFOHVௐZLWKRXWௐWKHௐQHHGௐWRௐVSHDNௐWRௐDௐVDOHVௐUHSௐௐ,IௐDVVLVWDQFHௐLVௐQHHGHGௐWKH\ௐFDQௐFRQWDFWௐVDOHVௐWKURXJKௐHPDLOௐOLYHௐFKDWௐRUௐSKRQHௐௐ,IௐVXSSRUWௐ LVௐUHTXLUHGௐWRௐEXLOGௐDௐTXRWHௐRXUௐVDOHVௐUHSVௐDUHௐDYDLODEOHௐWRௐDVVLVWௐWKHௐFOLHQWௐVWHSௐE\ௐVWHSௐௐ 2QFHௐWKHௐYHKLFOHௐLVௐEXLOWௐWRௐWKHௐFOLHQW¶VௐQHHGVௐJRYHUQPHQWௐDJHQFLHVௐDUHௐDOVRௐDEOHௐWRௐXSORDGௐDௐSXUFKDVHௐRUGHUௐIURPௐ WKHLUௐDFFRXQWௐWRௐSXUFKDVHௐDௐYHKLFOHௐௐ1$)*ௐZLOOௐWKHQௐSURFHVVௐWKHௐSXUFKDVHௐRUGHUௐDQGௐSODFHௐWKHௐYHKLFOHௐRQௐRUGHUௐZLWKௐWKHௐPDQXIDFWXUHUௐௐ*RYHUQPHQWௐDJHQFLHVௐDUHௐDOVRௐDEOHௐWRௐWUDFNௐWKHௐVWDWXVௐRIௐWKHLUௐRUGHUௐXVLQJௐWKHௐ(7$ௐWUDFNLQJௐDYDLODEOHௐRQௐWKHௐ1$)*ௐZHEVLWHௐ 2XUௐZHEVLWHௐSXWVௐWKHௐSRZHUௐWRௐRUGHUௐYHKLFOHVௐGLUHFWO\ௐLQௐ\RXUௐKDQGVௐZLWKௐDௐXVHUIULHQGO\ௐDSSURDFKௐWKDWௐHPSRZHUVௐ JRYHUQPHQWௐDJHQFLHVௐWRௐFKRRVHௐWKHௐSHUIHFWௐVROXWLRQௐIRUௐWKHLUௐQHHGVௐ%URZVHௐWKURXJKௐDௐFRPSUHKHQVLYHௐVHOHFWLRQௐRIௐYHKLFOHௐPDNHVௐDQGௐPRGHOVௐRUௐFXVWRPL]Hௐ\RXUௐLGHDOௐYHKLFOHௐZLWKௐIHDWXUHVௐWDLORUHGௐWRௐ\RXUௐVSHFLILFௐUHTXLUHPHQWVௐ*HWௐDௐSHUVRQDOL]HGௐTXRWHௐZLWKௐXSIURQWௐSULFLQJௐLQௐDVௐOLWWOHௐDVௐௐPLQXWHVௐGHSHQGLQJௐRQௐWKHௐFRPSOH[LW\ௐRIௐ\RXUௐFKRVHQௐYHKLFOHௐ8SILWWLQJௐQHHGHG"ௐ1RௐSUREOHPௐ5HDFKௐRXWௐWRௐRXUௐGHGLFDWHGௐVDOHVௐWHDPௐYLDௐSKRQHௐHPDLOௐOLYHௐFKDWௐRUௐVLPSO\ௐPHQWLRQௐ\RXUௐUHTXLUHPHQWVௐGLUHFWO\ௐLQௐWKHௐVHOITXRWLQJௐV\VWHP2QFHௐDௐJRYHUQPHQWௐPXQLFLSDOLW\ௐLVௐUHDG\ௐWRௐSXUFKDVHௐWKH\ௐFDQௐVLPSO\ௐVXEPLWௐDௐSXUFKDVHௐRUGHUௐWKURXJKௐWKHLUௐRQOLQHௐDFFRXQWௐ:HௐRIIHUௐFRPSOHWHௐDXWRQRP\ௐDOORZLQJௐEX\HUVௐWRௐDFTXLUHௐYHKLFOHVௐZLWKRXWௐQHHGLQJௐWRௐVSHDNௐGLUHFWO\ௐWRௐDௐVDOHVௐ UHSUHVHQWDWLYHௐௐ+RZHYHUௐRXUௐH[SHUWௐWHDPௐLVௐDOZD\VௐDYDLODEOHௐWRௐDVVLVWௐLIௐWKH\ௐQHHGௐDௐKHOSLQJௐKDQGௐ2XUௐDVVLVWDQFHௐLVௐDYDLODEOHௐYLDௐHPDLOௐOLYHௐFKDWௐRUௐSKRQHௐ±)RUௐJRYHUQPHQWௐDJHQFLHVௐWKHௐSURFHVVௐLVௐVWUHDPOLQHGௐHYHQௐIXUWKHUௐ7KH\ௐDUHௐDEOHௐWRௐVWD\ௐLQIRUPHGௐWKURXJKRXWௐWKHௐHQWLUHௐ MRXUQH\ௐZLWKௐRXUௐFRQYHQLHQWௐ(7$ௐWUDFNLQJௐV\VWHPௐDFFHVVLEOHௐULJKWௐRQௐWKHௐ1$)*ௐZHEVLWH([SHULHQFHௐWKHௐFRQYHQLHQFHௐDQGௐFRQWUROௐRIௐRQOLQHௐYHKLFOHௐRUGHULQJௐIRUௐJRYHUQPHQWௐDJHQFLHVௐZLWKௐ1$)*ௐ9LVLWௐRXUௐZHEVLWHௐWRGD\ௐDQGௐHPSRZHUௐ\RXUௐDJHQF\ௐWRௐDFTXLUHௐWKHௐSHUIHFWௐYHKLFOHௐVROXWLRQ $VௐRIௐWRGD\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐRYHUௐௐPHPEHUVௐUHJLVWHUHGௐRQௐRXUௐZHEVLWHௐDQGௐௐFXVWRPHUVௐEX\LQJௐIURPௐXV  7DEOH9DOXH$GGHG$WWULEXWHV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐPDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐSURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐWUDLQLQJௐLVௐVWDQGDUGௐRUௐRSWLRQDOௐZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐFRVWVௐWKDWௐDSSO\ 1$)*ௐH[WHQGVௐDQ\ௐDQGௐDOOௐ6HUYLFHௐ7UDLQLQJௐ3URJUDPVௐSURYLGHGௐE\ௐWKHௐ0DQXIDFWXUHUௐ0DQ\ௐRIௐWKHௐSURJUDPVௐRIIHUHGௐDUHௐTXRWHGௐLQGLYLGXDOO\ௐE\ௐWKHௐPDQXIDFWXUHௐEDVHGௐRQௐFODVVௐVL]HௐDQGௐUHJLRQௐRIௐWKHௐFRXQWU\ௐ1$)*ௐZLOOௐSDVVௐWKHVHௐTXRWHVௐ RQWRௐWKHௐPHPEHUௐDWௐ1$)*ௐFRVW  'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐDGYDQFHVௐWKDWௐ\RXUௐSURSRVHGௐSURGXFWVௐRUௐVHUYLFHVௐRIIHU:LWKௐZRUOGௐOHDGHUVௐLQௐFKDVVLVௐWHFKQRORJ\ௐOLNHௐ)RUGௐ0RWRUௐ&RPSDQ\ௐ*HQHUDOௐ0RWRU¶VௐDQGௐ0$&.ௐ7UXFNௐZKLFKௐWKHௐPHPEHUௐDXWRPDWLFDOO\ௐJHWVௐWKHௐEHQHILWௐRIௐWKHௐODWHVWௐXSௐWRௐGDWHௐWHFKQRORJ\ௐ1$)*ௐRIIHUVௐRXUௐGHDOHUௐERG\ௐWRௐWKHௐ PHPEHUVௐIRUௐWKHௐPRVWௐOHDGLQJௐXSௐWRௐGDWHௐLQIRUPDWLRQ   'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐWKDWௐUHODWHௐWRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDQGௐLQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐDJHQF\ௐIRUௐHDFK 1$)*ௐKDVௐ3DUWQHUHGௐWRௐFUHDWHௐDௐௐ86ௐ0D\RUௐ'ULYHௐ&OLPDWHௐ0D\RUௐ3XUFKDVLQJௐ&ROODERUDWLYHௐZZZ'ULYHHYIOHHWRUJௐWRௐKHOSௐVSUHDGௐWKHௐEHQHILWௐRIௐPHPEHUVௐJRLQJௐௐJUHHQௐ:HௐKDYHௐௐ3XUHௐ(OHFWULFௐYHKLFOHVௐWRௐRIIHUௐVXFKௐDVௐWKHௐ&KHYUROHWௐ%ROWௐDQGௐ)RUGௐ)XVLRQௐZKLFKௐDUHௐDOOௐSUHGHFHVVRUVௐWRௐWKHௐ$OOௐ1HZௐ)RUGௐ(OHFWULFௐ)ௐ:HௐDUHௐFHUWDLQௐRYHUௐWKHௐQH[WௐIHZௐ\HDUVௐ)RUGௐDQGௐPDQ\ௐRWKHUௐPDQXIDFWXUHUVௐZLOOௐEHௐPDNLQJௐDYDLODEOHௐௐSXUHௐHOHFWULFௐFDEௐFKDVVLVௐIRUௐ PHPEHUVௐWRௐVHOHFWௐIURP   ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFRODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐWKHௐHTXLSPHQWௐRUௐSURGXFWVௐLQFOXGHGௐLQௐ\RXUௐ3URSRVDOௐUHODWHGௐWRௐHQHUJ\ௐHIILFLHQF\ௐRUௐFRQVHUYDWLRQௐOLIHF\FOHௐGHVLJQௐ FUDGOHWRFUDGOH ௐRUௐRWKHUௐ JUHHQVXVWDLQDELOLW\ௐIDFWRUV )RUGௐ0RWRUௐ&RPSDQ\ௐDQGௐ*HQHUDOௐ0RWRUVௐMXVWௐWRௐQDPHௐௐRIௐWKHௐௐ2(0 VௐZHௐDUHௐUHSUHVHQWLQJௐKDYHௐOHDGLQJௐHGJHௐFHUWLILFDWLRQVௐDQGௐUDWLQJௐZKLFKௐSURYLGHௐWKHPௐWKHௐDELOLW\ௐWRௐRIIHUௐWKHUHௐSURGXFWVௐQDWLRQZLGH  'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ%XVLQHVVௐ(QWLW\ௐ :0%( ௐ6PDOOௐ%XVLQHVVௐ(QWLW\ௐ 6%( ௐRUௐYHWHUDQௐRZQHGௐEXVLQHVVௐFHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐRUௐ+8%ௐSDUWQHUVௐKDYHௐREWDLQHGௐ8SORDGௐGRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐ DVௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐ XSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH :HௐKROGௐDௐ0LQRULW\ௐ&HUWLILFDWLRQௐWKURXJKௐWKHௐ&DOLIRUQLDௐ&OHDULQJௐ+RXVHௐ$XWKRUL]DWLRQ   :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐFRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐVHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV"ௐ:KDWௐPDNHVௐ\RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ\RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV" 1$)* VௐGHGLFDWLRQௐWRௐWKHௐPHPEHUௐ1$)*ௐKDVௐEXLOWௐLWVௐGLYLVLRQௐVROHO\ௐIRUௐWKHௐSXUSRVHௐRIௐVHUYLQJௐWKHௐPHPEHUVௐH[SHULHQFHௐIURPௐRXUௐKRXUௐPHPEHUௐZHEVLWHௐRUௐZHEVLWHௐLPSURYHPHQWVௐDQGௐFDSDELOLWLHVௐWRௐWKLQNLQJௐRXWVLGHௐWKHௐER[ௐWRௐKHOSௐDௐPHPEHUௐILQGௐDௐVROXWLRQ Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          7DEOH$:DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOOVWUXFWXUH <RXPD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOV LIDSSOLFDEOH LQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH,WHP 4XHVWLRQ 5HVSRQVH  'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERU" :HௐKDYHௐDWWDFKHGௐDOOௐ:DUUDQW\ௐLQIRUPDWLRQௐSURYLGHGௐE\ௐDOOௐௐPDQXIDFWXUHUVௐRIIHUHGௐLQௐRXUௐSURSRVDOௐDVௐDQௐDGGHGௐDWWDFKPHQW  'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐRWKHUௐOLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH"(DFKௐPDQXIDFWXUHUௐKDYHௐWKHUHௐRZQௐXVDJHௐUHVWULFWLRQVௐWKDWௐDௐPHPEHUௐVKRXOGௐEHௐDZDUHௐRIௐ6XFKௐDQௐLPSURSHUௐXVHௐRIௐDௐFKDVVLVௐPD\ௐQRWௐDOORZௐLWௐWRௐEHௐFRYHUHGௐXQGHUௐZDUUDQW\ௐ)RUௐH[DPSOHௐDௐ)ௐEHLQJௐXVHGௐIRUௐDௐSROLFHௐUDWHGௐSXUVXLWௐYHKLFOHௐZRXOGௐYRLGௐFHUWDLQௐZDUUDQWLHVௐ:HௐHQFRXUDJHௐIRUௐHDFKௐPHPEHUௐWRௐFRQWDFWௐXVௐIRUௐWKHUHௐSDUWLFXODUௐZDUUDQW\ௐFRYHUDJH   'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐWHFKQLFLDQV¶ௐWUDYHOௐWLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV"<HVௐLQௐVRPHௐFDVHVௐRIௐDௐEUHDNGRZQௐHYHQWௐPDQXIDFWXUHUVௐZRXOGௐWRZௐ\RXUௐYHKLFOHௐWRௐWKHUHௐQHDUHVWௐZDUUDQW\ௐUHSDLUௐIDFLOLW\  $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ&DQDGDௐ DVௐDSSOLFDEOH ௐIRUௐZKLFKௐ\RXௐFDQQRWௐSURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV"ௐௐ +RZௐZLOOௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐVHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" (DFKௐPDQXIDFWXUHௐLVௐGLIIHUHQWௐDQGௐZHௐHQFRXUDJHௐSULRUௐWRௐSXUFKDVLQJௐDௐSURGXFWௐWRௐFDOOௐLQௐDQGௐDVNௐDERXWௐ\RXUௐVSHFLILFௐUHJLRQௐDQGௐKRZௐLW¶VௐFRYHUHG   :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐRWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐRUௐDUHௐWKHVHௐ ZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU" $OOௐZDUUDQWLHVௐDUHௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU   :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐSURJUDPVௐDQGௐSROLFLHV":HௐRIIHUௐQRௐH[FKDQJHௐUHWXUQௐSURJUDPVௐRUௐSROLFLHVௐ2QFHௐDQௐRUGHUௐLVௐLQௐSURGXFWLRQௐZLWKௐWKHௐIDFWRU\ௐDQGௐ1$)*ௐFDQௐQRWௐFDQFHOௐWKHௐRUGHUௐDIWHUௐWU\LQJௐWRௐFDQFHOௐZLWKௐWKHௐPDQXIDFWXUHUௐWKHQௐWKHௐRUGHUௐLVௐQRQFDQFHOODEOH  'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐLQFOXGHGௐLQௐ\RXUௐSURSRVDO:HௐRIIHUௐDQ\ௐDQGௐDOOௐPDQXIDFWXUHUௐVHUYLFHௐFRQWUDFWVௐWRௐDOOௐPHPEHUVௐ7KHUHௐDUHௐVHYHUDOௐSDUDPHWHUVௐZKLFKௐDௐFXVWRPL]HGௐVHUYLFHௐFRQWUDFWௐFDQௐEHௐFUHDWHGௐ1$)*ௐZLOOௐWUHDWௐHDFKௐRIௐWKHVHௐDVௐDQௐDGGHGௐIDFWRU\ௐRSWLRQௐDQGௐIROORZௐWKHௐVDPHௐGLVFRXQWௐVFKHGXOHௐLQௐWKHௐSULFHௐILOH  7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSD\PHQWௐWHUPVௐDQGௐDFFHSWHGௐSD\PHQWௐPHWKRGV 3D\PHQWௐWHUPVௐDUHௐ1HWௐௐZLWKௐDௐGD\ௐJUDFHௐSHULRG  'HVFULEHௐDQ\ௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐDYDLODEOHௐIRUௐXVHௐE\ௐHGXFDWLRQDOௐRUௐJRYHUQPHQWDOௐHQWLWLHV1$)*ௐKDVௐSDUWQHUHGௐZLWKௐ1DWLRQDOௐ&RRSHUDWLYHௐ/HDVLQJௐWRௐRIIHUௐ6RXUFHZHOOௐ&RQWUDFWௐ/HDVHௐ7HUPVௐWRௐDOOௐ1$)*ௐ4XRWHVௐIRUௐDOOௐ6RXUFHZHOOௐ0HPEHUVௐ:HௐKDYHௐDWWDFKHGௐDௐ3')ௐFDOOHGௐ³1&/ௐ6DPSOHௐ/HDVH´ௐLQௐWKHௐ=LSௐ)LOHௐ&DOOHGௐ³0HPEHUௐ :DONௐ7KURXJK´   'HVFULEHௐDQ\ௐVWDQGDUGௐWUDQVDFWLRQௐGRFXPHQWVௐWKDWௐ\RXௐSURSRVHௐWRௐ XVHௐLQௐFRQQHFWLRQௐZLWKௐDQௐDZDUGHGௐFRQWUDFWௐ RUGHUௐIRUPVௐWHUPVௐDQGௐFRQGLWLRQVௐVHUYLFHௐOHYHOௐDJUHHPHQWVௐHWF ௐ8SORDGௐDௐVDPSOHௐRIௐHDFKௐ DVௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH :HௐDWWDFKHGௐRXUௐ6WDQGDUGௐ'RFXPHQWVௐWKDWௐDOOௐPHPEHUௐZRXOGௐVHHௐLQௐDௐW\SLFDOௐWUDQVDFWLRQௐ6WDUWLQJௐZLWKௐDOOௐTXRWHVௐ ZKLFKௐFRQWDLQௐWKHUHௐXQLTXHௐ4XRWHௐ,'ௐRQௐWKHௐWRSௐRIௐHDFKௐTXRWHௐ$ௐPHPEHUௐFDQௐWKHQௐFDOOௐDQGௐKHOSௐXVௐLGHQWLI\ௐZKLFKௐTXRWHௐWKH\ௐDUHௐLQTXLULQJௐZLWKLQௐVRௐZHௐFDQௐKHOSௐKHPௐTXLFNHUௐ (DFKௐTXRWHௐKDVௐLWVௐOLVWௐRIௐVWDQGDUGௐHTXLSPHQWௐDQGௐVHOHFWHGௐHTXLSPHQWௐWKHௐPHPEHUௐKDVௐFKRVHQௐIRUௐWKHPVHOYHVௐ)ROORZHGௐE\ௐWKHௐFRQWUDFWௐGLVFRXQWௐRQௐHDFKௐFRYHUௐSDJHௐVRௐWKHௐPHPEHUௐFDQௐHDVLO\ௐVHHௐWKHUHௐ6RXUFHZHOOௐVDYLQJௐ$ௐVDPSOHௐWUDQVDFWLRQௐKDVௐEHHQௐDWWDFKHG   'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐSURFHVV"ௐ ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" <HVௐXSௐWRௐௐௐSHUௐYHKLFOHௐDQ\ௐDPRXQWௐKLJKHUௐWKDQௐௐௐZRXOGௐFDUU\ௐDௐ3FDUGௐ&UHGLWௐ&DUGௐWUDQVDFWLRQௐIHHௐZKLFKௐZLOOௐEHௐSDVVHGௐRQWRௐWKHௐPHPEHU Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQEHPDGHGXULQJWKHWHUPRIDQDZDUGHG&RQWUDFWDV GHVFULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW&KDQJH5HTXHVW)RUP /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐ HJௐOLQHLWHPௐGLVFRXQWVௐRUௐSURGXFWFDWHJRU\ௐGLVFRXQWV ௐ 3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐ LQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐ DQGௐWKHௐ6RXUFHZHOOௐGLVFRXQWHGௐSULFH ௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐZDQWௐ6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,IௐDSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ 8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1$)*ௐLVௐRIIHULQJௐ/LQHௐ,WHPௐ'LVFRXQWVௐ2IIௐ0653ௐIRUௐௐPDQXIDFWXUHUVௐGHWDLOHGௐLQௐWKHௐ3ULFHௐ)LOHௐ1$)*ௐLVௐRIIHULQJௐDOOௐ8SILWVௐWRௐEHௐDGGHGௐWRௐDQ\ௐDQGௐDOOௐFKDVVLVௐFDEVௐDQGௐWUXFNVௐGHWDLOVௐDUHௐRQௐWKHௐ6XPPDU\ௐ3DJHௐLQௐWKHௐSULFHௐILOH   4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐSURSRVDOௐLQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ\RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐRUௐOLVWௐVWDWHௐWKHௐ SHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH (DFKௐ0DQXIDFWXUHௐ3URGXFWௐ5DQJHௐLVௐGHWDLOHGௐLQௐWKHௐWDEVௐEHORZௐKHUHௐLVௐDQௐRYHUYLHZௐௐௐௐௐௐௐௐௐௐௐௐ)RUGௐ0RWRUௐ&RPSDQ\ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ5$0ௐ6WDOODQWLVௐ&RPSDQ\ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ &KHYUROHWௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ$XWRFDUௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ,68=8ௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ 9ROYRௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ)UHLJKWOLQHUௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ:HVWHUQௐ6WDUௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ 0$&.ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ.HQZRUWKௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ3HWHUELOWௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ %DWWOHௐ0RWRUVௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ5,=2ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ5((ௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ %ROOLQJHUௐ0RWRUVௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ 8SILWVௐFDQௐEHௐDGGHGௐDWௐGHDOHUௐLQYRLFHௐXSௐWRௐௐGHWDLOHGௐLQௐWKHௐSULFHௐILOH   'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐSURJUDPVௐWKDWௐ\RXௐRIIHU:HௐHQFRXUDJHௐDQ\ௐDQGௐDOOௐPHPEHUVௐWRௐFRQWDFWௐXVௐLIௐFRQVLGHULQJௐRUGHULQJௐௐDWௐWLPHௐRIௐRUGHUௐRUௐPRUHௐXQLWVௐIRUௐDQௐDGGLWLRQDOௐGLVFRXQWௐTXRWH  3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐUHODWHGௐVHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐLWHPVௐ RUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐVXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐSHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW 2SHQௐ0DUNHWௐSURGXFWVௐRUௐ6RXUFHGௐ*RRGVௐZLOOௐEHௐWUHDWHGௐDVௐDQ\ௐXSILWௐDQGௐPD\ௐEHௐTXRWHGௐXSௐWRௐDௐௐPDUNXSௐLIௐDSSOLFDEOH  ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ 7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐSXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐVKLSSLQJௐFKDUJHVௐ)RUௐ H[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUHGHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐRUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐFRVWVௐDQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ3URSRVHU $OOௐFRQVLGHUDWLRQVௐKDYHௐEHHQௐWDNHQௐLQWRௐDFFRXQWௐLQௐWKHௐSULFHௐILOHௐLQௐLWVௐHQWLUHW\ௐ3ULFHௐ6XPPDU\ௐ3DJHௐDQGௐ3ULFHௐ7DEVௐFRQWDLQௐDOOௐFRVWVௐDVVRFLDWHGௐZLWKௐDOOௐTXRWHVௐ,IௐDௐPHPEHUௐZRXOGௐOLNHௐDௐTXRWHௐIRUௐDௐSDUWLFXODUௐVLWXDWLRQௐDQGௐWKHௐLWHPௐ QHHGHGௐVSHFLDOௐWUDLQLQJௐRUௐLQVWDOODWLRQௐWKHVHௐFKDUJHVௐZRXOGௐEHௐDGGHGௐDVௐSDUWௐRIௐWKHௐXSILWௐDQGௐLQFOXGHGௐLQௐWKHௐPHPEHUVௐTXRWH  ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐFRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP $OOௐPDQXIDFWXUHUVௐFKDUJHௐDௐVWDQGDUGL]HGௐ³)DFWRU\ௐ'HVWLQDWLRQௐ&KDUJH´ௐZKLFKௐLVௐGLVSOD\HGௐRQௐDOOௐZLQGRZௐVWLFNHUVௐDQGௐ RQௐDOOௐWUXFNVௐRQௐDௐGHDOHU¶VௐORWௐ7KLVௐLVௐQRWௐWKHௐQHHGHGௐGHVWLQDWLRQௐFKDUJHௐWKDWௐPD\EHௐFKDUJHGௐWRௐWKHQௐVKLSௐDௐFKDVVLVௐWRௐDQGௐIURPௐDQௐLQVWDOOHUௐWKHVHௐVXEVHTXHQWௐPRYHPHQWVௐDUHௐDOOௐDGGHGௐIUHLJKWௐFKDUJHVௐDQGௐZLOOௐGLVSOD\HGௐRQௐWKHௐPHPEHUVௐTXRWH   6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐSURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐGHOLYHU\ )UHLJKWௐWRௐWKHVHௐUHJLRQVௐFDUU\ௐDௐVSHFLILFௐORJLVWLFDOௐEDUULHUௐZKLFKௐFDUU\ௐDGGHGௐFRVWௐVXFKௐDVௐIHUU\ௐSRUWௐDQGௐGULYHUௐFRVWௐERWKௐWRௐDQGௐIURPௐWKHௐPDLQODQGௐ7KHVHௐDGGHGௐFRVWVௐZLOOௐEHௐGLVFORVHGௐDQGௐDGGHGௐWRௐDQ\ௐTXRWHௐIRUௐWKHௐPHPEHUௐWRௐUHYLHZ   'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐ RSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO 1$)*ௐZLOOௐXWLOL]HௐWKHௐSRZHUௐDQGௐH[SHUWLVHௐRIௐWKHௐDOUHDG\ௐHVWDEOLVKHGௐ$XWRPRELOHௐ)UDQFKLVHௐ'LVWULEXWLRQௐ1HWZRUNௐWRௐKDYHௐ PHPEHUVௐYHKLFOHVௐGHOLYHUHGௐSURPSWO\ௐWKHUHௐGHVWLQDWLRQ 7DEOH3ULFLQJ2IIHUHG /LQH,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV  FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJGHSDUWPHQWV 1$)*ௐ2IIHUVௐ0HPEHUVௐRIௐ6RXUFHZHOOௐWKHௐYHU\ௐEHVWௐVHOHFWLRQௐDQGௐVHUYLFHௐIRUௐWKHௐRYHUDOOௐEHVWௐYDOXHௐZHௐFDQௐRIIHU 7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH,WHP 4XHVWLRQ 5HVSRQVH  6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐSODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐZLWKௐ6RXUFHZHOOௐ 7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐWKDWௐWKHௐ9HQGRUௐUHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ9HQGRUௐUHPLWVௐWKHௐ SURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐ 3URYLGHௐVXIILFLHQWௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐ VDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWH :HௐKDYHௐFUHDWHGௐDௐPHPEHUௐIULHQGO\ௐWRௐEXLOGௐDQGௐSULFHௐWKHUHௐFKDVVLVௐFDEVௐRQௐWKHௐSULFLQJௐLVௐEXLOWௐGLUHFWO\ௐLQWRௐWKHௐZHEVLWHௐDQGௐLVௐORDGHGௐGDLO\ௐE\ௐWKHௐPDQXIDFWXUHௐ0653ௐLQIRUPDWLRQௐ2XUௐV\VWHPௐZLOOௐSURYLGHௐDQௐDFFXUDWHௐTXRWHௐௐRIௐWKHௐWLPHௐ:HௐKDYHௐVWUHDPௐOLQHGௐKRZௐRXUௐDGPLQௐIHHௐLVௐSURFHVVHGௐWRௐDOORZௐDௐTXLFNௐௐGD\ௐWXUQௐDURXQGௐRQௐTXDUWHUO\ௐUHSRUWV   ,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐIHZௐH[DPSOHVௐRIௐLQWHUQDOௐ PHWULFVௐWKDWௐZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐVXFFHVVௐZLWKௐWKHௐFRQWUDFW :HௐKDYHௐLQWHUQDOௐFKDUWVௐWKDWௐWUDFNௐKRZௐPDQ\ௐPHPEHUVௐZHௐDUHௐVHUYLQJௐSHUௐPRQWKௐDQGௐZKDWௐUHJLRQVௐZHௐQHHGௐWRௐ PDUNHWௐLQWRௐWRௐUDLVHௐDZDUHQHVVௐRIௐ6RXUFHZHOOௐDQGௐRXUௐFRQWUDFWௐ:HௐDOVRௐWUDFNௐKRZௐPDQ\ௐYHKLFOHVௐZHௐGHOLYHUௐWRௐPHPEHUVௐWRௐVHHௐLIௐRXUௐYROXPHௐLVௐSLFNLQJௐXSௐRUௐZKHUHௐWKHௐFXUUHQWௐPDUNHWௐLVௐDWௐDVௐLWௐGRHVௐIOXFWXDWH  ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ\RXௐDUHௐDZDUGHGௐDௐ &RQWUDFWௐ7KLVௐIHHௐLVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ0HPEHU¶VௐFRVWௐRIௐJRRGVௐ 6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐDGGLWLRQDOௐGHWDLOV 2XUௐ$GPLQௐ)HHௐKDVௐEHHQௐVWUHDPOLQHGௐWRௐDOORZௐIRUௐJURZWKௐWRௐRFFXUௐZLWKௐPDLQWDLQLQJௐDௐKLJKௐOHYHOௐRIௐDFFXUDF\ௐDQGௐUHSRUWLQJௐ2XUௐSURSRVHGௐDGPLQௐIHHௐZRXOGௐIROORZௐWKHVHௐJXLGHOLQHV )ODWௐௐௐSHUௐXQLWௐIRUௐDOOௐXQLWVௐH[FOXGLQJௐ$ODQௐ-D\ௐ$XWRPRWLYHௐ1HWZRUNௐLQௐ)ORULGD8QLWVௐVROGௐWKURXJKௐ$ODQௐ-D\ௐ$XWRPRWLYHௐ1HWZRUNௐLQௐ)ORULGDௐZLOOௐKDYHௐDௐௐIODW  Bid Number: RFP 032824 Vendor Name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ௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐHTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐDUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDOௐ0DQXIDFWXUHUVௐWRWDOLQJௐௐPDNHVௐDQGௐPRGHOVௐUDQJLQJௐIURPௐ&ODVVௐௐWRௐ&ODVVௐௐ&DEௐDQௐ&KDVVLVௐDQGௐWUXFNVௐ:LWKௐDYDLODEOHௐ8SILWVௐWRௐEHௐDGGHGௐUDQJLQJௐIURPௐWRROௐER[HVௐWRௐ/LQHௐ0HFKDQLFVௐ%RGLHVௐ$Q\ௐDQGௐDOOௐXSILWVௐFDQௐEHௐDGGHGௐWRௐRXUௐ FKDVVLVௐFDEVௐHLWKHUௐE\ௐRXUௐXSILWௐSDUWQHUௐVXSSOLHUௐRUௐE\ௐDௐPHPEHUVௐXSILWௐVXSSOLHUௐZRUNLQJௐZLWKௐ1$)*ௐWRௐSURYLGHௐDௐ7XUQௐ.H\ௐ4XRWH   :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐVXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐWLWOHVௐWKDWௐEHVWௐGHVFULEHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHV 1$)*ௐ/LVWVௐDOOௐPDNHVௐDQGௐPRGHOVௐLQௐHDFKௐ=,3ௐILOHௐXQGHUௐ=,3ௐ)LOHௐ³$OOௐௐ0DQXIDFWXUHUV´ௐUHSUHVHQWLQJௐDௐFRPELQHGௐKXQGUHG¶VௐPDNHVௐDQGௐPRGHOHQJLQHௐFRPELQDWLRQVௐIRUௐPHPEHUVௐWRௐFKRRVHௐIURPௐDORQJௐZLWKௐDௐVXEWLWOHௐ³8SILWV´ௐGHWDLOHGௐLQௐWKHௐSULFHௐILOH  'HVFULEHௐDQ\ௐPDQXIDFWXULQJௐSURFHVVHVௐRUௐPDWHULDOVௐXWLOL]HGௐWKDWௐFRQWULEXWHௐWRௐFKDVVLVௐVWUHQJWKௐFDEௐVWUHQJWKௐRYHUDOOௐGXUDELOLW\ௐ GULYHUௐVDIHW\ /HDGLQJௐPDWHULDOVௐDUHௐXVHGௐE\ௐWKHௐ2(0 VௐGDLO\ௐWRௐVDIHO\ௐVXSSO\ௐDOOௐPHPEHUVௐZLWKௐWKHௐEHVWௐRQௐWKHௐPDUNHWௐSODFHௐIRUௐHDFKௐ2(0  'HVFULEHௐDQ\ௐGLIIHUHQWLDWLQJௐVHUYLFHDELOLW\ௐDWWULEXWHVௐ UHPRWHௐ GLDJQRVWLFVௐHWF ௐ\RXUௐSURSRVDOௐRIIHUV (DFKௐ2(0ௐKDVௐWKHUHௐRZQௐXQLTXHௐDWWULEXWHௐWKDWௐDOOௐFDWHUௐDQGௐVHUYHௐWKHௐ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ௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ 2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV  &ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV  &ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV  &ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV  &ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV  5HODWHGௐHTXLSPHQWௐDFFHVVRULHVௐ SDUWVௐXSILWWLQJௐVHUYLFHVௐXVHGௐFKDVVLVௐDQGௐ&ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ 2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVVௐ$OOௐXSILWWLQJௐLVௐDYDLODEOHௐDQGௐRXWOLQHGௐLQௐWKHௐSULFLQJௐ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ௐ(OHFWULFௐ9HKLFOHௐ %(9 &ODVVௐௐ&KDVVLV <HV 1R   %DWWHU\ௐ(OHFWULFௐ9HKLFOHௐ %(9 &ODVVௐௐ&KDVVLV <HV 1R   %DWWHU\ௐ(OHFWULFௐ9HKLFOHௐ %(9 &ODVVௐௐ&KDVVLV <HV 1R   %DWWHU\ௐ(OHFWULFௐ9HKLFOHௐ %(9 &ODVVௐௐ&KDVVLV <HV 1R   %DWWHU\ௐ(OHFWULFௐ9HKLFOHௐ %(9 &ODVVௐௐ&KDVVLV <HV 1R   5HODWHGௐHTXLSPHQWௐDFFHVVRULHVௐSDUWVௐXSILWWLQJௐVHUYLFHVௐXVHGௐFKDVVLVௐDQGௐ&ODVVௐௐFKDVVLV <HV 1R  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          7DEOH([FHSWLRQVWR7HUPV&RQGLWLRQVRU6SHFLILFDWLRQV)RUP /LQH,WHP127,&(7RLGHQWLI\DQ\H[FHSWLRQRUWRUHTXHVWDQ\PRGLILFDWLRQWR6RXUFHZHOOVWDQGDUG&RQWUDFWWHUPVFRQGLWLRQVRUVSHFLILFDWLRQVD3URSRVHUPXVWVXEPLWWKHSURSRVHG H[FHSWLRQ V RUUHTXHVWHGPRGLILFDWLRQ V YLDUHGOLQHLQWKH&RQWUDFW7HPSODWHSURYLGHGLQWKH³%LG'RFXPHQWV´VHFWLRQ3URSRVHUPXVWXSORDGWKHUHGOLQHLQWKH³5HTXHVWHG([FHSWLRQV´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³0DUNHWLQJ3ODQ´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id Number: RFP 032824 Vendor Name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¶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³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´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¶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id Number: RFP 032824 Vendor Name: 72 HOUR LLC          )LOH1DPH ,KDYHUHYLHZHGWKHEHORZDGGHQGXPDQGDWWDFKPHQWV LI DSSOLFDEOH 3DJHV $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B 7KX0DUFK$0  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B :HG0DUFK30  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B0RQ0DUFK30  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B:HG0DUFK$0  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B:HG)HEUXDU\30  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B:HG)HEUXDU\30  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B7KX)HEUXDU\30  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com APPRAISAL SUMMARY - FILE # 3702313 COMPANY INSPECTION Company: Fleet Salvage Systems Recommendation: Total_loss Adjuster: Michael Towers Date Contacted: July 25, 2025 Date Inspected: July 25, 2025 Appraiser: Thomas Carter CLAIM INFO VEHICLE OWNER Claim Number: G4542 Name: City of Clearwater Policy Number: Address: 1900 Grand Ave Deductible: 0.00 Mobile Phone: Insured Name: City of Clearwater Home Phone: Date of Loss: July 25, 2025 Email: Loss Type: Collision Claim For: Insured VEHICLE LOCATION REPAIR SHOP Location: With Owner Name: Location Name: Of Clearwater, City Address: Address 1900 Grand Ave City, State, Zip: City, ST, Zip:Clearwater FL 33765 Phone: Phone Email: Fax: TIN: VEHICLE INFO TIRE INFORMATION Year: 2018 Tread Depth Make: FORD Left Front: Model: Police Interceptor Ut...Right Front: VIN: 1FM5K8AR6JGA58629 Left Rear: License Plate: Right Rear: Color: White Size: Mileage: 86701 Driveable: TOWING & SALVAGE TOTAL LOSS Towing Charges: $ 0.00 Lien Fee: $ 0.00 Admin Fee: $ 0.00 Other Charges: $ 0.00 Storage Fee (per day): $ 0.00 Storage Since: Total Loss: Yes Driveable: No Total Loss Valuation: $12,350 Request #: Valuation Amount / TL $12,350 ESTIMATE SUPPLEMENTS Supplement #1: 0.00 Supplement #2: 0.00 Supplement #3: 0.00 Appraisal Amount: $ 55,113.34 UPD Amount: $ 0.00 Betterment Amount: $ 0.00 Deductible: $ 0.00 Supplement #4: 0.00 Claim Leader LLC, All Rights Reserved. www.claimleader.com Net Total: $ 55,113.34 Supplement #5: 0.00 Agreed Price: Agreed By: Days to Repair: Estimate Released: No SUMMARY COMMENTS As per your request we inspected this vehicle at the owners lot. During the inspection we found collision damage to the complete front and drivers air bag. This vehicle is a total loss and is not occurring storage at this time. Claim Leader LLC, All Rights Reserved. www.claimleader.comClaim Leader LLC, All Rights Reserved. www.claimleader.com Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com Image not found or type unknown Salvage Bids File # 3702313 Year: 2018 Make: FORD Model: Explorer VIN #: 1FM5K8AR6JGA58629 License plate #: Color: Salvage Bids #Name Contact Phone Amount($) 1 Fleet Financial FKA Fleet Salvage Briana (407) 834-3400 $1,650.00 2 Budget auto parts bill (407) 656-4707 $1,500.00 3 Greenstar auto parts sam (407) 531-7827 $1,550.25 Tom Carter Appraisal Workfile ID: 400beab1 11115 Monarch St Spring Hill, FL 34609 Phone: (352) 606-2272 Estimate of Record Owner: Of Clearwater, City Job Number: Written By: Thomas Carter Insured: Of Clearwater, City Policy #:Claim #: G4542 Type of Loss: Collision Date of Loss: Days to Repair: 0 Point of Impact: 12 Front Owner:Inspection Location: Repair Facility: Of Clearwater, City Of Clearwater, City 1900 Grand Ave 1900 Grand Ave Clearwater, FL 33765 Clearwater, FL 33765 Home VEHICLE 2018 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.7L Gasoline Sequential MPI White VIN: 1FM5K8AR6JGA58629 Production Date: Interior Color: License:Odometer: 86,701 Exterior Color: White State:Condition: Good TRANSMISSION Overhead Console Stereo Cloth Seats Automatic Transmission CONVENIENCE Search/Seek Bucket Seats 4 Wheel Drive Air Conditioning CD Player Reclining/Lounge Seats POWER Intermittent Wipers SAFETY WHEELS Power Steering Tilt Wheel Drivers Side Air Bag Styled Steel Wheels Power Brakes Cruise Control Passenger Air Bag PAINT Power Windows Rear Defogger Anti-Lock Brakes (4) Clear Coat Paint Power Locks Message Center 4 Wheel Disc Brakes OTHER Power Mirrors Steering Wheel Touch Controls Traction Control Rear Spoiler Power Driver Seat Rear Window Wiper Stability Control California Emissions Power Adjustable Pedals Backup Camera Front Side Impact Air Bags TRUCK DECOR RADIO Head/Curtain Air Bags Rear Step Bumper Dual Mirrors AM Radio Xenon or L.E.D. Headlamps Privacy Glass FM Radio SEATS 7/25/2025 11:54:12 AM 430040 Page 1 Estimate of Record Owner: Of Clearwater, City Job Number: 2018 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.7L Gasoline Sequential MPI White Line Oper Description Part Number Qty Extended Price $ Labor Paint 1 FRONT BUMPER 2 Repl RT Side support FB5Z17E814A 1 13.97 Incl. 3 Repl LT Side support FB5Z17E814B 1 14.20 Incl. 4 Repl RT Side support bolt W711158S439 1 3.25 5 Repl LT Side support bolt W711158S439 1 3.25 6 Repl RT Side support nut W520822S439 1 3.25 7 Repl LT Side support nut W520822S439 1 3.25 8 Repl RT Side support rivet W702852S300 1 1.06 9 Repl LT Side support rivet W702852S300 1 1.06 10 Repl Tow eye cap FB5Z17A900AA 1 42.43 Incl. 0.2 11 Add for Clear Coat 0.1 12 O/H front bumper 3.8 13 Repl RT Side trim w/o fog lamps FB5Z17B968AA 1 142.65 Incl. 14 Repl LT Side trim w/o fog lamps FB5Z17B968CA 1 153.40 Incl. 15 Repl RT Side trim screw W706805S902 1 3.25 16 Repl LT Side trim screw W706805S902 1 3.25 17 Repl RT Side trim nut W704277S439 1 3.25 18 Repl LT Side trim nut W704277S439 1 3.25 19 Repl Lower grille FB5Z17K945AA 1 105.65 Incl. 20 Repl Lower cover FB5Z17D957AC 1 337.63 Incl. 21 Repl RT Lower cover bolt W505415S900 1 3.25 22 Repl LT Lower cover bolt W505415S900 1 3.25 23 Repl RT Lower cover nut W704277S439 1 3.25 24 Repl LT Lower cover nut W704277S439 1 3.25 25 Repl RT Lower cover screw W706805S902 1 3.25 26 Repl LT Lower cover screw W706805S902 1 3.25 27 Repl RT Lower cover retainer nut W520821S900 1 3.25 28 Repl LT Lower cover retainer nut W520821S900 1 3.25 29 Repl RT Valance FB5Z17626CA 1 41.12 Incl. 30 Repl LT Valance FB5Z17626DA 1 107.93 Incl. 31 Repl Lower molding FB5Z8419APTM 1 306.49 Incl. 0.8 32 Add for Clear Coat 0.2 33 Repl License bracket JB5Z17A385AA 1 25.02 0.2 34 Repl License bracket rivet W704342S300 1 8.50 35 Repl License bracket U-nut W520802S439 1 3.25 36 Repl Absorber FB5Z17C882C 1 69.90 Incl. 37 Repl Absorber clip W709367S439 1 5.65 38 Repl Impact bar (BOR) FB5Z17757A 1 184.25 0.6 39 Repl Impact bar screw W707050S436 1 3.25 40 Repl Bumper cover FB5Z17D957EB 1 888.69 Incl. 2.4 41 Add for Clear Coat 1.0 42 Repl Temp sensor GB5Z12A647A 1 25.20 m 0.1 M 7/25/2025 11:54:12 AM 430040 Page 2 Estimate of Record Owner: Of Clearwater, City Job Number: 2018 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.7L Gasoline Sequential MPI White 43 GRILLE 44 Repl Grille clip W709367S439 1 5.65 45 Repl Emblem FB5Z8213A 1 77.18 0.1 46 Repl Emblem screw W707050S436 1 3.25 47 Repl Sight shield FB5Z8A284AA 1 109.82 Incl. 48 Repl Sight shield bolt W711685S900 1 3.25 49 Repl Sight shield nut W520822S439 1 3.25 50 Repl Sight shield screw W505424S900 1 6.65 51 Repl Sight shield retainer W705436S300 1 4.25 52 FRONT LAMPS 53 Repl RT Headlamp housing level 2 lamps to 04/03/2018 FB5Z13008AE 1 799.50 Incl. 54 Aim headlamps 0.5 55 Repl LT Headlamp housing level 2 lamps to 04/03/2018 FB5Z13008AD 1 1,192.98 Incl. 56 Repl RT Support FB5Z17C972A 1 31.08 0.1 57 Repl LT Support FB5Z17C973A 1 32.80 0.1 58 Repl RT Headlamp housing nut W520822S439 1 3.25 59 Repl LT Headlamp housing lower bolt W715226S439 1 3.25 60 Repl RT Headlamp housing lower bolt W715226S439 1 3.25 61 Repl LT Headlamp housing U-nut W520802S439 1 3.25 62 Repl RT Headlamp housing U-nut W520802S439 1 3.25 63 Repl LT Headlamp housing upper bolt W711158S900 1 3.25 64 Repl RT Headlamp housing upper bolt W711158S900 1 3.25 65 Repl LT Headlamp housing nut W520822S439 1 3.25 66 Repl RT Headlamp bulb 9005 BE8Z13N021B 1 28.83 Incl. 67 Repl LT Headlamp bulb 9005 BE8Z13N021B 1 28.83 Incl. 68 Repl LT Control module screw W715133S900 1 6.65 69 Repl RT Control module screw W715133S900 1 6.65 70 Repl LT Control module w/level 3, 4, prep pack FB5Z13C788D 1 632.40 0.1 71 Repl RT Control module w/level 3, 4, prep pack FB5Z13C788D 1 632.40 0.1 72 Repl LT Headlamp bulb cap 4S4Z13N019AA 1 24.10 73 Repl RT Signal lamp bulb FB5Z13466AA 1 8.53 Incl. 74 Repl LT Signal lamp bulb FB5Z13466AA 1 8.53 Incl. 75 Repl RT Signal lamp bulb socket 2U5Z13411WA 1 11.67 0.2 76 Repl LT Signal lamp bulb socket 2U5Z13411WA 1 11.67 0.2 77 Repl RT Bracket FB5Z15A455B 1 51.92 0.1 78 Repl LT Bracket FB5Z15A455A 1 51.92 0.1 79 Repl RT Bracket plug W714104S300 1 4.25 80 Repl LT Bracket plug W714104S300 1 4.25 81 Repl RT Headlamp bulb cap 4S4Z13N019AA 1 24.10 82 Repl RT Lamp strobe amber DG1Z15A101J 1 426.00 0.3 83 Repl LT Lamp strobe amber DG1Z15A101J 1 426.00 0.3 84 Repl RT Lamp in fog lamp red GB5Z15A101A 1 638.48 0.3 7/25/2025 11:54:12 AM 430040 Page 3 Estimate of Record Owner: Of Clearwater, City Job Number: 2018 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.7L Gasoline Sequential MPI White 85 Repl RT Wire EB5Z13411C 1 623.33 86 Repl LT Wire GB5Z13410A 1 861.67 87 Repl Module warning DG1Z14D721A 1 430.83 m 0.3 M 88 Repl Module bracket DB5Z13655A 1 81.15 89 Repl RT Lamp in fog lamp blue GB5Z15A101B 1 638.48 0.3 90 Repl RT Fog lamp assy HS7Z15200G 1 308.58 0.3 91 Aim fog lamps 0.3 92 Repl LT Fog lamp assy HS7Z15201G 1 151.82 0.3 93 RADIATOR SUPPORT 94 Repl Radiator support (RIM) FB5Z16138B 1 428.12 2.9 95 Evacuate & recharge m 1.4 M 96 Refrigerant recovery m 0.4 M 97 Repl RT Support bracket AG1Z8A193A 1 11.48 Incl. 98 Repl LT Support bracket AG1Z8A193A 1 11.48 Incl. 99 Repl Air deflector FB5Z8326D 1 109.92 0.2 100 Repl Lower deflector FB5Z8310G 1 74.40 Incl. 101 Repl Lower deflector bolt W505415S900 1 3.25 102 Repl Lower deflector retainer W520831S439 1 4.25 103 Repl Front deflector FB5Z8326C 1 138.63 Incl. 104 COOLING 105 Repl Radiator w/o oil cooler DB5Z8005EA 1 530.87 m 2.7 M 106 Repl RT Radiator upper insulator 7T4Z8125A 1 8.58 107 Repl LT Radiator upper insulator 7T4Z8125A 1 8.58 108 Repl Fan assy DG1Z8C607E 1 450.91 m Incl. M 109 AIR CONDITIONER & HEATER 110 Repl Condenser EB5Z19712F 1 330.91 m Incl. M 111 Repl AC line BB5Z19867E 1 113.31 m 0.7 M 112 Repl Evaporator tube w/o rear AC EB5Z19A834C 1 180.60 m 1.5 M 113 Repl AC tube FB5Z19972E 1 104.60 m 0.5 M 114 HOOD 115 Repl Hood bumper 7T4Z16758A 1 5.18 116 Repl Insulator FB5Z16738A 1 150.90 Incl. 117 Repl Insulator retainer clip W705002S300 1 8.50 118 Repl Surround w'strip FB5Z16B990A 1 132.82 Incl. 119 Repl Front seal BB5Z16A238A 1 31.87 Incl. 120 Repl RT Hinge BB5Z16796A 1 40.48 0.3 0.3 121 Add for Clear Coat 0.1 122 Repl LT Hinge BB5Z16797A 1 42.35 0.3 0.3 123 Add for Clear Coat 0.1 124 Repl RT Hinge bolt W505424S439 1 3.25 125 Repl LT Hinge bolt W505424S439 1 3.25 126 Repl RT Hinge nut N621940S439 1 3.25 127 Repl LT Hinge nut N621940S439 1 3.25 128 Repl Support rod BB5Z16826A 1 31.87 Incl. 129 Repl Support rod clip 1F5Z16828A 1 13.00 7/25/2025 11:54:12 AM 430040 Page 4 Estimate of Record Owner: Of Clearwater, City Job Number: 2018 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.7L Gasoline Sequential MPI White 130 Repl Hood bumper 8G1Z16758B 1 10.37 131 Repl Latch BB5Z16700A 1 63.78 Incl. 132 Repl Latch screw N808727S307 1 8.50 133 Repl Release cable AA5Z16916A 1 105.63 1.4 134 Repl Release cable clip 386132S 1 1.30 135 Repl Release cable bolt W505424S439 1 3.25 136 Repl Striker 6H6Z16K689A 1 37.05 Incl. 137 Repl Striker nut W707137S440 1 3.25 138 Repl Switch w/anti-theft 1X4Z14018BA 1 86.00 Incl. 139 Repl Hood (ALU) FB5Z16612A 1 1,189.25 1.1 3.0 140 Overlap Minor Panel -0.2 141 Add for Clear Coat 1.1 142 Add for Underside(Complete)1.5 143 Add for Clear Coat 0.3 144 FENDER 145 Repl LT Fender FB5Z16006A 1 504.40 2.3 2.2 146 Overlap Major Adj. Panel -0.4 147 Add for Clear Coat 0.4 148 Add for Edging 0.5 149 Add for Clear Coat 0.1 150 Repl RT Fender screw N606676S439 1 3.25 151 Repl LT Fender screw N606676S439 1 3.25 152 Repl RT Fender nut W709759S439 1 12.50 153 Repl LT Fender nut W709759S439 1 12.50 154 Repl RT Fender upper bolt W505411S439 1 4.25 155 Repl LT Fender upper bolt W505411S439 1 4.25 156 Repl RT Rear bracket BB5Z16K039A 1 48.08 0.1 157 Repl LT Rear bracket BB5Z16K039A 1 48.08 0.1 158 Repl RT Rear bracket bolt W503924S439 1 8.50 159 Repl LT Rear bracket bolt W503924S439 1 8.50 160 Repl RT Rear bracket nut W709759S439 1 12.50 161 Repl LT Rear bracket nut W709759S439 1 12.50 162 Repl RT Front bracket BB5Z16A142A 1 51.22 0.1 0.2 163 Add for Clear Coat 0.1 164 Repl LT Front bracket BB5Z16A143A 1 51.43 0.1 0.2 165 Add for Clear Coat 0.1 166 Repl RT Front bracket screw N606676S439 1 3.25 167 Repl LT Front bracket screw N606676S439 1 3.25 168 Repl RT Front bracket nut W709759S439 1 12.50 169 Repl LT Front bracket nut W709759S439 1 12.50 170 Repl RT Fender liner FB5Z16102E 1 56.90 Incl. 171 Repl LT Fender liner FB5Z16103E 1 56.95 Incl. 172 Repl RT Fender liner screw W706805S902 1 3.25 173 Repl LT Fender liner screw W706805S902 1 3.25 174 Repl RT Fender liner bolt W505415S900 1 3.25 7/25/2025 11:54:12 AM 430040 Page 5 Estimate of Record Owner: Of Clearwater, City Job Number: 2018 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.7L Gasoline Sequential MPI White 175 Repl LT Fender liner bolt W505415S900 1 3.25 176 Repl RT Fender liner rivet W706092S300 1 3.25 177 Repl LT Fender liner rivet W706092S300 1 3.25 178 Repl RT Insulator BG1Z16B127A 1 16.22 Incl. 179 Repl LT Insulator BG1Z16B127B 1 16.22 Incl. 180 Repl RT Fender ledge cvr BB5Z7802038B 1 130.85 Incl. 181 Repl LT Fender ledge cvr BB5Z7802039B 1 160.47 Incl. 182 Repl RT Fender FB5Z16005A 1 483.23 2.3 2.2 183 Overlap Major Adj. Panel -0.4 184 * Add for Clear Coat 0.4 185 Add for Edging 0.5 186 Add for Clear Coat 0.1 187 Repl RT Wheel flare FB5Z16038AB 1 58.05 0.3 188 Repl LT Wheel flare FB5Z16039AB 1 64.00 0.3 189 Repl LT Rail reinf FB5Z5410463A 1 110.53 0.2 190 Repl RT Rail reinf FB5Z5410462A 1 133.00 0.2 191 Repl LT Apron/rail assy (HSS) FB5Z16055A 1 713.50 s 36.7 2.2 192 Repl RT Apron/rail assy (HSS) FB5Z16054A 1 716.60 s 36.7 2.2 193 Overlap Major Non-Adj. Panel -0.2 194 Repl LT Upper support (HSS) BB5Z16D119A 1 71.17 s Incl. 0.3 195 * Add for Clear Coat 0.1 196 Repl RT Upper support (HSS) BB5Z16D118A 1 71.17 s Incl. 0.3 197 * Add for Clear Coat 0.1 198 Repl LT Upper inner rail (HSS) BB5Z16B045A 1 118.75 s Incl. 0.8 199 Overlap Minor Panel -0.2 200 Repl RT Upper inner rail (HSS) BB5Z16B044A 1 118.75 s Incl. 0.8 201 Overlap Minor Panel -0.2 202 Repl LT Upper rail bracket FB5Z16C079A 1 52.25 Incl. 0.2 203 * Add for Clear Coat 0.1 204 Repl RT Upper rail bracket FB5Z16C078A 1 45.38 Incl. 0.2 205 * Add for Clear Coat 0.1 206 Repl LT Upper rail (HSS) BB5Z16155A 1 1,149.22 s Incl.0.8 207 Overlap Minor Panel -0.2 208 Repl RT Upper rail (HSS) BB5Z16154A 1 969.18 s Incl. 0.8 209 Overlap Minor Panel -0.2 210 Repl RT Rail reinf screw W708322S439 1 4.25 211 Repl LT Rail reinf screw W708322S439 1 4.25 212 Repl RT Insulator BB5Z3C071A 1 85.80 0.2 213 Repl LT Insulator BB5Z3C071B 1 86.17 0.2 214 WINDSHIELD 215 Repl Windshield FORD w/o rain sensor from 04/26/2017 FB5Z7803100E 1 375.88 3.3 216 INSTRUMENT PANEL 217 Repl Instrument panel FB5Z7804320DA 1 2,807.13 6.3 218 Repl Opening trim BB5Z78017A26B 1 35.58 7/25/2025 11:54:12 AM 430040 Page 6 Estimate of Record Owner: Of Clearwater, City Job Number: 2018 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.7L Gasoline Sequential MPI White 219 Repl Lower cover DB5Z7804459BB 1 85.47 Incl. 220 RESTRAINT SYSTEMS 221 Repl Driver air bag w/o PLATINUM FB5Z78043B13AA 1 945.27 m Incl. M 222 Air bag system diagnosis ck system operation m 0.5 M 223 Air bag system diagnosis pinpoint test m 2.1 M 224 Repl Clockspring w/o heated steering wheel GB5Z14A664E 1 269.60 m 1.2 M 225 Repl Control module HB5Z14B321A 1 619.15 m 0.3 M 226 Repl RT Ft impact sensor FR3Z14B004A 1 64.40 m 0.3 M 227 Repl LT Ft impact sensor FR3Z14B004A 1 64.40 m 0.3 M 228 Repl RT Seat belt assy DB5Z78611B08AC 1 321.85 0.3 229 Repl LT Seat belt assy DB5Z78611B09AD 1 268.47 0.3 230 Repl RT Height adjuster BB5Z78602B82AA 1 64.52 0.2 231 Repl LT Height adjuster BB5Z78602B82AA 1 64.52 0.2 232 Repl RT Tensioner FB5Z78610E44A 1 136.48 0.3 233 Repl LT Tensioner FB5Z78610E45A 1 136.48 0.3 234 Repl RT Buckle end w/POLICE INTERCEPTOR DG1Z5461202BG 1 275.78 0.2 235 Repl LT Buckle end w/POLICE INTERCEPTOR EB5Z7861203AB 1 170.95 0.2 236 FRONT DOOR 237 Repl RT Door shell JB5Z7820124B 1 1,842.17 5.5 3.4 238 Overlap Major Adj. Panel -0.4 239 * Add for Clear Coat 0.6 240 * Rpr LT Outer panel 3.0 2.4 241 Overlap Major Adj. Panel -0.4 242 * Add for Clear Coat 0.4 243 Repl LT W'strip on body BB5Z7820708B 1 169.48 0.3 244 Repl RT Door w'strip BB5Z7820530A 1 212.70 Incl. 245 Repl LT Door w'strip BB5Z7820531A 1 212.70 0.4 246 Repl RT W'strip on body BB5Z7820708B 1 169.48 0.3 247 R&I RT Belt w'strip Incl. 248 R&I LT Belt w'strip 0.3 249 * R&I RT Lower molding carbon black 0.4 250 * R&I LT Lower molding carbon black 0.4 251 Repl RT Black out tape BB5Z7827742A 1 35.07 0.3 252 Repl LT Black out tape BB5Z7827743A 1 44.30 0.3 253 R&I RT Applique w/o keyless entry pad Incl. 254 R&I LT Applique w/o keyless entry pad 0.3 255 R&I RT Mirror outside power, w/o power fold w/o lamps Incl. 256 R&I LT Mirror outside power, w/o power fold w/o lamps 0.3 7/25/2025 11:54:12 AM 430040 Page 7 Estimate of Record Owner: Of Clearwater, City Job Number: 2018 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.7L Gasoline Sequential MPI White 257 R&I RT Door glass FORD POLICE INTERCEPTOR Incl. 258 R&I LT Door glass FORD POLICE INTERCEPTOR 0.5 259 R&I RT Run channel Incl. 260 R&I LT Run channel 0.3 261 R&I RT Handle, outside black Incl. 262 R&I LT Handle, outside black 0.4 263 VEHICLE DIAGNOSTICS 264 * Rpr Pre-repair scan m 1.0 M 265 * Rpr Post-repair scan m 1.0 M 266 # Subl Hazardous waste removal 1 3.50 X 267 # Repl Cover Car 1 5.00 T 0.3 268 # Color tint / color match 1 0.5 269 # Rpr Color sand and buff 2.0 270 # Repl Corrosion protection primer 1 10.00 T 271 # Repl Flex additive 1 8.00 T 272 # Rpr Setup & measure 2.0 F 273 ** Repl A/M Coolant 1 50.00 T 274 # Rpr Unibody structural repair 4.0 F 275 # Rpr Damage from unibody clamps 2.0 1.0 276 ** Repl A/M Power steering fluid 1 25.00 T 277 ** Repl A/M Transmission fluid 1 89.95 T 278 ** Repl A/M Windshield washer fluid 1 25.00 T 279 # Rpr Safety Check 1.0 M 280 # Repl Urethane kit 1 50.00 281 # Rpr Send To Dealer To Diag SRS system 2.0 M 282 # Covid Cleaning Pre & Post 1 1.0 283 # Rpr Reset Electronics 1.0 284 # Rpr Zero Point Caliberation 2.0 M 285 # Rpr Calibrate Radar & Cruise 2.0 M 286 # Rpr Test & Calibrate GPS Antenna In Mirror 1.0 287 # Rpr Clear Codes 1.0 288 # Rpr Recalibrate Auto Integrated Circuit 2.5 289 # Prep Unprimed Bumper 1 1.0 290 # Recalibrate Camera System After Alignment 1 450.00 291 # Calibrate Steering Angle Sensor 1 2.0 M 292 # Clean Vehicle of excessive dirt before applying car cover 1 1.0 293 # D & R Battery 1 0.5 M 294 # Deliver Vehicle to dealer for electronics & return 1 2.0 295 # D & R Air Bags 1 1.0 M 7/25/2025 11:54:12 AM 430040 Page 8 Estimate of Record Owner: Of Clearwater, City Job Number: 2018 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.7L Gasoline Sequential MPI White 296 # Recalibrate Blind Spot Sensors 1 2.0 E SUBTOTALS 31,877.59 163.5 35.9 ESTIMATE TOTALS Category Basis Rate Cost $ Parts 31,661.14 Body Labor 130.7 hrs @ $ 65.00 /hr 8,495.50 Paint Labor 35.9 hrs @ $ 65.00 /hr 2,333.50 Mechanical Labor 24.8 hrs @ $ 269.95 /hr 6,694.76 Frame Labor 6.0 hrs @ $ 65.00 /hr 390.00 Electrical Labor 2.0 hrs @ $ 269.95 /hr 539.90 Paint Supplies 35.9 hrs @ $ 45.00 /hr 1,615.50 Miscellaneous 216.45 Subtotal 51,946.75 Sales Tax Tier 1 $ 5,000.01 @ 7.0000 % 350.00 Sales Tax Tier 2 $ 46,943.24 @ 6.0000 % 2,816.59 Total Cost of Repairs 55,113.34 Deductible 0.00 Total Adjustments 0.00 Net Cost of Repairs 55,113.34 ANY PERSON WHO KNOWINGLY AND WITH INTENT TO INJURE, DEFRAUD, OR DECEIVE ANY INSURER FILES A STATEMENT OF CLAIM OR AN APPLICATION CONTAINING ANY FALSE, INCOMPLETE, OR MISLEADING INFORMATION IS GUILTY OF A FELONY OF THE THIRD DEGREE(FLORIDA STATUTES TITLE XLVI, CHAPTER 817.234). FAILURE TO USE THE INSURANCE PROCEEDS IN ACCORDANCE WITH THE SECURITY AGREEMENT,IF ANY, COULD BE A VIOLATION OF S. 812.014, FLORIDA STATUTES. IF YOU HAVE ANY QUESTIONS, CONTACT YOUR LENDING INSTITUTION. IF A CHARGE FOR SHOP SUPPLIES OR HAZARDOUS OR OTHER WASTE REMOVAL IS INCLUDED ON THIS ESTIMATE, PLEASE NOTE THE FOLLOWING: "THIS CHARGE REPRESENTS COSTS AND PROFITS TO THE MOTOR VEHICLE REPAIR FACILITY FOR MISCELLANEOUS SHOP SUPPLIES OR WASTE DISPOSAL." IF A CHARGE FOR NEW TIRES OR A NEW OR REMANUFACTURED LEAD-ACID BATTERY IS INCLUDED ON THIS ESTIMATE, PLEASE NOTE THE FOLLOWING: A $1.00 FEE FOR EACH NEW MOTOR VEHICLE TIRE SOLD AT RETAIL IS IMPOSED ON ANY PERSON ENGAGING IN THE BUSINESS OF MAKING RETAIL SALES OF NEW MOTOR VEHICLE TIRES WITHIN THE STATE OF FLORIDA. FLORIDA STATUTES TITLE XXIX CHAPTER 403.718. A $1.50 FEE FOR EACH NEW OR REMANUFACTURED LEAD-ACID BATTERY SOLD AT RETAIL IS IMPOSED ON ANY PERSON ENGAGING IN THE BUSINESS OF MAKING RETAIL SALES OF NEW OR REMANUFACTURED LEAD-ACID BATTERIES WITHIN THE STATE OF FLORIDA. FLORIDA STATUTES TITLE XXIX 403.7185. THIS ESTIMATE HAS BEEN PREPARED BASED ON THE USE OF CRASH PARTS SUPPLIED BY A SOURCE OTHER THAN THE MANUFACTURER OF YOUR MOTOR VEHICLE. THE AFTERMARKET CRASH PARTS USED IN THE PREPARATION OF THIS ESTIMATE ARE WARRANTED BY THE MANUFACTURER OR DISTRIBUTOR OF SUCH PARTS RATHER THAN THE MANUFACTURER OF YOUR VEHICLE. 7/25/2025 11:54:12 AM 430040 Page 9 Estimate of Record Owner: Of Clearwater, City Job Number: 2018 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.7L Gasoline Sequential MPI White Estimate based on MOTOR CRASH ESTIMATING GUIDE and potentially other third party sources of data. Unless otherwise noted, (a) all items are derived from the Guide DR2MF16, CCC Data Date 07/17/2025, and potentially other third party sources of data; and (b) the parts presented are OEM-parts. OEM parts are manufactured by or for the vehicle's Original Equipment Manufacturer (OEM) according to OEM's specifications for U.S. distribution. OEM parts are available at OE/Vehicle dealerships or the specified supplier. OPT OEM (Optional OEM) or ALT OEM (Alternative OEM) parts are OEM parts that may be provided by or through alternate sources other than the OEM vehicle dealerships with discounted pricing. Asterisk (*) or Double Asterisk (**) indicates that the parts and/or labor data provided by third party sources of data may have been modified or may have come from an alternate data source. Tilde sign (~) items indicate MOTOR Not-Included Labor operations. The symbol (<>) indicates the refinish operation WILL NOT be performed as a separate procedure from the other panels in the estimate. Non-Original Equipment Manufacturer aftermarket parts are described as Non OEM, A/M or NAGS. Used parts are described as LKQ, RCY, or USED. Reconditioned parts are described as Recond. Recored parts are described as Recore. NAGS Part Numbers and Benchmark Prices are provided by National Auto Glass Specifications. Labor operation times listed on the line with the NAGS information are MOTOR suggested labor operation times. NAGS labor operation times are not included. Pound sign (#) items indicate manual entries. Some 2024 vehicles contain minor changes from the previous year. For those vehicles, prior to receiving updated data from the vehicle manufacturer, labor and parts data from the previous year may be used. The CCC ONE estimator has a list of applicable vehicles. Parts numbers and prices should be confirmed with the local dealership. The following is a list of additional abbreviations or symbols that may be used to describe work to be done or parts to be repaired or replaced: SYMBOLS FOLLOWING PART PRICE: m=MOTOR Mechanical component. s=MOTOR Structural component. T=Miscellaneous Taxed charge category. X=Miscellaneous Non-Taxed charge category. SYMBOLS FOLLOWING LABOR: D=Diagnostic labor category. E=Electrical labor category. F=Frame labor category. G=Glass labor category. M=Mechanical labor category. S=Structural labor category. (numbers) 1 through 4=User Defined Labor Categories. OTHER SYMBOLS AND ABBREVIATIONS: Adj.=Adjacent. Algn.=Align. ALU=Aluminum. A/M=Aftermarket part. Blnd=Blend. BOR=Boron steel. CAPA=Certified Automotive Parts Association. CFC=Carbon Fiber. D&R=Disconnect and Reconnect. HSS=High Strength Steel. HYD=Hydroformed Steel. Incl.=Included. LKQ=Like Kind and Quality. LT=Left. MAG=Magnesium. Non-Adj.=Non Adjacent. NSF=NSF International Certified Part. O/H=Overhaul. Qty=Quantity. Refn=Refinish. Repl=Replace. R&I=Remove and Install. R&R=Remove and Replace. Rpr=Repair. RT=Right. SAS=Sandwiched Steel. Sect=Section. STS=Stainless Steel. Subl=Sublet. UHS=Ultra High Strength Steel. N=Note(s) associated with the estimate line. CCC ONE Estimating - A product of CCC Intelligent Solutions Inc. The following is a list of abbreviations that may be used in CCC ONE Estimating that are not part of the MOTOR CRASH ESTIMATING GUIDE: BAR=Bureau of Automotive Repair. EPA=Environmental Protection Agency. NHTSA= National Highway Transportation and Safety Administration. PDR=Paintless Dent Repair. VIN=Vehicle Identification Number. 7/25/2025 11:54:12 AM 430040 Page 10 Assignment Info File # : 3702313 Claim # : G4542 Date : 07/25/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: RIGHT_FENDER File Name / Description: LEFT_FRONT_CORNER Assignment Info File # : 3702313 Claim # : G4542 Date : 07/25/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: RIGHT_APRON File Name / Description: INTERIOR Assignment Info File # : 3702313 Claim # : G4542 Date : 07/25/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: LEFT_REAR_CORNER File Name / Description: TAG Assignment Info File # : 3702313 Claim # : G4542 Date : 07/25/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: DASH File Name / Description: FRONT_REBAR_AND_RAIL Assignment Info File # : 3702313 Claim # : G4542 Date : 07/25/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: RIGHT_FRONT_DOOR File Name / Description: RIGHT_REAR_CORNER Assignment Info File # : 3702313 Claim # : G4542 Date : 07/25/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: HOOD_AND_GRILL File Name / Description: FRONT Assignment Info File # : 3702313 Claim # : G4542 Date : 07/25/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: VIN File Name / Description: TRIM_PANEL Assignment Info File # : 3702313 Claim # : G4542 Date : 07/25/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: HOOD File Name / Description: RIGHT_FRONT_CORNER Assignment Info File # : 3702313 Claim # : G4542 Date : 07/25/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: LEFT_FNEDER File Name / Description: RIGHT_RAIL Assignment Info File # : 3702313 Claim # : G4542 Date : 07/25/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: WINDSHIELD Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com APPRAISAL SUMMARY - FILE # 3620194 COMPANY INSPECTION Company: Fleet Salvage Systems Recommendation: Total_loss Adjuster: Michael Towers Date Contacted: April 30, 2025 Date Inspected: April 30, 2025 Appraiser: Thomas Carter CLAIM INFO VEHICLE OWNER Claim Number: G4821 Name: City of Clearwater Policy Number: Address: 600 Cleveland St Deductible: .0 Mobile Phone: (727) 444-8024 Insured Name: Home Phone: Date of Loss: January 1, 2025 Email: Loss Type: Claim For: VEHICLE LOCATION REPAIR SHOP Location: Repair Shop Name: Crash Champions Location Name: Crash Champions Address: 2084 Range Rd Address 2084 Range Rd City, State, Zip:Clearwater FL 33765 City, ST, Zip:Clearwater FL 33765 Phone: (727) 446-4051 Phone (727) 446-4051 Email: Fax: TIN: VEHICLE INFO TIRE INFORMATION Year: 2019 Tread Depth Make: Chevrolet Left Front: Model: Tahoe Right Front: VIN: 1GNLCDE8KR357995 Left Rear: License Plate: Right Rear: Color: Size: Mileage: Driveable: TOWING & SALVAGE TOTAL LOSS Towing Charges: $ 0.00 Lien Fee: $ 0.00 Admin Fee: $ 0.00 Other Charges: $ 0.00 Storage Fee (per day): $ 0.00 Storage Since: Total Loss: Yes Driveable: Total Loss Valuation: $15,750.00 Request #: Valuation Amount / TL %: $0.00 / NADA Value / TL %: $0.00 / ESTIMATE SUPPLEMENTS Appraisal Amount: $ 0.00 Supplement #1: 0.00 UPD Amount: $ 0.00 Supplement #2: 0.00 Betterment Amount: $ 0.00 Supplement #3: 0.00 Deductible: $ .0 Supplement #4: 0.00 Claim Leader LLC, All Rights Reserved. www.claimleader.com Net Total: $ 0.00 Supplement #5: 0.00 Agreed Price: Agreed By: Days to Repair: Estimate Released: No SUMMARY COMMENTS As per your request we inspected this vehicle at the body shop. During the inspection we found collision damage to the complete front, and air bags. This vehicle is a total loss and is not occurring storage at this time. Claim Leader LLC, All Rights Reserved. www.claimleader.comClaim Leader LLC, All Rights Reserved. www.claimleader.com Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com Image not found or type unknown Salvage Bids File # 3620194 Year: 2019 Make: Chevrolet Model: Tahoe VIN #: 1GNLCDE8KR357995 License plate #: Color: Salvage Bids #Name Contact Phone Amount($) 1 Fleet Salvage Briana (407-834-3400 $1,325.25 2 Budget auto parts bill (407) 656-4707 $1,000.00 3 Greenstar auto parts sam (407) 531-7827 $1,100.00 Tom Carter Appraisal Workfile ID:f8c8816d 11115 Monarch St Spring Hill, FL 34609 Phone: (352) 606-2272 Estimate of Record Owner: Clearwater, City of Job Number: Written By: Thomas Carter Insured: Clearwater, City of Policy #:Claim #: G4821 Type of Loss: Collision Date of Loss: 1/1/2025 12:00 AM Days to Repair: 0 Point of Impact: Owner:Inspection Location:Repair Facility: Clearwater, City of Crash Champions Crash Champions 2084 Range Rd 2084 Range Rd Clearwater, FL 33765 Clearwater, FL 33765 Repair Facility VEHICLE 2019 CHEV Tahoe Commercial (Fleet) 4D UTV 8-5.3L Flex Fuel Direct Injection White VIN: 1GNLCDEC8KR357995 Production Date:Interior Color: License:Odometer:79,176 Exterior Color: White State:Condition: TRANSMISSION CONVENIENCE AM Radio Hands Free Device Automatic Transmission Air Conditioning FM Radio Positraction Overdrive Intermittent Wipers Stereo SEATS POWER Tilt Wheel Search/Seek Cloth Seats Power Steering Cruise Control CD Player Reclining/Lounge Seats Power Brakes Rear Defogger Auxiliary Audio Connection 3rd Row Seat Power Windows Keyless Entry SAFETY WHEELS Power Locks Alarm Drivers Side Air Bag Styled Steel Wheels Power Mirrors Message Center Passenger Air Bag PAINT Heated Mirrors Steering Wheel Touch Controls Anti-Lock Brakes (4)Clear Coat Paint Power Driver Seat Rear Window Wiper 4 Wheel Disc Brakes TRUCK Power Passenger Seat Climate Control Traction Control Trailer Hitch DECOR Dual Air Condition Stability Control Trailering Package Dual Mirrors Backup Camera Front Side Impact Air Bags Running Boards/Side Steps Privacy Glass Parking Sensors Head/Curtain Air Bags Console/Storage RADIO Communications System 4/30/2025 1:36:14 PM 430040 Page 1 Estimate of Record Owner: Clearwater, City of Job Number: 2019 CHEV Tahoe Commercial (Fleet) 4D UTV 8-5.3L Flex Fuel Direct Injection White Line Oper Description Part Number Qty Extended Price $ Labor Paint 1 FRONT BUMPER 2 Repl Bumper cover bolt 11609489 1 6.11 3 Repl Bumper cover bracket 22936479 1 24.42 4 Repl RT Bumper cover brace 22829664 1 26.82 5 Repl LT Bumper cover brace 22829663 1 26.82 6 Repl RT Bumper cover guide 22806323 1 30.88 0.1 7 Repl LT Bumper cover guide 22806322 1 30.88 0.1 8 O/H front bumper 2.5 9 Repl RT Filler panel 23258843 1 79.90 Incl. 10 Repl LT Filler panel 23258842 1 83.13 Incl. 11 Repl RT Filler panel nut 11515638 1 7.12 12 Repl LT Filler panel nut 11515638 1 7.12 13 Repl RT Filler panel bolt 11609489 1 6.11 14 Repl LT Filler panel bolt 11609489 1 6.11 15 Repl Lower molding 22992271 1 115.38 Incl. 16 Repl Lower molding retainer 11562364 1 8.93 17 Repl Skid plate 22992270 1 768.37 Incl. 18 Repl Skid plate bolt 11609489 1 6.11 19 Repl License bracket 23236459 1 44.23 0.2 20 Repl Impact bar 23195058 1 575.98 0.3 21 Repl Impact bar bolt 11589164 1 7.51 22 Repl Bumper cover 84408070 1 870.78 Incl.2.8 23 Add for Clear Coat 1.1 24 GRILLE 25 Repl Grille assy standard w/gold emblem 84724083 1 806.97 Incl. 26 FRONT LAMPS 27 Repl RT Headlamp assy w/o HID lamps w/o RST pkg 87842735 1 1,323.72 Incl. 28 Aim headlamps 0.5 29 Repl LT Headlamp assy w/o HID lamps w/o RST pkg 87842734 1 1,323.72 Incl. 30 RADIATOR SUPPORT 31 Repl Radiator support cushion 22825456 1 114.14 32 Repl Radiator support stopper 22806716 1 4.35 33 Repl Mount panel 23266739 1 737.43 Incl. 34 Add for shutter m 0.3 M 35 Repl Sight shield 84295007 1 99.52 0.2 36 Repl Sight shield retainer 11589293 1 7.23 37 Repl Temp sensor 13583411 1 15.76 38 Repl Shutter 84378163 1 324.75 0.7 39 Repl Shutter bolt 11569919 1 7.45 40 Repl Shutter U-nut 11517841 1 7.40 4/30/2025 1:36:14 PM 430040 Page 2 Estimate of Record Owner: Clearwater, City of Job Number: 2019 CHEV Tahoe Commercial (Fleet) 4D UTV 8-5.3L Flex Fuel Direct Injection White 41 Repl Radiator support 85545442 1 559.80 7.4 42 Evacuate & recharge m 1.4 M 43 COOLING 44 Repl Radiator 6-speed trans w/o max trailer pkg 84186718 1 579.16 m Incl. M 45 Repl Baffle upper 23141866 1 73.02 0.1 46 Repl RT Baffle side 23435605 1 62.33 0.1 47 Repl LT Baffle side 23435604 1 62.33 0.1 48 Repl Baffle lower 23180712 1 46.75 0.1 49 Repl Seal 84241506 1 186.92 50 Repl Upper hose 84919468 1 37.96 m 0.7 M 51 Deduct for Overlap -0.5 M 52 Repl Upper hose clamp 90572597 1 14.61 53 Repl Lower hose 84919469 1 192.27 m 0.6 M 54 Deduct for Overlap -0.3 M 55 Repl Reservoir tank 84368362 1 93.58 Incl. 56 Repl Reservoir cap 13502354 1 13.45 57 Repl Inlet hose 84919470 1 110.58 58 Repl Outlet hose 84919463 1 60.01 59 Repl Fan shroud 6-speed trans 23123635 1 163.95 m Incl.M 60 Repl Fan shroud bolt outer 11609982 1 11.32 61 Repl Fan shroud bolt inner 11611497 1 20.62 62 Repl RT Fan motor 85565557 1 657.21 m 0.2 M 63 Repl LT Fan motor 85565556 1 584.54 m 0.2 M 64 AIR CONDITIONER & HEATER 65 Repl Condenser assy Delphi 84802253 1 208.37 m Incl. M 66 AC Service refrigerant recovery m 0.4 M 67 HOOD 68 Repl Insulator 84110491 1 136.76 Incl. 69 Repl RT Hinge assy 22914277 1 132.53 Incl. 0.3 70 Add for Clear Coat 0.1 71 Repl LT Hinge assy 22914276 1 132.53 Incl. 0.3 72 Add for Clear Coat 0.1 73 Repl Bumper front inner 23494834 1 7.82 74 Repl Bumper front outer 22951585 1 10.07 75 Repl Bumper side 22756674 1 7.61 76 Repl Latch assy 85574828 1 85.00 Incl. 77 Repl Release cable 84279471 1 72.17 0.9 78 Repl Release cable clip 10150076 1 7.38 79 Repl RT Assist spring 23258270 1 36.90 80 Repl LT Assist spring 23258269 1 36.90 81 Repl Hood (ALU)84348410 1 1,602.65 1.1 3.3 82 Add for Clear Coat 1.3 83 Add for Underside(Complete)1.6 84 Add for Clear Coat 0.3 4/30/2025 1:36:14 PM 430040 Page 3 Estimate of Record Owner: Clearwater, City of Job Number: 2019 CHEV Tahoe Commercial (Fleet) 4D UTV 8-5.3L Flex Fuel Direct Injection White 85 FENDER 86 Repl LT Fender Tahoe 84602083 1 1,315.00 3.6 2.2 87 Overlap Major Adj. Panel -0.4 88 Add for Clear Coat 0.4 89 Add for dual battery 0.3 90 Add for Edging 0.5 91 Add for Clear Coat 0.1 92 Add for Inside 1.0 93 Add for Clear Coat 0.2 94 Repl RT Fender upper bracket 23488050 1 58.87 0.1 95 Repl LT Fender upper bracket 23488049 1 58.87 0.1 96 Repl RT Fender lower bracket 22992039 1 61.50 97 Repl LT Fender lower bracket 22992039 1 61.50 98 Repl RT Fender reinforcement 22814873 1 15.55 0.1 99 Repl LT Fender reinforcement 22814873 1 15.55 0.1 100 Repl RT Fender brace 23115310 1 42.72 101 Repl LT Fender brace 22805755 1 38.30 102 Repl Fender insulation 23431218 1 18.66 103 Repl RT Fender protector 23463925 1 32.95 Incl. 104 Repl LT Fender protector 23463924 1 32.95 Incl. 105 Repl RT Rear insulator 84342551 1 50.65 0.1 106 Repl LT Rear insulator 84342552 1 24.30 0.1 107 Repl RT Fender liner Tahoe w/o Z71 pkg 22806317 1 136.85 Incl. 108 Repl LT Fender liner Tahoe w/o Z71 pkg 22806316 1 136.85 Incl. 109 Repl RT Fender liner Tahoe w/Z71 pkg 22969208 1 125.48 Incl. 110 Repl LT Fender liner Tahoe w/Z71 pkg 22969207 1 127.63 Incl. 111 Repl RT Fender liner retainer 1605396 1 9.10 112 Repl LT Fender liner retainer 1605396 1 9.10 113 Repl RT Fender liner nut 11609952 1 7.38 114 Repl LT Fender liner nut 11609952 1 7.38 115 Repl RT Fender liner bolt torx head 11570637 1 7.38 116 Repl LT Fender liner bolt torx head 11570637 1 7.38 117 Repl RT Fender liner bolt hex head, 4.2 mm 11609489 1 6.11 118 Repl LT Fender liner bolt hex head, 4.2 mm 11609489 1 6.11 119 Repl RT Fender liner bolt hex head, 6 mm 11609982 1 11.32 120 Repl LT Fender liner bolt hex head, 6 mm 11609982 1 11.32 121 Repl RT Fender Tahoe 84602084 1 1,315.00 3.4 2.2 122 Overlap Major Adj. Panel -0.4 123 Add for Clear Coat 0.4 124 Add for Edging 0.5 4/30/2025 1:36:14 PM 430040 Page 4 Estimate of Record Owner: Clearwater, City of Job Number: 2019 CHEV Tahoe Commercial (Fleet) 4D UTV 8-5.3L Flex Fuel Direct Injection White 125 Add for Clear Coat 0.1 126 Add for Inside 1.0 127 Add for Clear Coat 0.2 128 RESTRAINT SYSTEMS 129 Repl Driver air bag Tahoe black 84057084 1 944.42 m Incl. M 130 Air bag system diagnosis m 0.5 M 131 Repl Psngr air bag Tahoe & Yukon 84637845 1 965.59 m 0.6 M 132 Repl Clockspring w/o strng whl heat 23381963 1 183.25 m 1.0 M 133 Repl Air bag switch NOT LISTED 1 134 Repl Diagnostic unit all 13524237 1 406.04 m 0.4 M 135 Repl Occupant sensor w/o leather 84381564 1 883.67 136 Repl RT Ft impact sensor 13519421 1 233.34 m 0.3 M 137 Repl LT Ft impact sensor 13519421 1 233.34 m 0.3 M 138 Repl RT Adjuster 13519683 1 71.13 139 Repl LT Adjuster 13519683 1 71.13 140 Repl LT Tensioner cover black 84324904 1 7.02 141 Repl RT Tensioner cover black 84324904 1 7.02 142 Repl LT Tensioner black 19356262 1 145.60 m 0.5 M 143 Repl RT Tensioner black 19356268 1 192.02 m 0.5 M 144 Repl Center belt assy dune 84599979 1 18.27 0.3 145 Repl Center belt assy black 84599976 1 122.04 0.3 146 Repl LT Outer buckle black 84531738 1 185.12 0.3 147 Repl RT Outer buckle black 84531738 1 185.12 0.3 148 Repl LT Outer belt assy w/o auto tightening black 84494008 1 185.12 m 0.4 M 149 Repl RT Outer belt assy w/o auto tightening black 84494053 1 237.93 m 0.4 M 150 # Subl Hazardous waste removal 1 3.50 X 151 # Repl Cover Car 1 5.00 T 0.3 152 # Color tint / color match 1 0.5 153 # Rpr Color sand and buff 2.0 154 # Repl Corrosion protection primer 1 10.00 T 155 # Repl Flex additive 1 8.00 T 156 # Rpr Setup & measure 2.0 F 157 # Rpr Unibody structural repair F 158 # Rpr Damage from unibody clamps 2.0 1.0 159 # Subl Four wheel alignment 1 229.99 T 160 ** Repl A/M Coolant 1 50.00 T 161 # Repl Refridgerant R-134a 1 10.00 T 162 # Rpr Safety Check 1.0 M 163 # Rpr Send To Dealer To Diag SRS system 2.0 M 164 # Covid Cleaning Pre & Post 1 1.0 165 # Rpr Reset Electronics 1.0 166 # Rpr Zero Point Caliberation 2.0 M 167 # Rpr Calibrate Radar & Cruise 2.0 M 4/30/2025 1:36:14 PM 430040 Page 5 Estimate of Record Owner: Clearwater, City of Job Number: 2019 CHEV Tahoe Commercial (Fleet) 4D UTV 8-5.3L Flex Fuel Direct Injection White 168 # Rpr Test & Calibrate GPS Antenna In Mirror 1.0 169 # Rpr Clear Codes 1.0 170 # Rpr Recalibrate Auto Integrated Circuit 2.5 171 # Prep Unprimed Bumper 1 1.0 172 # Recalibrate Camera System After Alignment 1 450.00 173 # Calibrate Steering Angle Sensor 1 2.0 M 174 # Clean Vehicle of excessive dirt before applying car cover 1 1.0 175 # D & R Battery 1 0.5 M 176 # Deliver Vehicle to dealer for electronics & return 1 2.0 177 # D & R Air Bags 1 1.0 M 178 # Recalibrate Blind Spot Sensors 1 2.0 E SUBTOTALS 23,307.67 57.7 23.7 ESTIMATE TOTALS Category Basis Rate Cost $ Parts 22,991.18 Body Labor 35.3 hrs @ $ 65.00 /hr 2,294.50 Paint Labor 23.7 hrs @ $ 65.00 /hr 1,540.50 Mechanical Labor 18.4 hrs @ $ 269.95 /hr 4,967.08 Frame Labor 2.0 hrs @ $ 65.00 /hr 130.00 Electrical Labor 2.0 hrs @ $ 269.95 /hr 539.90 Paint Supplies 23.7 hrs @ $ 45.00 /hr 1,066.50 Miscellaneous 316.49 Subtotal 33,846.15 Sales Tax Tier 1 $ 5,000.01 @ 7.0000 % 350.00 Sales Tax Tier 2 $ 28,842.64 @ 6.0000 % 1,730.56 Total Cost of Repairs 35,926.71 Deductible 0.00 Total Adjustments 0.00 Net Cost of Repairs 35,926.71 MyPriceLink Estimate ID / Quote ID: 1346896686852612096 / 144923550 4/30/2025 1:36:14 PM 430040 Page 6 Estimate of Record Owner: Clearwater, City of Job Number: 2019 CHEV Tahoe Commercial (Fleet) 4D UTV 8-5.3L Flex Fuel Direct Injection White ANY PERSON WHO KNOWINGLY AND WITH INTENT TO INJURE, DEFRAUD, OR DECEIVE ANY INSURER FILES A STATEMENT OF CLAIM OR AN APPLICATION CONTAINING ANY FALSE, INCOMPLETE, OR MISLEADING INFORMATION IS GUILTY OF A FELONY OF THE THIRD DEGREE(FLORIDA STATUTES TITLE XLVI, CHAPTER 817.234). FAILURE TO USE THE INSURANCE PROCEEDS IN ACCORDANCE WITH THE SECURITY AGREEMENT,IF ANY, COULD BE A VIOLATION OF S. 812.014, FLORIDA STATUTES. IF YOU HAVE ANY QUESTIONS, CONTACT YOUR LENDING INSTITUTION. IF A CHARGE FOR SHOP SUPPLIES OR HAZARDOUS OR OTHER WASTE REMOVAL IS INCLUDED ON THIS ESTIMATE, PLEASE NOTE THE FOLLOWING: "THIS CHARGE REPRESENTS COSTS AND PROFITS TO THE MOTOR VEHICLE REPAIR FACILITY FOR MISCELLANEOUS SHOP SUPPLIES OR WASTE DISPOSAL." IF A CHARGE FOR NEW TIRES OR A NEW OR REMANUFACTURED LEAD-ACID BATTERY IS INCLUDED ON THIS ESTIMATE, PLEASE NOTE THE FOLLOWING: A $1.00 FEE FOR EACH NEW MOTOR VEHICLE TIRE SOLD AT RETAIL IS IMPOSED ON ANY PERSON ENGAGING IN THE BUSINESS OF MAKING RETAIL SALES OF NEW MOTOR VEHICLE TIRES WITHIN THE STATE OF FLORIDA. FLORIDA STATUTES TITLE XXIX CHAPTER 403.718. A $1.50 FEE FOR EACH NEW OR REMANUFACTURED LEAD-ACID BATTERY SOLD AT RETAIL IS IMPOSED ON ANY PERSON ENGAGING IN THE BUSINESS OF MAKING RETAIL SALES OF NEW OR REMANUFACTURED LEAD-ACID BATTERIES WITHIN THE STATE OF FLORIDA. FLORIDA STATUTES TITLE XXIX 403.7185. THIS ESTIMATE HAS BEEN PREPARED BASED ON THE USE OF CRASH PARTS SUPPLIED BY A SOURCE OTHER THAN THE MANUFACTURER OF YOUR MOTOR VEHICLE. THE AFTERMARKET CRASH PARTS USED IN THE PREPARATION OF THIS ESTIMATE ARE WARRANTED BY THE MANUFACTURER OR DISTRIBUTOR OF SUCH PARTS RATHER THAN THE MANUFACTURER OF YOUR VEHICLE. 4/30/2025 1:36:14 PM 430040 Page 7 Estimate of Record Owner: Clearwater, City of Job Number: 2019 CHEV Tahoe Commercial (Fleet) 4D UTV 8-5.3L Flex Fuel Direct Injection White Estimate based on MOTOR CRASH ESTIMATING GUIDE and potentially other third party sources of data. Unless otherwise noted, (a) all items are derived from the Guide DR1GC15, CCC Data Date 04/16/2025, and potentially other third party sources of data; and (b) the parts presented are OEM-parts. OEM parts are manufactured by or for the vehicle's Original Equipment Manufacturer (OEM) according to OEM's specifications for U.S. distribution. OEM parts are available at OE/Vehicle dealerships or the specified supplier. OPT OEM (Optional OEM) or ALT OEM (Alternative OEM) parts are OEM parts that may be provided by or through alternate sources other than the OEM vehicle dealerships with discounted pricing. Asterisk (*) or Double Asterisk (**) indicates that the parts and/or labor data provided by third party sources of data may have been modified or may have come from an alternate data source. Tilde sign (~) items indicate MOTOR Not-Included Labor operations. The symbol (<>) indicates the refinish operation WILL NOT be performed as a separate procedure from the other panels in the estimate. Non-Original Equipment Manufacturer aftermarket parts are described as Non OEM, A/M or NAGS. Used parts are described as LKQ, RCY, or USED. Reconditioned parts are described as Recond. Recored parts are described as Recore. NAGS Part Numbers and Benchmark Prices are provided by National Auto Glass Specifications. Labor operation times listed on the line with the NAGS information are MOTOR suggested labor operation times. NAGS labor operation times are not included. Pound sign (#) items indicate manual entries. Some 2024 vehicles contain minor changes from the previous year. For those vehicles, prior to receiving updated data from the vehicle manufacturer, labor and parts data from the previous year may be used. The CCC ONE estimator has a list of applicable vehicles. Parts numbers and prices should be confirmed with the local dealership. The following is a list of additional abbreviations or symbols that may be used to describe work to be done or parts to be repaired or replaced: SYMBOLS FOLLOWING PART PRICE: m=MOTOR Mechanical component. s=MOTOR Structural component. T=Miscellaneous Taxed charge category. X=Miscellaneous Non-Taxed charge category. SYMBOLS FOLLOWING LABOR: D=Diagnostic labor category. E=Electrical labor category. F=Frame labor category. G=Glass labor category. M=Mechanical labor category. S=Structural labor category. (numbers) 1 through 4=User Defined Labor Categories. OTHER SYMBOLS AND ABBREVIATIONS: Adj.=Adjacent. Algn.=Align. ALU=Aluminum. A/M=Aftermarket part. Blnd=Blend. BOR=Boron steel. CAPA=Certified Automotive Parts Association. CFC=Carbon Fiber. D&R=Disconnect and Reconnect. HSS=High Strength Steel. HYD=Hydroformed Steel. Incl.=Included. LKQ=Like Kind and Quality. LT=Left. MAG=Magnesium. Non-Adj.=Non Adjacent. NSF=NSF International Certified Part. O/H=Overhaul. Qty=Quantity. Refn=Refinish. Repl=Replace. R&I=Remove and Install. R&R=Remove and Replace. Rpr=Repair. RT=Right. SAS=Sandwiched Steel. Sect=Section. STS=Stainless Steel. Subl=Sublet. UHS=Ultra High Strength Steel. N=Note(s) associated with the estimate line. CCC ONE Estimating - A product of CCC Intelligent Solutions Inc. The following is a list of abbreviations that may be used in CCC ONE Estimating that are not part of the MOTOR CRASH ESTIMATING GUIDE: BAR=Bureau of Automotive Repair. EPA=Environmental Protection Agency. NHTSA= National Highway Transportation and Safety Administration. PDR=Paintless Dent Repair. VIN=Vehicle Identification Number. 4/30/2025 1:36:14 PM 430040 Page 8 Assignment Info File # : 3620194 Claim # : G4821 Date : 04/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: TRIM_PANEL File Name / Description: VIN Assignment Info File # : 3620194 Claim # : G4821 Date : 04/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: LEFT_REAR_CORNER File Name / Description: TAG Assignment Info File # : 3620194 Claim # : G4821 Date : 04/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: RIGHT_REAR_CORNER File Name / Description: DRIVERS_AIR_BAG Assignment Info File # : 3620194 Claim # : G4821 Date : 04/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: INTERIOR File Name / Description: DRIVERS_AIR_BAG _1 Assignment Info File # : 3620194 Claim # : G4821 Date : 04/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: AIR_FILTER File Name / Description: BATTERY Assignment Info File # : 3620194 Claim # : G4821 Date : 04/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: LEFT_FENDER File Name / Description: LEFT_FRONT_DOOR Assignment Info File # : 3620194 Claim # : G4821 Date : 04/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: LEFT_FRONT_CORNER File Name / Description: HOOD Assignment Info File # : 3620194 Claim # : G4821 Date : 04/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: FRONT_BUMPER_AND_GRILL File Name / Description: RIGHT_FENDER Assignment Info File # : 3620194 Claim # : G4821 Date : 04/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: RIGHT_FRONT_CORNER Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com APPRAISAL SUMMARY - FILE # 3703547 COMPANY INSPECTION Company: Fleet Salvage Systems Recommendation: Repairable Adjuster: Michael Towers Date Contacted: July 29, 2025 Date Inspected: July 29, 2025 Appraiser: Thomas Carter CLAIM INFO VEHICLE OWNER Claim Number: G4935 Name: City of Clearwater Policy Number: Address: 1900 Grand Ave Deductible: 0.00 Mobile Phone: Insured Name: City of Clearwater Home Phone: Date of Loss: July 26, 2025 Email: Loss Type: Collision Claim For: Insured VEHICLE LOCATION REPAIR SHOP Location: With Owner Name: Location Name: Clearwater, City of Address: Address 1900 Grand Ave City, State, Zip: City, ST, Zip:Clearwater FL 33765 Phone: Phone Email: Fax: TIN: VEHICLE INFO TIRE INFORMATION Year: 2020 Tread Depth Make: Ford Left Front: Model: Police Interceptor Ut...Right Front: VIN: 1FM5K8AB6LGC35489 Left Rear: License Plate: Right Rear: Color: White Size: Mileage: 45838 Driveable: TOWING & SALVAGE TOTAL LOSS Towing Charges: $ 0.00 Lien Fee: $ 0.00 Admin Fee: $ 0.00 Other Charges: $ 0.00 Storage Fee (per day): $ 0.00 Storage Since: Total Loss: Yes Driveable: Total Loss Valuation:$18,750 Request #: Valuation Amount / TL %:100%+ NADA Value / TL %: $0.00 / ESTIMATE SUPPLEMENTS Appraisal Amount: $ 42001.95 Supplement #1: 0.00 UPD Amount: $ 0.00 Supplement #2: 0.00 Betterment Amount: $ 0.00 Supplement #3: 0.00 Deductible: $ 0.00 Supplement #4: 0.00 Claim Leader LLC, All Rights Reserved. www.claimleader.com Net Total: $ 42,001.95 Supplement #5: 0.00 Agreed Price: Agreed By: Days to Repair: Estimate Released: No SUMMARY COMMENTS As per your request we inspected this vehicle at the owners lot. During the inspection we found collision damage to the right rear corner, right side, right front corner and air bags. This vehicle is a total loss. Claim Leader LLC, All Rights Reserved. www.claimleader.comClaim Leader LLC, All Rights Reserved. www.claimleader.com Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com Image not found or type unknown Salvage Bids File # 3703547 Year: 2020 Make: Ford Model: Explorer VIN #: License plate #: Color: Salvage Bids #Name Contact Phone Amount($) 1 Fleet Financial FKA Fleet Salvage Briana (407) 834-3400 $1,150.00 2 Budget Auto Parts Bill (407) 656-4707 $1,000.00 3 Greenstar Auto Parts Sam (407) 531-7827 $1,100.50 Tom Carter Appraisal Workfile ID: 2892bc0f 11115 Monarch St Spring Hill, FL 34609 Phone: (352) 606-2272 Estimate of Record Owner: Clearwater, City of Job Number: Written By: Thomas Carter Insured: Clearwater, City of Policy #:Claim #: G4935 Type of Loss: Collision Date of Loss: Days to Repair: 0 Point of Impact: 01 Right Front Owner:Inspection Location: Repair Facility: Clearwater, City of Clearwater, City of 1900 Grand Ave 1900 Grand Ave Clearwater, FL 33765 Clearwater, FL 33765 Home VEHICLE 2020 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.3L Flex Fuel White VIN: 1FM5K8AB6LGC35489 Production Date: Interior Color: License:Odometer: 45,838 Exterior Color: White State:Condition: Good TRANSMISSION Air Conditioning Search/Seek Bucket Seats Automatic Transmission Intermittent Wipers Auxiliary Audio Connection Reclining/Lounge Seats 4 Wheel Drive Tilt Wheel SAFETY WHEELS POWER Cruise Control Drivers Side Air Bag Styled Steel Wheels Power Steering Rear Defogger Passenger Air Bag PAINT Power Brakes Message Center Anti-Lock Brakes (4) Clear Coat Paint Power Windows Steering Wheel Touch Controls 4 Wheel Disc Brakes OTHER Power Locks Rear Window Wiper Traction Control Rear Spoiler Power Mirrors Telescopic Wheel Stability Control California Emissions Power Driver Seat Climate Control Front Side Impact Air Bags TRUCK DECOR Backup Camera Head/Curtain Air Bags Trailer Hitch Dual Mirrors RADIO Hands Free Device Trailering Package Privacy Glass AM Radio Xenon or L.E.D. Headlamps Overhead Console FM Radio SEATS CONVENIENCE Stereo Cloth Seats 7/30/2025 3:58:56 PM 430040 Page 1 Estimate of Record Owner: Clearwater, City of Job Number: 2020 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.3L Flex Fuel White Line Oper Description Part Number Qty Extended Price $ Labor Paint 1 FRONT BUMPER 2 Repl Add for fog lamps 1 0.4 3 O/H bumper assy 4.5 4 Repl Bumper cover w/o auto park LB5Z17D957SCPTM 1 594.25 Incl. 2.4 5 Add for Clear Coat 1.0 6 Repl Lower cover INTERCEPTOR LB5Z17D957AB 1 293.78 Incl. 7 Repl RT Side trim w/o fog lamps LB5Z15A246AA 1 90.55 Incl. 8 Repl LT Side trim w/o fog lamps LB5Z15A245AA 1 81.15 Incl. 9 Repl Impact bar (ALU) R1MZ17757A 1 626.22 0.6 10 FRONT LAMPS 11 Repl RT Headlamp assy w/o adaptive headlamps level 2 headlamps MB5Z13008AY 1 2,404.60 Incl. 12 Aim headlamps 0.5 13 Repl RT Lamp assy red LB5Z15A101J 1 1,761.82 0.3 14 Repl LT Lamp assy red LB5Z15A101H 1 830.15 0.3 15 HOOD 16 Repl Hood (ALU) LB5Z16612A 1 1,144.80 1.1 3.0 17 Add for Clear Coat 1.2 18 Add for Underside(Complete)1.5 19 Add for Clear Coat 0.3 20 FENDER 21 Repl RT Fender w/o HEV RB5Z16005B 1 404.17 2.7 2.0 22 Overlap Major Adj. Panel -0.4 23 Add for Clear Coat 0.3 24 Add for Edging 0.5 25 Add for Clear Coat 0.1 26 Repl RT Fender liner LB5Z16102D 1 134.43 Incl. 27 Repl RT Wheel flare w/o auto park LB5Z16038AC 1 295.30 0.3 28 R&I LT Wheel flare w/o auto park 0.3 29 WHEELS 30 Repl RT/Front Wheel, steel LB5Z1015B 1 728.20 m 0.3 31 FRONT SUSPENSION 32 O/H frt susp rt m 3.5 33 Repl RT Hub assy LB5Z1104E 1 325.45 m Incl. 34 Repl RT Knuckle w/INTERCEPTOR LB5Z3K185A 1 348.00 m Incl. 35 Repl RT Rr lwr cntl arm w/INTERCEPTOR LB5Z3078B 1 252.00 m Incl. 36 Deduct for Overlap Incl. 37 Repl RT Ft lwr cntl arm w/INTERCEPTOR LB5Z3082B 1 372.30 m Incl. 38 Deduct for Overlap Incl. 39 Repl Stabilizer bar w/INTERCEPTOR LB5Z5482C 1 322.67 m 1.6 40 Repl RT Stabilizer link LB5Z5K484A 1 72.69 m Incl. 7/30/2025 3:58:56 PM 430040 Page 2 Estimate of Record Owner: Clearwater, City of Job Number: 2020 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.3L Flex Fuel White 41 Repl RT Strut w/INTERCEPTOR 3.3 liter GAS LB5Z18124H 1 182.00 m Incl. 42 Deduct for Overlap Incl. 43 Deduct for Overlap Incl. 44 WINDSHIELD 45 Repl Windshield FORD, w/INTERCEPTOR w/o collision mitigation LB5Z7803100K 1 466.02 3.3 46 RESTRAINT SYSTEMS 47 Repl LT Ft seat air bag nut W520101S442 1 4.25 48 Repl RT Ft seat air bag nut W520101S442 1 4.25 49 Repl LT Ft seat air bag MB5Z78611D11C 1 222.75 m 0.7 50 Air bag system diagnosis ck system operation m 0.5 51 Air bag system diagnosis pinpoint test m 2.1 52 Repl RT Ft seat air bag MB5Z78611D10C 1 223.20 m 0.7 53 Repl LT Knee air bag nut W520101S442 1 4.25 54 Repl LT Head air bag nut W702751S442 1 3.25 55 Repl RT Head air bag nut W702751S442 1 3.25 56 Repl LT Head air bag LB5Z78042D95C 1 914.63 m 0.6 57 Repl RT Head air bag LB5Z78042D94C 1 914.63 m 0.6 58 Repl LT Knee air bag LB5Z78045J77AA 1 394.37 m 0.5 59 Repl Driver air bag ST, INTERCEPTOR LB5Z78043B13AC 1 475.33 m Incl. 60 Repl Clockspring w/o heated strng whl GN1Z14A664D 1 255.40 m 1.2 61 Repl Control module LB5Z14B321A 1 476.68 m 0.3 62 Repl LT Ft impact sensor L1TZ14B004A 1 63.20 m 0.3 63 Repl RT Ft impact sensor L1TZ14B004A 1 63.20 m 0.3 64 Repl LT Ft impact sensor bolt W500215S442 1 3.25 65 Repl RT Side impact sens front ML3Z14B345A 1 74.15 m 0.3 66 Repl LT Side impact sens front ML3Z14B345A 1 74.15 m 0.3 67 Repl RT Side impact sens rear L1TZ14B004A 1 63.20 m 0.3 68 Repl LT Side impact sens rear L1TZ14B004A 1 63.20 m 0.3 69 Repl RT Position sensor FL3Z14B416B 1 31.20 m 0.3 70 Repl LT Position sensor FL3Z14B416A 1 32.10 m 0.3 71 Repl RT Ft impact sensor bolt W500215S442 1 3.25 72 Repl RT Lower bracket LB5Z78611C34B 1 23.42 73 Repl LT Lower bracket LB5Z78611C35A 1 15.77 74 Repl RT Buckle end w/INTERCEPTOR LB5Z7861202AA 1 210.92 0.2 75 Repl LT Buckle end w/INTERCEPTOR KS7Z5461203CA 1 152.70 0.2 76 Repl LT Height adjuster LB5Z78602B82A 1 49.43 0.1 77 Repl RT Height adjuster LB5Z78602B82A 1 49.43 0.1 78 Repl LT Seat belt assy ebony LB5Z78611B09AA 1 389.63 m 0.3 79 Repl RT Seat belt assy ebony LB5Z78611B08AA 1 436.15 m 0.3 80 ROOF 81 Repl Headliner ebony LB5Z7851916PL 1 1,548.00 4.7 7/30/2025 3:58:56 PM 430040 Page 3 Estimate of Record Owner: Clearwater, City of Job Number: 2020 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.3L Flex Fuel White 82 PILLARS, ROCKER & FLOOR 83 Repl RT Wndshld plr trim ebony INTERCEPTOR LB5Z7803598AD 1 128.27 Incl. 84 Repl LT Wndshld plr trim ebony INTERCEPTOR LB5Z7803599AD 1 128.27 Incl. 85 Repl RT Upr ctr plr trim ebony LB5Z7824346AF 1 99.53 Incl. 86 Repl LT Upr ctr plr trim ebony LB5Z7824347AF 1 99.53 Incl. 87 Repl RT Lwr ctr plr trim ebony w/INTERCEPTOR LB5Z7824346PA 1 232.77 Incl. 88 Repl LT Lwr ctr plr trim ebony w/INTERCEPTOR LB5Z7824347PA 1 229.62 0.3 89 Repl RT Aperture panel NB5Z78211A10A 1 537.57 20.0 4.0 90 Overlap Major Adj. Panel -0.4 91 Add for Clear Coat 0.7 92 Repl RT Rocker panel NB5Z7810128A 1 488.33 9.0 2.0 93 Overlap Major Adj. Panel -0.4 94 Add for Clear Coat 0.3 95 Repl RT Rocker molding LB5Z7810176AC 1 306.20 0.5 96 FRONT DOOR 97 * Rpr RT Door shell 5.0 2.4 98 Overlap Major Adj. Panel -0.4 99 * Add for Clear Coat 0.4 100 REAR DOOR 101 * Rpr RT Door assy 5.0 2.5 102 Overlap Major Adj. Panel -0.4 103 * Add for Clear Coat 0.4 104 QUARTER PANEL 105 Repl RT Quarter pnl assy NB5Z78278A92A 1 1,356.35 18.5 3.5 106 Overlap Major Adj. Panel -0.4 107 * Add for Clear Coat 0.6 108 Deduct for Overlap -2.0 109 LIFT GATE 110 * Rpr Lift gate 4.0 2.3 111 Overlap Major Adj. Panel -0.4 112 * Add for Clear Coat 0.4 113 Repl Rear molding INTERCEPTOR LB5Z7842512BA 1 755.97 0.3 114 Repl Nameplate "INTERCEPTOR" LB5Z7842528A 1 28.08 0.1 115 REAR LAMPS 116 Repl RT Tail lamp assy level 1, 2 LB5Z13404F 1 794.65 Incl. 117 REAR BUMPER 118 O/H rear bumper 2.2 119 Repl Upper cover LB5Z17810BCPTM 1 356.70 Incl. 2.4 120 Add for Clear Coat 1.0 121 Deduct for Rear Bumper R&I -1.2 122 Repl Lower cover LB5Z17K835EE 1 358.93 Incl. 123 Repl Isolator LB5Z17E855D 1 123.42 0.2 7/30/2025 3:58:56 PM 430040 Page 4 Estimate of Record Owner: Clearwater, City of Job Number: 2020 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.3L Flex Fuel White 124 Repl RT Side support LB5Z17D942C 1 41.17 0.1 125 Repl RT Reflector LB5Z13A565A 1 36.25 Incl. 126 Repl Support LB5Z17E855B 1 149.27 0.2 127 # Subl Hazardous waste removal 1 3.50 X 128 # Repl Cover Car 1 5.00 T 0.3 129 # Color tint / color match 1 0.5 130 # Rpr Color sand and buff 2.0 131 # Repl Corrosion protection primer 1 10.00 T 132 # Repl Flex additive 1 8.00 T 133 # Rpr Setup & measure 2.0 F 134 # Rpr Unibody structural repair 4.0 F 135 # Rpr Damage from unibody clamps 2.0 1.0 136 # Subl Four wheel alignment 1 229.99 T 137 # Subl Tire mount & wheel balance 1 65.00 T 138 # Rpr Safety Check 1.0 M 139 # Repl Urethane kit 1 50.00 140 # Covid Cleaning Pre & Post 1 1.0 141 # Rpr Send To Dealer To Diag SRS system 2.0 M 142 # Rpr Clear Codes 1.0 143 # Prep Unprimed Bumper 1 1.0 144 # Rpr Recalibrate Auto Integrated Circuit 2.5 145 # Calibrate Steering Angle Sensor 1 2.0 M 146 # Recalibrate Camera System After Alignment 1 450.00 147 # Clean Vehicle of excessive dirt before applying car cover 1 1.0 148 # D & R Battery 1 0.5 M 149 # Clean & Prep Area From Old Adhesives 1 2.0 150 # Remove Decals/stickers/labels 1 4.0 151 # Decals 1 1,250.00 SUBTOTALS 27,295.51 122.7 36.9 7/30/2025 3:58:56 PM 430040 Page 5 Estimate of Record Owner: Clearwater, City of Job Number: 2020 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.3L Flex Fuel White ESTIMATE TOTALS Category Basis Rate Cost $ Parts 26,974.02 Body Labor 111.2 hrs @ $ 65.00 /hr 7,228.00 Paint Labor 36.9 hrs @ $ 65.00 /hr 2,398.50 Mechanical Labor 5.5 hrs @ $ 110.00 /hr 605.00 Frame Labor 6.0 hrs @ $ 65.00 /hr 390.00 Paint Supplies 36.9 hrs @ $ 45.00 /hr 1,660.50 Miscellaneous 321.49 Subtotal 39,577.51 Sales Tax Tier 1 $ 5,000.01 @ 7.0000 % 350.00 Sales Tax Tier 2 $ 34,574.00 @ 6.0000 % 2,074.44 Total Cost of Repairs 42,001.95 Deductible 0.00 Total Adjustments 0.00 Net Cost of Repairs 42,001.95 ANY PERSON WHO KNOWINGLY AND WITH INTENT TO INJURE, DEFRAUD, OR DECEIVE ANY INSURER FILES A STATEMENT OF CLAIM OR AN APPLICATION CONTAINING ANY FALSE, INCOMPLETE, OR MISLEADING INFORMATION IS GUILTY OF A FELONY OF THE THIRD DEGREE(FLORIDA STATUTES TITLE XLVI, CHAPTER 817.234). FAILURE TO USE THE INSURANCE PROCEEDS IN ACCORDANCE WITH THE SECURITY AGREEMENT,IF ANY, COULD BE A VIOLATION OF S. 812.014, FLORIDA STATUTES. IF YOU HAVE ANY QUESTIONS, CONTACT YOUR LENDING INSTITUTION. IF A CHARGE FOR SHOP SUPPLIES OR HAZARDOUS OR OTHER WASTE REMOVAL IS INCLUDED ON THIS ESTIMATE, PLEASE NOTE THE FOLLOWING: "THIS CHARGE REPRESENTS COSTS AND PROFITS TO THE MOTOR VEHICLE REPAIR FACILITY FOR MISCELLANEOUS SHOP SUPPLIES OR WASTE DISPOSAL." IF A CHARGE FOR NEW TIRES OR A NEW OR REMANUFACTURED LEAD-ACID BATTERY IS INCLUDED ON THIS ESTIMATE, PLEASE NOTE THE FOLLOWING: A $1.00 FEE FOR EACH NEW MOTOR VEHICLE TIRE SOLD AT RETAIL IS IMPOSED ON ANY PERSON ENGAGING IN THE BUSINESS OF MAKING RETAIL SALES OF NEW MOTOR VEHICLE TIRES WITHIN THE STATE OF FLORIDA. FLORIDA STATUTES TITLE XXIX CHAPTER 403.718. A $1.50 FEE FOR EACH NEW OR REMANUFACTURED LEAD-ACID BATTERY SOLD AT RETAIL IS IMPOSED ON ANY PERSON ENGAGING IN THE BUSINESS OF MAKING RETAIL SALES OF NEW OR REMANUFACTURED LEAD-ACID BATTERIES WITHIN THE STATE OF FLORIDA. FLORIDA STATUTES TITLE XXIX 403.7185. 7/30/2025 3:58:56 PM 430040 Page 6 Estimate of Record Owner: Clearwater, City of Job Number: 2020 FORD Police Interceptor Utility Vehicle AWD (Fleet) 4D UTV 6-3.3L Flex Fuel White Estimate based on MOTOR CRASH ESTIMATING GUIDE and potentially other third party sources of data. Unless otherwise noted, (a) all items are derived from the Guide DR2MF20, CCC Data Date 07/17/2025, and potentially other third party sources of data; and (b) the parts presented are OEM-parts. OEM parts are manufactured by or for the vehicle's Original Equipment Manufacturer (OEM) according to OEM's specifications for U.S. distribution. OEM parts are available at OE/Vehicle dealerships or the specified supplier. OPT OEM (Optional OEM) or ALT OEM (Alternative OEM) parts are OEM parts that may be provided by or through alternate sources other than the OEM vehicle dealerships with discounted pricing. Asterisk (*) or Double Asterisk (**) indicates that the parts and/or labor data provided by third party sources of data may have been modified or may have come from an alternate data source. Tilde sign (~) items indicate MOTOR Not-Included Labor operations. The symbol (<>) indicates the refinish operation WILL NOT be performed as a separate procedure from the other panels in the estimate. Non-Original Equipment Manufacturer aftermarket parts are described as Non OEM, A/M or NAGS. Used parts are described as LKQ, RCY, or USED. Reconditioned parts are described as Recond. Recored parts are described as Recore. NAGS Part Numbers and Benchmark Prices are provided by National Auto Glass Specifications. Labor operation times listed on the line with the NAGS information are MOTOR suggested labor operation times. NAGS labor operation times are not included. Pound sign (#) items indicate manual entries. Some 2024 vehicles contain minor changes from the previous year. For those vehicles, prior to receiving updated data from the vehicle manufacturer, labor and parts data from the previous year may be used. The CCC ONE estimator has a list of applicable vehicles. Parts numbers and prices should be confirmed with the local dealership. The following is a list of additional abbreviations or symbols that may be used to describe work to be done or parts to be repaired or replaced: SYMBOLS FOLLOWING PART PRICE: m=MOTOR Mechanical component. s=MOTOR Structural component. T=Miscellaneous Taxed charge category. X=Miscellaneous Non-Taxed charge category. SYMBOLS FOLLOWING LABOR: D=Diagnostic labor category. E=Electrical labor category. F=Frame labor category. G=Glass labor category. M=Mechanical labor category. S=Structural labor category. (numbers) 1 through 4=User Defined Labor Categories. OTHER SYMBOLS AND ABBREVIATIONS: Adj.=Adjacent. Algn.=Align. ALU=Aluminum. A/M=Aftermarket part. Blnd=Blend. BOR=Boron steel. CAPA=Certified Automotive Parts Association. CFC=Carbon Fiber. D&R=Disconnect and Reconnect. HSS=High Strength Steel. HYD=Hydroformed Steel. Incl.=Included. LKQ=Like Kind and Quality. LT=Left. MAG=Magnesium. Non-Adj.=Non Adjacent. NSF=NSF International Certified Part. O/H=Overhaul. Qty=Quantity. Refn=Refinish. Repl=Replace. R&I=Remove and Install. R&R=Remove and Replace. Rpr=Repair. RT=Right. SAS=Sandwiched Steel. Sect=Section. STS=Stainless Steel. Subl=Sublet. UHS=Ultra High Strength Steel. N=Note(s) associated with the estimate line. CCC ONE Estimating - A product of CCC Intelligent Solutions Inc. The following is a list of abbreviations that may be used in CCC ONE Estimating that are not part of the MOTOR CRASH ESTIMATING GUIDE: BAR=Bureau of Automotive Repair. EPA=Environmental Protection Agency. NHTSA= National Highway Transportation and Safety Administration. PDR=Paintless Dent Repair. VIN=Vehicle Identification Number. 7/30/2025 3:58:56 PM 430040 Page 7 Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: REAR_BUMPER File Name / Description: RIGHT_REAR_CORENR Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: LEFT_REAR_CORENR File Name / Description: REAR_BUMPER _1 Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: RIGHT_TAILLIGHT File Name / Description: LIFTGATE Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: RIGHT_QTR_PANEL File Name / Description: LEFT_KNEE_AIR_BAG Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: LEFT_SEAT_AIR_BAG File Name / Description: LEFT_CURTAIN_AIR_BAG Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: RIGHT_CURTAIN_AIR_BAG File Name / Description: DRIVERS_AIR_BAG Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: LEFT_FRONT_CORNER File Name / Description: VIN Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: FRONT_BUMPER File Name / Description: HOOD Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: FRONT_BUMPER _1 File Name / Description: RIGHT_FRONT_CORNER Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: FRONT_BUMPER _1 _1 File Name / Description: RIGHT_HEADLIGHT Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: RIGHT_FOG_LIGHT File Name / Description: RIGHT_FENDER Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: WINDSHIELD File Name / Description: RIGHT_FRONT_DOOR Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: RIGHT_FRONT_SUSPENSION File Name / Description: RIGHT_FRONT_WHEEL Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: RIGHT_FENDER _1 File Name / Description: RIGHT_ROCKER_PANEL Assignment Info File # : 3703547 Claim # : G4935 Date : 07/30/2025 Tom Carter Appraisal 11115 Monarch St Spring Hill, FL 34609 Phone (352) 653-5080 Email thomascarter352@yahoo.com File Name / Description: RIGHT_REAR_DOOR Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1069 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: ReportIn Control: General Services Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Declare the listed vehicles and equipment as surplus and authorize disposal through public auction pursuant to Clearwater Code of Ordinances Sections 2.623(6) and (8) and authorize the appropriate officials to execute all necessary documentation to facilitate the auction process. (consent) SUMMARY: This agenda item requests Council approval to declare surplus the vehicles and equipment identified for replacement and authorize their disposal via public auction through Royal Auction Group of Zephyrhills, Florida. Royal Auction Group was competitively solicited by Pinellas County under Contract No. 190-537-R, valid through November 16, 2027. These assets have reached the end of their useful and economic life. Evaluation criteria include age, total service life, mileage or hours of operation, historical maintenance costs, operating cost per mile or hour, anticipated and ongoing repairs, and overall physical condition. This action supports the City’s Strategic Plan objective 1.2 to maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. ASSET DESCRIPTION SERIAL NUMBER SURPLUS / DISPOSAL G2453 2001 BLUEBIRD BUS TSFE25 1BAGBCPH31F099959 AGE/MILEAGE/CONDITION G3720 2005 MITSUBUISHI LANCER JA3AJ26E55U043263 AGE/MILEAGE/CONDITION G3722 2007 FORD FOCUS 1FAHP37N67W239261 AGE/MILEAGE/CONDITION G3723 2007 HYUNDAI SONATA 5NPET46C77H2BC373 AGE/MILEAGE/CONDITION G3724 2007 DODGE CARAVAN 1D4GP45R95B424204 AGE/MILEAGE/CONDITION G3897 2013 CLUBCAR CARRYALL FG1322-373318 HURRICANE DAMAGE FLOOD G3993 2010 HYUNDAI ELANTRA KMHDBAE1AU060508 AGE/MILEAGE/CONDITION G4342 2016 GODWIN CD150 PUMP 16MPF0512ED071076 HURRICANE DAMAGE FLOOD G4732 2019 TORO WORKMAN GTX 402581145 HURRICANE DAMAGE FLOOD G4734 2019 TORO WORKMAN GTX 402581156 HURRICANE DAMAGE FLOOD G4767 2019 BOBCAT 3400 B3FL19045 HURRICANE DAMAGE FLOOD G4911 2020 CATAPILLAR 3P30N5D AT14G50269 HURRICANE DAMAGE FLOOD G4946 2020 INTL. MV607 DUMP 3HAEETAR7ML756581 HURRICANE DAMAGE FLOOD G5134 2019 DOOSAN LIGHT TOWER 1FVLSBAA3KU492466 HURRICANE DAMAGE FLOOD G5224 2022 BEACH WHEELCHAIR NONE AGE/MILEAGE/CONDITION G5314 2022 CLUBCAR CARRYALL ML2345-479308 HURRICANE DAMAGE FLOOD G5317 2022 TORO WORKMAN GTX 412181853 HURRICANE DAMAGE FLOOD G5499 2023 ALAMO RC28 MOWER M2373182 HURRICANE DAMAGE FLOOD G5541 2024 WANCO WCTS-SM4A-730 5F18S1011R1004561 HURRICANE DAMAGE FLOOD 15028 WELDER L-TEC PCM-150 AGE/CONDITION 15767 PLASMA CUTTER AGE/CONDITION 19150 12,000 LB LIFT AGE/CONDITION 32674 HONDA GENERATOR AGE/CONDITION 32675 HONDA GENERATOR EZGF-1624522 AGE/CONDITION N/A BEAD BLASTER CABINET AGE/CONDITION Page 1 City of Clearwater Printed on 10/31/2025 File Number: ID#25-1069 STRATEGIC PRIORITY: City’s Strategic Plan objective 1.2 to maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 2 City of Clearwater Printed on 10/31/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1078 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: General Services Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Authorize Purchase Orders to Global Public Safety of Hanover, MD (primary) and Enforcement One of Oldsmar, FL (secondary) for police upfitting services in an annual not-to-exceed amount of $1,300,000.00 for one year with three, one-year renewal options pursuant to Request for Proposal (RFP) No. 53-25, Police Vehicle Upfitting Services, and authorize the appropriate officials to execute same. (consent) SUMMARY: Request for Proposal (RFP) No. 53-25 for Police Upfitting Services was issued on August 26, 2025. Enforcement One and Global Public Safety were the only responsive, responsible bidders in accordance with the bid specifications. The RFP pricing structure was based on specific equipment and installation requirements necessary for the upfitting of police vehicles to be purchased in Fiscal Year 2026 including but not limited to: ·(26) Marked Ford Explorers (Exhibit A) ·(2) Unmarked Explorers - Supervisor (Exhibit B) ·(2) Unmarked Explorers - Traffic (Exhibit C) ·(5) Marked Ford F-150 Trucks (Exhibit D) ·(3) Unmarked Ford F-150 Trucks (Exhibit E) ·(4) Unmarked Ford F-150 Traffic Units (Exhibit F) ·(1) Unmarked Chevrolet Tahoe - Staff Vehicle (Exhibit I) ·(1) Unmarked Chevrolet Tahoe - Patrol Vehicle (Exhibit J) ·(2) Marked Chevrolet Tahoe - K9 Units (Exhibit K) Global Public Safety will serve as the primary upfitter for new and replacement vehicles. The company operates three facilities in Florida and will cover all transportation costs for moving vehicles to and from its locations. Enforcement One will serve as the secondary upfitter for new and replacement vehicles in addition to miscellaneous repairs services. This contract encompasses full vehicle upfitting to meet operational and safety standards, including the supply, installation, and configuration of lighting systems, sirens, communication devices, and other specialized police equipment. Authorization also includes coverage for upfitting expenses related to vehicles damaged or deemed a total loss during the fiscal year. APPROPRIATION CODE AND AMOUNT: This purchase order will be coded to the Police Department cost code 0101131-541500, Garage Services-Variable. A future budget amendment might be required to fund this contract if all vehicles due for Page 1 City of Clearwater Printed on 10/31/2025 File Number: ID#25-1078 upfit are received timely. The Police Department is funded by revenues from The General Fund. STRATEGIC PRIORITY: This purchase supports the City’s Strategic Plan objective 1.2 to maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 2 City of Clearwater Printed on 10/31/2025 v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES NOTICE Friday, July 25, 2025 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Tuesday, August 26, 2025 to provide: The City of Clearwater is soliciting proposals for police vehicle upfitting services. The awarded contractor(s) will be responsible for the professional and consistent installation of various equipment, including, but not limited to, lighting, consoles, controllers, brackets, and outlets, into Ford, Chevrolet, and Polaris vehicles utilized by the Clearwater Police Department. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/185646. Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation shall be submitted through the City's e-Procurement Portal located at: https://procurement.opengov.com/portal/myclearwater/projects/185646. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement ManagerLori.vogel@myclearwater.com v. 7.2024 2 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/myclearwater. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. 2.3 Due Date & Time for Submission and Opening Date: Tuesday, August 26, 2025 Time: 10:00 am The City will open all proposals properly and timely submitted and will record the names and other information specified by law and rule. All proposals become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting the Procurement Division. 2.4 Proposal Firm Time Proposal shall remain firm and unaltered after opening for 120 days. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. 2.5 Proposal Submittals It is recommended that proposals are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. E-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a proposal that is not properly addressed and identified. 2.6 Late Proposals The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the v. 7.2024 3 due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City’s Procurement Office as the official time. 2.7 Lobbying; Lobbying No-Contact Period; Questions Regarding Solicitation From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be submitted through the City's e-Procurement Portal, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. 2.8 Commencement of Work If proposer begins any billable work prior to the City’s final approval and execution of the contract, proposer does so at its own risk. 2.9 Responsibility to Read and Understand Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact listed on this solicitation The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. 2.10 Form and Content of Proposals Proposals, including modifications, must be certified by an authorized representative and submitted electronically. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City requires that an electronic copy of the proposal be submitted through the City's e-Procurement portal located at https://procurement.opengov.com/portal/myclearwater. The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. 2.11 Specifications Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. v. 7.2024 4 2.12 Modification/Withdrawal of Proposal For proposals submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered proposals, written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. Written requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. No oral requests will be allowed. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. 2.13 Debarment Disclosure If the vendor submitting a proposal has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. 2.14 Reservations The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. 2.15 Official Solicitation Document Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. 2.16 Copying of Proposals Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the proposer. The City’s right to copy shall be for internal use in evaluating the proposal. 2.17 Contractor Ethics v. 7.2024 5 It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: A. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. B. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. C. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. 2.18 Gifts The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. 2.19 Right to Protest Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.20 Evaluation Process Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. 2.21 Criteria for Evaluation and Award The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all v. 7.2024 6 required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, see Section CRITERIA FOR EVALUATION AND AWARD for the criteria that will be evaluated and their relative weights. 2.22 Short-Listing The City at its sole discretion may create a short-list of the highest ranked proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. 2.23 Presentations/Interviews Presentations and/or interviews may be requested at the City’s discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. 2.24 Best and Final Offers The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. 2.25 Cost Justification In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. 2.26 Contract Negotiations and Acceptance v. 7.2024 7 Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. 2.27 Notice of Intent to Award Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://procurement.opengov.com/portal/myclearwater/projects/185646 to view the Procurement Division's Intent to Award postings. 2.28 RFP Timeline Dates are tentative and subject to change. Release Project Date: July 25, 2025 Advertise Tampa Bay Times: July 30, 2025 Question Submission Deadline: August 17, 2025, 10:00am Due Date & Time for Submissions and Opening: August 26, 2025, 10:00am Review proposals: August 26, 2025 - September 16, 2025 Presentations (if requested): Week of September 29, 2025 Award recommendation: Week of September 29, 2025 Council Authorization: October 2025 Contract Begins: October 2025 CRITERIA FOR EVALUATION AND AWARD The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have v. 7.2024 8 financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: No. Evaluation Criteria Scoring Method Weight (Points) 1. Experience and Qualifications Points Based 25 (25% of Total) 2. Technical Approach and Work Plan Points Based 20 (20% of Total) 3. Facility Capabilities and Security Points Based 15 (15% of Total) 4. Customer Service and Support Points Based 10 (10% of Total) 5. Cost of Services Points Based 25 (25% of Total) 6. Delivery and Turnaround Time Points Based 5 (5% of Total) STANDARD TERMS AND CONDITIONS In the event of a conflict between the Standard Terms & Conditions and the Professional Services Agreement, the terms of the Professional Services Agreement shall prevail. 4.1 Definitions Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. 4.2 Independent Contractor It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a v. 7.2024 9 retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. 4.3 Subcontracting Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. 4.4 Assignment This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. 4.5 Successor and Assigns, Binding Effect This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. 4.6 No Third Party Beneficiaries This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. 4.7 Non-Exclusivity The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. 4.8 Amendments There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. 4.9 Time of the Essence Time is of the essence to the performance of the parties’ obligations under this Agreement. 4.10 Compliance with Applicable Laws A. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon v. 7.2024 10 request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. B. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. C. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. 1. As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). 2. A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. 3. The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. 4. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. D. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. v. 7.2024 11 4.11 Sales/Use Tax, Other Taxes Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. 4.12 Amounts Due the City Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. 4.13 Public Records In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-444-7151 or Email: Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following: A. Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. B. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. C. Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. v. 7.2024 12 E. A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. F. The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. G. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. H. If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. I. A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. 4.14 Audits and Records Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. 4.15 Background Check The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. 4.16 Security Clearance and Removal of Contractor Personnel The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide v. 7.2024 13 services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. 4.17 Default A. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. B. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. C. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. D. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 4.18 Remedies The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: A. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. C. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. D. Neither party will be liable for incidental, special, or consequential damages. v. 7.2024 14 4.19 Continuation During Disputes Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 4.20 Termination for Convenience The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. 4.21 Termination for Conflict of Interest The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 4.22 Termination for Non-Appropriation and Modification for Budgetary Contraints The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. 4.23 Payment to Contractor Upon Termination Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. 4.24 Non-Waiver of Rights There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. 4.25 Indemnification/Liability A. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. v. 7.2024 15 B. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. C. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. D. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 4.26 Warranty Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. 4.27 City's Right to Recover Against Third Parties Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. 4.28 No Guarantee of Work Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 4.29 Ownership All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. 4.30 Use of Name Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. 4.31 FOB Destination Freight Prepaid and Allowed v. 7.2024 16 All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 4.32 Risk of Loss Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. 4.33 Safeguarding City Property Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 4.34 Warranty of Rights Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. 4.35 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 4.36 Contract Administration This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). 4.37 Force Majeure Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one v. 7.2024 17 hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 4.38 Cooperative Use of Contract This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 4.39 Fuel Charges and Price Increases No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. 4.40 Notices All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. 4.41 Governing Law, Venue This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 4.42 Integration Clause This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. 4.43 Provisions Required by Law Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 4.44 Severability If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 4.45 Surviving Provisions Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS v. 7.2024 18 The City of Clearwater is soliciting proposals for police vehicle upfitting services. The awarded contractor(s) will be responsible for the professional, consistant and uniform installation of various equipment, including, but not limited to, lighting, consoles, controllers, brackets, and outlets, into Ford, Chevrolet, and Polaris vehicles utilized by the Clearwater Police Department. 5.1 Introduction The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,463 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler’s Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 5.2 Scope of Services The City of Clearwater, Florida is soliciting proposals for the upfitting of police vehicles to meet operational requirements for its Police Department. The selected contractor(s) will be responsible for the supply, installation, and configuration of equipment and accessories necessary for the enhancement of police vehicles. This includes, but is not limited to, lighting systems, sirens, communication equipment, and other specialized police gear. The purpose of this RFP is to ensure that the Clearwater Police Department vehicles are equipped to enhance law enforcement capabilities, improve officer safety, and provide essential services to the community. All upfitting work must adhere to applicable standards and regulations to maintain the vehicles' warranty and operational efficiency. 5.3 Detailed Specifications The Contractor(s) shall adhere to the following specifications and requirements: A. Equipment and Materials All products and materials used must meet the following standards and certifications: • Federal Motor Vehicle Safety Standards (FMVSS) and all applicable State of Florida vehicle safety regulations • California Air Resources Board (CARB) emissions standards, where applicable • All installed equipment and components must be covered by a minimum one-year manufacturer’s warranty. B. Lighting Systems v. 7.2024 19 • Installation of high-intensity LED emergency lighting systems, including roof-mounted light bars and front-facing floodlights. • Color options must include blue and red with a minimum output of 10,000 lumens. • Ensure compatibility with existing electrical systems in vehicles. C. Communication Equipment • Installation of mobile radio units capable of operating on both local and regional frequencies. • Integration of a vehicle-mounted computer system with necessary software for data management. D. Sirens and Public Address Systems • Installation of a high-decibel siren system featuring multiple sound tones. • Public address system must allow for clear audio transmission during operations. E. Interior Upfitting • Installation of secure storage compartments for firearms and equipment. • Integration of a prisoner transport system, if applicable, ensuring compliance with safety regulations. • Seat modification for officer safety, ensuring stability and comfort. F. Exterior Modifications • Decaling and marking of vehicles must comply with the Clearwater Police Department’s specifications and branding guidelines. • Ensure that all modifications are durable and weather-resistant. G. Testing and Compliance • All equipment must be tested post-installation to ensure functionality and compliance with law enforcement standards. • Provide a compliance certificate indicating that installations meet local, state, and federal requirements. 5.4 Service Requirements The Contractor(s) shall provide the following services: A. Project Management v. 7.2024 20 o Appoint a project manager to oversee the upfitting process and serve as the primary contact for the City of Clearwater. o Develop a project schedule with milestones for tracking progress. B. Installation Services o Complete installation of all specified equipment and modifications within the timeline specified in the proposal. o Provide comprehensive training sessions to officers on the proper use and safety procedures related to installed equipment. C. Customer Support o Offer post-installation support for troubleshooting and maintenance of all installed equipment. o Provide direct contact for warranty claims and service requests, including designated support personnel or a service portal if applicable. 5.5 Initial Upfitting Vehicle Requirements A list of the City's initial vehicle upfitting needs is provided below; however, the City makes no guarantee regarding the specific vehicles or quantities that will be required each year. Minor variations in equipment may be negotiated in years two (2) through (5) of the awarded contract. Attachment 1 – 2025 Police Upfit Information is provided as a reference to assist in submitting pricing. Each tab within Attachment 1 corresponds to a specific Exhibit. • (26) Marked Ford Explorers (Exhibit A) • (2) Unmarked Explorers - Supervisor (Exhibit B) • (2) Unmarked Explorers - Traffic (Exhibit C) • (5) Marked Ford F-150 Trucks (Exhibit D) • (3) Unmarked Ford F-150 Trucks (Exhibit E) • (4) Unmarked Ford F-150 Traffic Units (Exhibit F) • (1) Unmarked Chevrolet Tahoe – Staff Vehicle (Exhibit I) • (1) Unmarked Chevrolet Tahoe – Patrol Vehicle (Exhibit J) • (2) Marked Chevrolet Tahoe - K9 Units (Exhibit K) • (1) Polaris Mule (Exhibit O) • (1) Unmarked Ford F-250 (Exhibit P) 5.6 Future Upfitting Vehicles (if applicable) Future Upfitting Vehicles (if applicable): v. 7.2024 21 • Marked Chevrolet Tahoe (Exhibit G) • Unmarked Chevrolet Tahoe - Supervisor (Exhibit H) • Marked Ford Explorer - K9 Unit (Exhibit L) • Marked Ford Explorer - Civilian (Exhibit M) • Marked Ford F150 - Civilian (Exhibit N) The City has identified additional parts listed under Exhibits Q–T in Attachment 1, which may be utilized throughout the contract term. Contractor(s) are encouraged to submit their proposed discount off the Manufacturer’s Suggested Retail Price (MSRP) for these items under Tab 6 – Cost of Services. 5.7 Delivery Requirements The Contractor(s) must adhere to the following delivery requirements: A. Delivery Schedule o Provide a delivery and installation timeline, detailing when each vehicle will be outfitted and available for service that outlines the projected outfitting and service availability of each vehicle. o Deliver vehicles to the Clearwater Police Department’s designated facility at the agreed-upon times at the designated facility, on schedule as agreed upon. B. Condition of Vehicle o All vehicles must be returned in a clean and operational condition post-installation. o The Contractor shall ensure that installations do not compromise the integrity of the vehicle’s structure or its components. C. Documentation o Provide manuals for all installed equipment, including warranty information and maintenance guidelines. o Provide a comprehensive list of all components installed in each vehicle, including their serial numbers and the corresponding installation dates. 5.8 Minimum Qualifications o The Contractor(s) must have and maintain secure and operational facilities suitable for police vehicle upfitting. These facilities must be equipped with perimeter fencing and continuous security coverage, including 24/7 video surveillance, while police vehicles are onsite. v. 7.2024 22 o The Contractor(s) must provide weekly progress reports via email on vehicle completion status by the close of business each Friday, including current milestones and projected activities for the following week. o The Contractor(s) must be an authorized Whelen distributor or provide documentation demonstrating the ability to procure Whelen products within a timeframe deemed acceptable by the City. o The Contractor(s) must be located within a twenty-two (22) mile radius of the Clearwater Police Department at 645 Pierce Street, Clearwater, FL. Contractor(s) located outside this radius must provide full-service pick-up and delivery for all vehicles. o The Contractor(s) must perform warranty-related work within twenty-four (24) hours of receiving the vehicle. o All vehicles receiving warranty work must be returned to the City within (24) hours of completed repairs. o A minimum of three (3) customer references from clients for whom similar services have been provided must be submitted with the proposal under TAB 2. INSURANCE REQUIREMENTS A list of Insurance Policies that may be required. 6.1 Requirements The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: 6.2 Commercial General Liability Insurance Coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. 6.3 Commercial Automobile Liability Insurance Coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 6.4 Professional Liability/Malpractice/Errors or Omissions Insurance Coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and v. 7.2024 23 with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. 6.5 Garage Keeper’s Liability Insurance Coverage, including but not limited to, damages such as bodily injury, property damage, and pollution costs and expenses in the minimum amount of $1,000,000 (one million dollars) per occurrence. 6.6 Workers’ Compensation Insurance Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. 6.7 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 6.8 Other Insurance Provisions Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, 53-25 P.O. Box 4748 Clearwater, FL 33758-4748 Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. v. 7.2024 24 The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES 7.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from October 1, 2025 through September 30, 2025. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 7.2 Renewal At the end of the initial term of this contract, the City may initiate renewal(s) as provided herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. four (4), one (1) year renewal(s) are possible at the City’s option. 7.3 Extension The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 7.4 Prices All pricing shall be firm for the initial term of one (1) year except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. A. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. B. During the sixty (60) day period prior to the renewal anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics for Tampa - St. Petersburg - Clearwater, FL (https://www.bls.gov/cpi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. C. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for each renewal term listed above. D. No fuel surcharges will be accepted. RESPONSE ELEMENTS v. 7.2024 25 NOTE: Every proposal received by the City is considered a public record pursuant to Chapter 119, Florida Statutes. Vendors who mark responses as exempt from public disclosure must identify the specific exemption applicable to the information. In the event the City receives a public records request for a Vendor’s proposal, the City reserves the right to independently review the proposal for statutory exemptions. While the City will take the proposed exemption into consideration when responding to a public records request, please be aware that the proposal may still be subject to complete disclosure, and the proposed exemption may not meet the statutory criteria. For questions, please contact the City Clerk. 8.1 Proposal Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. 8.2 Proposal Format The following items shall be included in your proposal and uploaded into the specified section of the TAB 1 - Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: A. The proposer’s understanding of the work to be performed. B. A positive commitment to perform the service within the time period specified. C. The names of key persons, representatives, project managers who will be the main contacts for the City regarding this project. TAB 2 - Experience and Qualifications: The following information shall be included: A. Demonstrated experience in upfitting law enforcement or similar emergency vehicles B. Relevant certifications (e.g., Whelen-certified installer, CARB compliance, etc.) C. Qualifications of key personnel assigned to the project D. Minimum of three (3) references from recent clients with similar scopes of work. Include the name of the entity, contact person’s names, phone numbers, e-mail addresses, mailing addresses, type of service provided, dates these services were provided. TAB 3 - Technical Approach and Work Plan: The following information should be included: A. Understanding of the scope of work and requirements B. Proposed installation process and quality control measures C. Timeline for completing vehicle upfitting D. Approach to maintaining consistency across all vehicles v. 7.2024 26 TAB 4 - Facility Capabilities and Security: The following information shall be included: A. Description of facility used for installations (e.g., size, layout, security features) B. Location of facility in relation to the Clearwater Police Department (must be within 22-miles or provide delivery) C. 24/7 monitoring and secure storage of police vehicles during installation TAB 5 - Customer Service and Support: The following information shall be included: A. Post-installation support and warranty services shall include detailed equipment warranty information. B. Availability and responsiveness to warranty claims and service requests C. Proposed communication protocol with City personnel TAB 6 – Cost of Services: In addition to the Pricing Sheet, the following information shall be included: A. Any additional products and/or services offered that are not included in the Pricing Sheet. B. Cost-effectiveness and value to the City TAB 7 - Delivery and Turnaround Time: The following information shall be included: A. Ability to meet or exceed minimum completion rate of three (3) vehicles per week B. Adherence to delivery schedules and deadlines Other Forms – Reference Submittal Requirements: A. Scrutinized Companies form(s) as required B. Compliance with Anti-Human Trafficking Laws Form C. W-9 Form. Include a current W-9 form (http://www.irs.gov/pub/irs-pdf/fw9.pdf) PRICING SHEET v. 7.2024 27 Attachment 1 - 2025 Police Upfit Information has been included as a guideline when submitting pricing. Each tab under Attachment 1 represents an Exhibit. Pricing shall include but not be limited to installation, freight, delivery, etc. The City has identified additional parts listed under Exhibits Q–T in Attachment 1, which may be utilized throughout the contract term. Contractor(s) are encouraged to submit their proposed discount off the Manufacturer’s Suggested Retail Price (MSRP) for these items under Tab 6 – Cost of Services. INITIAL UPFITTING VEHICLES Line Item Description Quantity Unit of Measure Unit Cost Total 1A Marked Ford Explorers (Exhibit A1) With 911 Harness 26 Each 1B Marked Ford Explorers (Exhibit A2) Without 911 Harness 26 Each 2A Unmarked Explorers -Supervisor (Exhibit B1) With 911 Harness 2 Each 2B Unmarked Explorers - Supervisor (Exhibit B2) Without 911 Harness 2 Each 3A Unmarked Explorers -Traffic (Exhibit C1) With 911 Harness 2 Each 3B Unmarked Explorers -Traffic (Exhibit C2) Without 911 Harness 2 Each 4 Marked Ford F-150 Trucks (Exhibit D) 2 Each 5 Unmarked Ford F-150 Trucks (Exhibit E) 2 Each 6 Unmarked Ford F-150 - Traffic Units (Exhibit F) 2 Each 7 Unmarked Chevrolet Tahoe – Staff Vehicle (Exhibit I) 2 Each 8 Unmarked Chevrolet Tahoe – Patrol Vehicle (Exhibit J) 2 Each 9 Marked Chevrolet Tahoe - K9 Units (Exhibit K) 2 Each v. 7.2024 28 Line Item Description Quantity Unit of Measure Unit Cost Total 10 Polaris Mule (Exhibit O) 1 Each 11 Unmarked Ford F-250 (Exhibit P) 1 Each TOTAL FUTURE UPFITTING VEHICLES Line Item Description Unit of Measure Unit Cost 1 Marked Chevrolet Tahoe (Exhibit G) Each 2 Unmarked Chevrolet Tahoe - Supervisor (Exhibit H) Each 3 Marked Ford Explorer - K9 Units (Exhibit L) Each 4 Marked Ford Explorer - Civilian (Exhibit M) Each 5 Marked Ford F150 - Civilian (Exhibit N) Each PERCENTAGE DISCOUNT OFF MSRP OR CATALOG Provide either a percentage discount off the MSRP or a catalog-wide discount for the items listed in Exhibits Q through T. Line Item Description Unit of Measure Percentage 1 Whelen Parts (Exhibit Q) Percentage 2 Havis Parts (Exhibit R) Percentage 3 Jotto Parts (Exhibit S) Percentage 4 Troy Parts (Exhibit T) Percentage HOURLY RATES Provide the hourly service rate for equipment installation and/or removal performed during standard business hours, defined as 7:00 AM to 4:00 PM. v. 7.2024 29 Line Item Description Unit of Measure Unit Cost 1 Hourly service rate for equipment installation and/or removal. Hour SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required v. 7.2024 30 When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. v. 7.2024 31 I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ☐ Please confirm *Response required 5 E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm *Response required 6 Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 53-25 Police Vehicle Upfitting Services. *Response required 7 Scrutinized Company Certification* Please download the below documents, complete, and upload. v. 7.2024 32 • SCRUTINIZED_COMPANIES_AND_B... *Response required 8 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 9 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required 1) Enforcement One Inc 2) Global Public Safety 381 Roberts Road 7449 Race Road, STE 100 Oldsmar, FL 34677 Hanover, MD 21076 ADVERTISED: TAMPA BAY TIMES 7/30/2025 POSTED:myclearwater.com 7/25/2025 Due/Opening: August 26, 2025; 10:00 a.m. REQUEST FOR PROPOSAL No. 53-25 Police Vehicle Upfitting Services Solicitation Response Listing FOR THE CITY OF CLEARWATER RFP 53-25, Police Vehicle Upfitting Services Due: August 26, 2025 at 10:00AM Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total 1A Marked Ford Explorers (Exhibit A1) With 911 Harness 26 Each $18,529.58 $481,769.08 $18,059.12 $469,537.12 1B Marked Ford Explorers (Exhibit A2) Without 911 Harness 26 Each $18,529.58 $481,769.08 $17,059.12 $443,537.12 2A Unmarked Explorers - Supervisor (Exhibit B1) With 911 Harness 2 Each $15,829.59 $31,659.18 $15,678.01 $31,356.02 2B Unmarked Explorers - Supervisor (Exhibit B2) Without 911 Harness 2 Each $15,829.59 $31,659.18 $14,678.01 $29,356.02 3A Unmarked Explorers - Traffic (Exhibit C1) With 911 Harness 2 Each $16,969.66 $33,939.32 $18,000.85 $36,001.70 3B Unmarked Explorers - Traffic (Exhibit C2) Without 911 Harness 2 Each $16,969.66 $33,939.32 $17,000.85 $34,001.70 4 Marked Ford F-150 Trucks (Exhibit D)2 Each $15,861.23 $31,722.46 $14,122.28 $28,244.56 5 Unmarked Ford F-150 Trucks (Exhibit E)2 Each $15,861.23 $31,722.46 $13,259.18 $26,518.36 6 Unmarked Ford F-150 - Traffic Units (Exhibit F)2 Each $15,101.44 $30,202.88 $14,230.23 $28,460.46 7 Unmarked Chevrolet Tahoe – Staff Vehicle (Exhibit I) 2 Each $14,973.75 $29,947.50 $13,962.74 $27,925.48 8 Unmarked Chevrolet Tahoe – Patrol Vehicle (Exhibit J) 2 Each $15,032.19 $30,064.38 $14,405.05 $28,810.10 9 Marked Chevrolet Tahoe - K9 Units (Exhibit K) 2 Each $25,379.67 $50,759.34 $19,769.88 $39,539.76 INITIAL UPFITTING VEHICLES Enforcement One Inc Global Public Safety 10 Polaris Mule (Exhibit O)1 Each $4,931.70 $4,931.70 $3,088.05 $3,088.05 11 Unmarked Ford F-250 (Exhibit P)1 Each $14,860.35 $14,860.35 $13,327.50 $13,327.50 Total $1,318,946.23 $1,239,703.95 Enforcement One Inc Global Public Safety Line Item Description Unit of Measure Unit Cost Unit Cost 1 Marked Chevrolet Tahoe (Exhibit G)Each $18,939.52 $16,622.17 2 Unmarked Chevrolet Tahoe - Supervisor (Exhibit H) Each $15,783.51 $14,103.36 3 Marked Ford Explorer - K9 Units (Exhibit L)Each $24,069.43 $20,866.25 4 Marked Ford Explorer - Civilian (Exhibit M)Each $13,127.14 $11,384.89 5 Marked Ford F150 - Civilian (Exhibit N)Each $11,143.54 $11,905.59 Total $83,063.14 $74,882.26 Enforcement One Inc Global Public Safety Line Item Description Unit of Measure Percentage Percentage 1 Whelen Parts (Exhibit Q)Percentage 36.%49.15% 2 Havis Parts (Exhibit R)Percentage 28.%38.65% 3 Jotto Parts (Exhibit S)Percentage 64.25%41.02% 4 Troy Parts (Exhibit T)Percentage 35.2%37.52% Enforcement One Inc Global Public Safety Line Item Description Unit of Measure Unit Cost Unit Cost 1 Hourly service rate for equipment installation and/or removal. Hour $81.95 $90.00 Hourly Rates Future Upfitting Vehicles Percentage Discount off MSRP or Catalog City of Clearwater Procurement Jay Ravins, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [GLOBAL PUBLIC SAFETY] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services RESPONSE DEADLINE: August 26, 2025 at 10:00 am Report Generated: Tuesday, August 26, 2025 Global Public Safety Response CONTACT INFORMATION Company: Global Public Safety Email: david@globalpublicsafety.us Contact: David Van Scoyoc Address: 7449 Race Road Suite 100 Hanover, MD 21076 Phone: (301) 526-4980 Website: https://www.globalpublicsafety.us/ Submission Date: Aug 26, 2025 9:26 AM (Eastern Time) [GLOBAL PUBLIC SAFETY] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services [GLOBAL PUBLIC SAFETY] RESPONSE DOCUMENT REPORT Request For Proposal - Police Vehicle Upfitting Services Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? No 2. Additional Materials* Have you included any additional materials? No 3. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No 4. Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. [GLOBAL PUBLIC SAFETY] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services [GLOBAL PUBLIC SAFETY] RESPONSE DOCUMENT REPORT Request For Proposal - Police Vehicle Upfitting Services Page 3 B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed [GLOBAL PUBLIC SAFETY] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services [GLOBAL PUBLIC SAFETY] RESPONSE DOCUMENT REPORT Request For Proposal - Police Vehicle Upfitting Services Page 4 5. E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed 6. Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 53-25 Police Vehicle Upfitting Services. Clearwater_Proposal_Final.pdf [GLOBAL PUBLIC SAFETY] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services [GLOBAL PUBLIC SAFETY] RESPONSE DOCUMENT REPORT Request For Proposal - Police Vehicle Upfitting Services Page 5 7. Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... Scrutinized_Companies_and_Business_Operations_Cuba_Syria_Certified.pdf Scrutinized_Companies_that_boycott_Israel_Certified.pdf 8. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... Compliance_with_Anti-Human_Trafficking_Laws_787_06_Signed.pdf 9. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) Global_Public_Safety_LLC_W9_08_26_2025.pdf PRICE TABLES INITIAL UPFITTING VEHICLES Line Item Description Quantity Unit of Measure Unit Cost Total 1A Marked Ford Explorers (Exhibit A1) With 911 Harness 26 Each $18,059.12 $469,537.12 1B Marked Ford Explorers (Exhibit A2) Without 911 Harness 26 Each $17,059.12 $443,537.12 2A Unmarked Explorers -Supervisor (Exhibit B1) With 911 Harness 2 Each $15,678.01 $31,356.02 2B Unmarked Explorers - Supervisor (Exhibit B2) Without 911 Harness 2 Each $14,678.01 $29,356.02 [GLOBAL PUBLIC SAFETY] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services [GLOBAL PUBLIC SAFETY] RESPONSE DOCUMENT REPORT Request For Proposal - Police Vehicle Upfitting Services Page 6 Line Item Description Quantity Unit of Measure Unit Cost Total 3A Unmarked Explorers -Traffic (Exhibit C1) With 911 Harness 2 Each $18,000.85 $36,001.70 3B Unmarked Explorers -Traffic (Exhibit C2) Without 911 Harness 2 Each $17,000.85 $34,001.70 4 Marked Ford F-150 Trucks (Exhibit D) 2 Each $14,122.28 $28,244.56 5 Unmarked Ford F-150 Trucks (Exhibit E) 2 Each $13,259.18 $26,518.36 6 Unmarked Ford F-150 - Traffic Units (Exhibit F) 2 Each $14,230.23 $28,460.46 7 Unmarked Chevrolet Tahoe – Staff Vehicle (Exhibit I) 2 Each $13,962.74 $27,925.48 8 Unmarked Chevrolet Tahoe – Patrol Vehicle (Exhibit J) 2 Each $14,405.05 $28,810.10 9 Marked Chevrolet Tahoe - K9 Units (Exhibit K) 2 Each $19,769.88 $39,539.76 10 Polaris Mule (Exhibit O) 1 Each $3,088.05 $3,088.05 11 Unmarked Ford F-250 (Exhibit P) 1 Each $13,327.50 $13,327.50 TOTAL $1,239,703.95 FUTURE UPFITTING VEHICLES Line Item Description Unit of Measure Unit Cost 1 Marked Chevrolet Tahoe (Exhibit G) Each $16,622.17 2 Unmarked Chevrolet Tahoe - Supervisor (Exhibit H) Each $14,103.36 3 Marked Ford Explorer - K9 Units (Exhibit L) Each $20,866.25 [GLOBAL PUBLIC SAFETY] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services [GLOBAL PUBLIC SAFETY] RESPONSE DOCUMENT REPORT Request For Proposal - Police Vehicle Upfitting Services Page 7 Line Item Description Unit of Measure Unit Cost 4 Marked Ford Explorer - Civilian (Exhibit M) Each $11,384.89 5 Marked Ford F150 - Civilian (Exhibit N) Each $11,905.59 PERCENTAGE DISCOUNT OFF MSRP OR CATALOG Provide either a percentage discount off the MSRP or a catalog-wide discount for the items listed in Exhibits Q through T. Line Item Description Unit of Measure Percentage 1 Whelen Parts (Exhibit Q) Percentage 49.15% 2 Havis Parts (Exhibit R) Percentage 38.65% 3 Jotto Parts (Exhibit S) Percentage 41.02% 4 Troy Parts (Exhibit T) Percentage 37.52% HOURLY RATES Provide the hourly service rate for equipment installation and/or removal performed during standard business hours, defined as 7:00 AM to 4:00 PM. Line Item Description Unit of Measure Unit Cost 1 Hourly service rate for equipment installation and/or removal. Hour $90.00 Hanover, MD Seaford, DE York, PA Roebuck, SC Bedford, NH Warwick, RI Statesville, NC Orlando, FL Tallahassee, FL Jacksonville, FL Corporate corporate@globalpublicsafety.us 443.557.0200 7449 Race Road, Suite 100, Hanover, MD 21076 Globalpublicsafety.us REQUEST FOR PROPOSAL 53-25, POLICE VEHICLE UPFITTING SERVICES Global Public Safety August 25, 2025 Lori Vogel, CPPB City of Clearwater Procurement Manager Lori.vogel@myclearwater.com Subject: Proposal Submission – Police Vehicle Upfitting Services 53-25 Dear Lori Vogel, Global Public Safety is pleased to submit this proposal in response to the City of Clearwater’s request for vehicle upfitting services. We understand the critical nature of outfitting law enforcement vehicles with precision, consistency, and reliability. We are committed to performing all services within the specified timeframes while maintaining the highest standards of quality and accountability. Our team of certified professionals is prepared to serve as your dedicated partner throughout this project. Key contacts for this proposal are: •Ryan Rogers, Operations Director - 407-663-4324 Ryan.rogers@globalpublicsafety.us •Red Lovett, Southeast Regional Operations Manager - 321-307-0544 Red.lovett@globalpublicsafety.us •Gerry Campos, Vice President - 301-395-0380 Gery.campos@globalpublicsafety.us •David Van Scoyoc, CEO & President – 301-526-4980 David@globalpublicsafety.us We appreciate your consideration and look forward to the opportunity to support the City’s public safety mission. Sincerely, Gerry Campos, Vice President Global Public Safety, LLC REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES TAB 2: A. Experience and Qualifica�ons A. Relevant Experience • Global Public Safety brings over 20 years of specialized experience in upfi�ng law enforcement and emergency response vehicles for both local municipali�es and federal agencies across the United States. Our team has successfully ou�ited thousands of vehicles— from marked patrol units and K-9 transports to covert vehicles—ensuring each build meets the rigorous opera�onal demands of public safety professionals. • With deep exper�se in integra�ng complex electrical systems, communica�ons equipment, ligh�ng packages, and custom fabrica�on, we deliver turnkey solu�ons that priori�ze officer safety, equipment reliability, and long-term durability. Our longstanding rela�onships with agencies such as the United States Postal Inspector Services reflect our commitment to quality, compliance, and on-�me delivery. • Global Public Safety operates 11 strategically located facili�es throughout the East Coast of the United States, including three high-capacity installa�on centers in Florida—Orlando, Tallahassee, and Jacksonville. This geographic reach enables rapid deployment, regional scalability, and consistent service delivery across mul�-agency contracts.- Completed projects for a wide range of local, state, and federal agencies, including: • Kissimmee Police Department – Upfited patrol vehicles with Whelen ligh�ng systems, Se�na push bumpers, and custom console configura�ons to support high-visibility urban opera�ons. • U.S. Marshals Service – Delivered covert surveillance vehicle builds with integrated communica�ons, hidden ligh�ng, and secure storage solu�ons for tac�cal deployments. Vehicles were deployed across the con�nental United States and overseas, suppor�ng federal opera�ons in both domes�c and interna�onal jurisdic�ons. • Leesburg Police Department – Retrofited fleet with upgraded sirens, prisoner par��ons, and in-vehicle camera systems, ensuring compliance with agency-specific standards. • Florida Highway Patrol – Installed mobile data terminals, radio systems, and rear cargo organizers across pursuit-rated vehicles, with full post-installa�on training and support. • United States Secret Service – Ou�ited specialized vehicles with encrypted communica�ons systems, low-profile emergency ligh�ng, and reinforced cargo compartments to support protec�ve opera�ons and field inves�ga�ons REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES B. Cer�fica�ons Cer�fica�ons & Compliance • Whelen-Cer�fied Installer (CORE Cer�fied) Authorized to install and service Whelen emergency ligh�ng and siren systems, including advanced CORE control systems. Installers are cer�fied in both standard and CORE technologies, ensuring full integra�on, diagnos�cs, and programming capabili�es for high-performance emergency vehicle builds. • EVT-Cer�fied Installers Team includes Emergency Vehicle Technician (EVT) cer�fied professionals with specialized training in upfi�ng, diagnos�cs, and maintenance of law enforcement and emergency response vehicles. C. Key Personnel Name Role Qualifica�ons Jahmal Dee Lead Technician Whelen CORE Cer�fied, 6+ years in emergency vehicle upfi�ng Ryan Rogers Director of Opera�ons 12 years overseeing fleet project’s mul�-loca�on with strengths in client rela�ons and compliance, as well as managing scheduling, produc�on, and quality control. Red Lovet Southeast Regional Opera�ons Manager Over 10 years of experience overseeing projects, customer support, and opera�onal execu�on across public safety contract. REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES Name Role Gerry Campos Vice President David Van Scoyoc President & CEO Qualifica�ons With 20+ years leading mul�-loca�on fleet upfi�ng, Gerry excels in client rela�ons, compliance, and opera�onal execu�on— driving accountability, produc�on efficiency, and quality control to meet agency standards across Global Public Safety’s facili�es. With 30+ years leading strategic growth in public safety opera�ons, David drives high-level execu�on across client partnerships, regulatory compliance, and mul�-site performance. His leadership spans financial oversight, business development, and organiza�onal alignment, ensuring Global Public Safety delivers scalable, reputa�on-driven solu�ons to law enforcement and emergency response agencies na�onwide. D. References Kissimmee Police Department Contact: Scot Bowman Phone: (407) 846-3333 Email: Scot.Bowman@kissimmee.gov Address: 8 N. Stewart Ave, Kissimmee, FL 34741 Service: Upfi�ng of 50 marked patrol vehicles with Whelen ligh�ng, and custom console mounts Dates: January 2020 – Present 2.Leesburg Police Department Contact: Lt. Chris Parsons Phone: (352) 728-9860 Email: Chris.Parsons@Leesburgflorida.gov REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES Address: 115 E. Magnolia St., Leesburg, FL 34748 Service: Retrofi�ng of 45 patrol vehicles with upgraded sirens, prisoner par��ons, and in- vehicle camera systems Dates: August 2021 – Present. We understand the importance of consistent, compliant, and durable installa�ons across all vehicles. 3. Anne Arundel County Police Department, MD Contact: Tim King, Fleet Coordinator Cell: (443) 685-4274 Office: (410) 222-0363 Email: p913039@aacounty.org Address: 8495 Veterans Highway, Millersville, MD 21108 Service: Upfi�ng of over 250 marked and unmarked vehicles, including ligh�ng systems, prisoner transport configura�ons, weapon mounts, and integrated electronics Dates: April 2021 – Present REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES TAB 3- Technical Approach and Work Plan A. Understanding of the Scope of Work and Requirements Global Public Safety understands the cri�cal importance of delivering compliant, reliable, and mission-ready vehicle upfi�ng services for law enforcement agencies. The scope of work includes: • Upfi�ng marked and unmarked vehicles with ligh�ng systems, sirens, consoles, push bumpers, prisoner par��ons, weapon mounts, and surveillance equipment • Ensuring all installa�ons meet agency-specific specifica�ons, safety standards, and applicable federal/state regula�ons Our team has successfully delivered over 250 vehicles for Anne Arundel County PD and completed projects for Kissimmee PD, Leesburg PD, and federal agencies including the U.S. Secret Service and Florida Highway Patrol. B. Proposed Installa�on Process and Quality Control Measures Our installa�on process is designed for precision, accountability, and scalability: Installa�on Workflow: 1. Pre-Install Review • Confirm vehicle specs and agency requirements • Assign technician teams and validate parts inventory 2. Standardized Build Sheets • Use agency-approved templates to ensure uniformity • Include diagrams, part numbers, and moun�ng instruc�ons 3. Installa�on Execu�on • Technicians follow documented procedures with sign-offs at each stage • Supervisors conduct mid-point inspec�ons to verify progress REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES 4. Final Inspec�on & Tes�ng • Validate all electrical connec�ons, ligh�ng paterns, and equipment func�onality • Conduct road tests and safety checks Quality Control Measures: • Dedicated QC personnel review each vehicle against agency specs • Use of serialized checklists and digital photo documenta�on • Escala�on protocols for any devia�ons, with correc�ve ac�ons logged and tracked • Client sign-off required before vehicle release C. Timeline for Comple�ng Vehicle Upfi�ng We typically will complete 3–5 vehicles per week, depending on complexity, parts availability, and agency coordina�on. This pace ensures consistent quality control, technician accountability, and predictable delivery �melines. Expedited services are available upon request and can be accommodated with prior scheduling. D. Approach to Maintaining Consistency Across All Vehicles Consistency is maintained through: • Standardized Build Documenta�on: Each agency receives a master build sheet approved prior to installa�on • Technician Training: All installers are trained on agency-specific protocols and equipment handling • Dedicated Project Manager: A single point of contact oversees scheduling, documenta�on, and client communica�on • Digital Tracking System: We u�lize GoCanvas to generate and manage three key reports for each vehicle: • Check-In Report: Completed at the �me of vehicle drop-off to confirm no pre-exis�ng damage and document vehicle condi�on REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES • Installa�ons Shop Report: Tracks milestones, technician notes, and part usage throughout the build. This report includes photographic documenta�on of all installed equipment, ensuring visual verifica�on and traceability for every component. • Final Check Out Report: Captures post-installa�on tes�ng results, photos, and client sign- off These reports are stored digitally and linked to each vehicle’s record for full traceability and audit readiness. • Post-Delivery Audits: Randomized audits are conducted on completed vehicles to ensure long-term consistency and client sa�sfac�on REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES TAB 4 – Facility Capabili�es and Security A.Facility Footprint Global Public Safety operates three dedicated installa�on facili�es across Florida, strategically located to serve municipal, state, and federal clients: •Orlando – Central hub for high-volume upfi�ng and project management •Tallahassee – Serves northern Florida agencies and supports state-level contracts •Jacksonville – Posi�oned for rapid response to coastal and northeast Florida clients Orlando Facility Specifica�ons •Size: 15,000 sq. �. of opera�onal space •Capacity: Accommodates storage and ac�ve upfi�ng of 18–20 vehicles indoors •Func�onality: Includes dedicated zones for fabrica�on, electronics tes�ng, staging, and final inspec�on •Security: Full coverage via 24/7 surveillance cameras, and controlled access Tallahassee Facility Specifica�ons •Size: 10,000 sq. �. of opera�onal space •Lot Capacity: Fenced exterior lot capable of storing 50+ vehicles •Security: Facility and lot monitored by 24/7 surveillance cameras, with restricted access protocols Jacksonville Facility Specifica�ons •Size: 12,000.00 sq. �. of opera�onal space •Indoor Capacity: Can store up to 15 vehicles inside for staging and installa�on REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES •Security: Equipped with surveillance camera coverage throughout the facility and vehicle zones •Func�onality: Supports rapid deployment and service for coastal and northeast Florida agencies Layout Across All Facili�es •Mul�ple installa�on bays with overhead power, ligh�ng, and tool sta�ons •Staging areas for inbound/outbound vehicle processing and inventory prep •Segregated zones for fabrica�on, electronics integra�on, and quality control Security Measures •All facili�es protected by high-defini�on surveillance systems, covering entry points, installa�on bays, staging zones, and restricted areas •Gated perimeters and controlled access protocols where applicable •Visitor check-in procedures REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES B. Loca�ons Orlando Facility •Address: 4240 L B McLeod Rd, Orlando, FL 32811 •Distance from Clearwater Police Department: Approximately 100 miles •Ford Drop Ship Code: Ac�ve — vehicles can be shipped directly from the manufacturer to this loca�on •Delivery Service: Available for agencies located outside a 22-mile radius •Vehicles will be transported at no cost to Clearwater Police Department Tallahassee Facility •Address: 316 Marpan Ln, Tallahassee, FL 32305 •Distance from Clearwater Police Department: Approximately 220 miles •Ford Drop Ship Code: Ac�ve — vehicles can be shipped directly from the manufacturer to this loca�on •Delivery Service: Available for agencies located outside a 22-mile radius •Vehicles will be transported at no cost to Clearwater Police Department Jacksonville Facility •Address: 5605 Florida Mining Blvd S, Jacksonville, FL 32257 •Distance from Clearwater Police Department: Approximately 200 miles •Ford Drop Ship Code: Ac�ve — vehicles can be shipped directly from the manufacturer to this loca�on •Delivery Service: Available for agencies located outside a 22-mile radius •Vehicles will be transported at no cost to Clearwater Police Department REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES C. Vehicle Security •24/7 Monitored Storage: All vehicles are stored in secure, camera-monitored facili�es with surveillance coverage across installa�on bays, staging areas, and exterior lots •Insurance Coverage: Comprehensive insurance is maintained throughout the installa�on process, covering vehicle contents, equipment, and labor-related risk •Key Management Protocols: Secure key control procedures are enforced at all loca�ons, including locked key safes, restricted access, and documented handoff protocols to ensure chain-of-custody integrity REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES TAB 5 – Customer Service and Support A. Warranty Services •Labor Warranty Global Public Safety warrants all labor and installa�on services for a period of 12 months from the date of delivery. This warranty covers workmanship, installa�on integrity, and any labor- related issues arising from the upfi�ng process. All correc�ve ac�ons will be performed at no cost to the agency within the warranty period. •Equipment Warranty •Whelen Ligh�ng Products: Covered under a 10-year manufacturer warranty, ensuring long-term reliability and protec�on against defects in materials and workmanship •Whelen Speaker Units: Covered under a 2-year manufacturer warranty •Addi�onal equipment warran�es vary by manufacturer and product type. Extended coverage op�ons may be available upon request. B.Responsiveness •Dedicated Service Line Global Public Safety provides a direct service support line for all client agencies, ensuring streamlined communica�on for warranty claims, technical assistance, and scheduling needs. •Response Time All service inquiries are addressed within 24-48 hours, with priority escala�on available for urgent opera�onal issues or mission-cri�cal vehicles. •On-Site Support On-site technical support is available upon request, including diagnos�c assessments, warranty repairs, and installa�on correc�ons. Field service teams are dispatched based on loca�on, urgency, and agency preference. REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES C. Communica�on Protocol •Weekly Status Updates Global Public Safety provides weekly progress reports to client agencies, detailing vehicle status, installa�on milestones, and any pending ac�on items. Updates are delivered via email or scheduled calls, based on agency preference. •Designated Point-of-Contact Each project is assigned a dedicated project manager who serves as the single point-of-contact for scheduling, technical ques�ons, documenta�on, and issue resolu�on. This ensures con�nuity, accountability, and streamlined communica�on throughout the project lifecycle. •Escala�on Procedures for Urgent Issues Urgent maters—such as mission-cri�cal vehicle delays or equipment failures—are escalated immediately to senior opera�ons leadership. A response protocol is ini�ated within 4 hours, with direct coordina�on between technical staff and agency representa�ves to resolve the issue and minimize opera�onal impact. REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES TAB 6 – Cost of Services A. Addi�onal Products and Services Global Public Safety offers a range of premium enhancements to meet agency-specific opera�onal needs: • Advanced Ligh�ng Packages – Mul�-mode LED systems, integrated flash paterns, and stealth configura�ons • Surveillance Systems – Interior/exterior cameras with live-feed capability and secure data storage • Weapon Moun�ng Solu�ons – Lockable, quick-access mounts for rifles, shotguns, and less-lethal equipment • Mobile Data Terminals (MDTs) – Ruggedized tablets, docking sta�ons, and connec�vity hardware • K-9 Transport Modules – Climate-controlled enclosures with safety barriers and remote monitoring • Batery Management Systems – Dual batery setups with automa�c isola�on and power priori�za�on • Vehicle Armor Op�ons – Ballis�c paneling for doors, windows, and cargo areas (NIJ- rated) B. Custom Configura�ons Each vehicle can be tailored to agency protocols and officer preferences: • Console Layouts – Ergonomic designs with customizable switch panels, cup holders, and storage • Radio & Communica�on Integra�on – Seamless installa�on of agency radios, repeaters, and antennas • Cargo Management Systems – Modular shelving, slide-out trays, and secure compartments • Decal & Branding Packages – Reflec�ve graphics, agency logos, and compliance markings REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES • Specialty Equipment Mounts – Custom brackets for radar, license plate readers, and scene ligh�ng B. Cost-effec�veness and value to the city Global Public Safety delivers measurable value to law enforcement agencies through a combina�on of cost-efficiency, reliability, and scalable service delivery: • Compe��ve Pricing Our pricing structure is designed to meet agency budgets without compromising quality. Volume discounts, bundled service op�ons, and transparent cost breakdowns ensure fiscal accountability and procurement compliance. • Long-Term Durability All upfi�ng components are sourced from veted manufacturers and installed to withstand high-demand field condi�ons. From ligh�ng systems to moun�ng hardware, every product is selected for extended lifecycle performance and minimal failure rates. • Reduced Maintenance Costs Our installa�ons priori�ze clean wiring, modular layouts, and service-friendly access points— reducing down�me and simplifying future repairs. Agencies benefit from lower total cost of ownership and fewer service interrup�ons. • Scalable Service Model With three Florida-based facili�es and mobile installa�on capabili�es, Global Public Safety supports mul�-agency deployments, staggered rollouts, and rapid response needs. Our infrastructure allows for seamless scaling across local, state, and federal contracts. REQUEST FOR PROPOSAL 53-25 POLICE VEHICLE UPFITTING SERVICES TAB 7 – Delivery and Turnaround Time A. Comple�on Rate • Minimum Throughput Each Global Public Safety facility maintains a baseline produc�on rate of at least 3 fully upfited vehicles per week, ensuring consistent delivery across standard schedules. • Surge Capacity For agencies requiring accelerated �melines, Global Public Safety leverages its three Florida- based facili�es—Orlando, Tallahassee, and Jacksonville—to increase output based on current shop schedules and resource availability. This mul�-site coordina�on allows for flexible scaling without compromising quality or compliance. B. Schedule Adherence • Project Management So�ware Tracking All vehicle upfi�ng projects are tracked using digital project management tools, ensuring real- �me visibility into task comple�on, resource alloca�on, and delivery �melines. This system supports proac�ve adjustments and transparent repor�ng. • Daily Progress Logs Each facility maintains daily installa�on logs, documen�ng technician ac�vity, component status, and any devia�ons from schedule. These logs are reviewed by shop managers and shared with leadership to ensure accountability and �mely escala�on. • Con�ngency Planning for Delays In the event of supply chain disrup�ons, staffing shortages, or unforeseen technical issues, Global Public Safety ac�vates con�ngency protocols. These include cross-facility resource realloca�on, client no�fica�on procedures, and revised delivery schedules to minimize opera�onal impact. City of Clearwater Procurement Jay Ravins, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [ENFORCEMENT ONE INC] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services RESPONSE DEADLINE: August 26, 2025 at 10:00 am Report Generated: Tuesday, August 26, 2025 Enforcement One Inc Response CONTACT INFORMATION Company: Enforcement One Inc Email: sales@enforcementone.com Contact: Al Warrell Address: 381 Roberts Road Oldsmar, FL 34677 Phone: N/A Website: https://www.enforcementone.com Submission Date: Aug 13, 2025 11:16 AM (Eastern Time) [ENFORCEMENT ONE INC] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services [ENFORCEMENT ONE INC] RESPONSE DOCUMENT REPORT Request For Proposal - Police Vehicle Upfitting Services Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? No 2. Additional Materials* Have you included any additional materials? No 3. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No 4. Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. [ENFORCEMENT ONE INC] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services [ENFORCEMENT ONE INC] RESPONSE DOCUMENT REPORT Request For Proposal - Police Vehicle Upfitting Services Page 3 B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed [ENFORCEMENT ONE INC] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services [ENFORCEMENT ONE INC] RESPONSE DOCUMENT REPORT Request For Proposal - Police Vehicle Upfitting Services Page 4 5. E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed 6. Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 53-25 Police Vehicle Upfitting Services. Vendor_Proposal_-_Clearwater.pdf [ENFORCEMENT ONE INC] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services [ENFORCEMENT ONE INC] RESPONSE DOCUMENT REPORT Request For Proposal - Police Vehicle Upfitting Services Page 5 7. Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... Scan.pdf.pdf 8. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... Scan.jpeg_2.pdf 9. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) Scan.pdf_2.pdf PRICE TABLES INITIAL UPFITTING VEHICLES Line Item Description Quantity Unit of Measure Unit Cost Total 1A Marked Ford Explorers (Exhibit A1) With 911 Harness 26 Each $18,529.58 $481,769.08 1B Marked Ford Explorers (Exhibit A2) Without 911 Harness 26 Each $18,529.58 $481,769.08 2A Unmarked Explorers -Supervisor (Exhibit B1) With 911 Harness 2 Each $15,829.59 $31,659.18 2B Unmarked Explorers - Supervisor (Exhibit B2) Without 911 Harness 2 Each $15,829.59 $31,659.18 [ENFORCEMENT ONE INC] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services [ENFORCEMENT ONE INC] RESPONSE DOCUMENT REPORT Request For Proposal - Police Vehicle Upfitting Services Page 6 Line Item Description Quantity Unit of Measure Unit Cost Total 3A Unmarked Explorers -Traffic (Exhibit C1) With 911 Harness 2 Each $16,969.66 $33,939.32 3B Unmarked Explorers -Traffic (Exhibit C2) Without 911 Harness 2 Each $16,969.66 $33,939.32 4 Marked Ford F-150 Trucks (Exhibit D) 2 Each $15,861.23 $31,722.46 5 Unmarked Ford F-150 Trucks (Exhibit E) 2 Each $15,861.23 $31,722.46 6 Unmarked Ford F-150 - Traffic Units (Exhibit F) 2 Each $15,101.44 $30,202.88 7 Unmarked Chevrolet Tahoe – Staff Vehicle (Exhibit I) 2 Each $14,973.75 $29,947.50 8 Unmarked Chevrolet Tahoe – Patrol Vehicle (Exhibit J) 2 Each $15,032.19 $30,064.38 9 Marked Chevrolet Tahoe - K9 Units (Exhibit K) 2 Each $25,379.67 $50,759.34 10 Polaris Mule (Exhibit O) 1 Each $4,931.70 $4,931.70 11 Unmarked Ford F-250 (Exhibit P) 1 Each $14,860.35 $14,860.35 TOTAL $1,318,946.23 FUTURE UPFITTING VEHICLES Line Item Description Unit of Measure Unit Cost 1 Marked Chevrolet Tahoe (Exhibit G) Each $18,939.52 2 Unmarked Chevrolet Tahoe - Supervisor (Exhibit H) Each $15,783.51 3 Marked Ford Explorer - K9 Units (Exhibit L) Each $24,069.43 [ENFORCEMENT ONE INC] RESPONSE DOCUMENT REPORT RFP No. 53-25 Police Vehicle Upfitting Services [ENFORCEMENT ONE INC] RESPONSE DOCUMENT REPORT Request For Proposal - Police Vehicle Upfitting Services Page 7 Line Item Description Unit of Measure Unit Cost 4 Marked Ford Explorer - Civilian (Exhibit M) Each $13,127.14 5 Marked Ford F150 - Civilian (Exhibit N) Each $11,143.54 PERCENTAGE DISCOUNT OFF MSRP OR CATALOG Provide either a percentage discount off the MSRP or a catalog-wide discount for the items listed in Exhibits Q through T. Line Item Description Unit of Measure Percentage 1 Whelen Parts (Exhibit Q) Percentage 36% 2 Havis Parts (Exhibit R) Percentage 28% 3 Jotto Parts (Exhibit S) Percentage 64.25% 4 Troy Parts (Exhibit T) Percentage 35.2% HOURLY RATES Provide the hourly service rate for equipment installation and/or removal performed during standard business hours, defined as 7:00 AM to 4:00 PM. Line Item Description Unit of Measure Unit Cost 1 Hourly service rate for equipment installation and/or removal. Hour $81.95 Introduction: At Enforcement One, our mission is to provide high-quality, customized emergency vehicles that are reliable, efficient, and cost-effective. We are committed to innovation, employing advanced technology and engineering techniques to meet the unique needs of first responders, law enforcement, and healthcare providers. We strive to build long-term relationships with our customers through exceptional service and unmatched product excellence. Response to the RFP: Enforcement one Inc is located in Oldsmar, Fl. We are 7.7 miles away from Clearwater Fleet. Enforcement One is prepared to deliver up to three harnessed patrol vehicles a week or two non-harnessed patrol vehicles a week. Proposed Solution: Innovation: Continuously invest in research and development to create cutting-edge vehicles equipped with the latest technology and safety features. Quality: Consistently meet or exceed both industry standards and customer expectations in vehicle design, functionality, and durability. Customer-Centric Approach: Prioritize the needs and operational demands of our customers in every aspect of our business, from initial consultations to after-sales support. Integrity: Uphold the highest levels of ethics, honesty, and transparency in all our business operations Quality Assurance: Implement a rigorous quality control process to ensure that every vehicle is tested and certified to meet industry regulations and customer specifications. Customer Engagement: Establish and maintain proactive communication channels to keep our customers informed and involved throughout the entire process, from design to delivery and beyond. Professional Development: Foster a work environment that encourages skill development, teamwork, and professional growth to attract and retain the best talent in the industry. Streamlined Manufacturing: Optimize production processes to reduce lead times and increase efficiency, without compromising quality. Qualifications and Experience: Enforcement One has been the City of Clearwater's primary vendor for upfitting for the last twelve years. We have over twenty experienced and certified technicians. References: Pasco County Sheriffs Office - Josh Luneau - 813-235-6095 Clearwater Fleet - Deb Moore - 727-336-8334 Pinellas County Sheriff’s Office - Captain Brian Brown -727-421-3939 September 17, 2025 NOTICE OF INTENT TO AWARD The Selection Committee, in coordination with the Procurement Division, has completed the evaluation of RFP No. 53-25, Police Vehicle Upfitting Services. As a result, the Committee is recommending a dual award to the following firms, listed in alphabetical order: 1) Enforcement One, Inc 381 Roberts Road Oldsmar, FL 34677 1) Global Public Safety 7449 Race Road, Ste 100 Hanover, MD 21076 Contract negotiations will begin shortly, and the finalized agreements will be presented to Council for authorization in the near future. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst II at (727) 444- 8527, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758- 4748. Posted on this date by: Kelly Rogers Kelly Rogers Procurement Analyst II Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1084 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: General Services Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Authorize a purchase order to Garland/DBS, Inc. for roof replacement at Main Police Department in the not-to-exceed amount of $1,298,516.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c) Piggyback and authorize the appropriate officials to execute same. (consent) SUMMARY: The proposal from Garland/DBS includes the installation of a Modified Bitumen Roof System. The existing roof on the Main PD building is original to the structure, which was built in 1996, and is now over 29 years old. Over the years, it has undergone numerous repairs; however, the roofing system has reached the end of its life cycle. The current condition of the roof requires substantial repair or full replacement to maintain a watertight building envelope and prevent further water intrusion into the facility. Authorization to piggyback OMNIA Partners contract PW1925 through Lead Agency Racine County, valid through October 14, 2029, is requested. Garland/DBS, Inc. was the lowest responsive, responsible, and qualified bidder on the requirements issued in the Racine County IFB. Garland provided line-item pricing from the OMNIA contract of $1,552,728.07. However, under the Alternative Costing Method of the OMNIA contract, Garland can provide alternative pricing if the service is more appropriate to be custom designed and manufactured to meet an individual project site’s conditions or provide for a unique application of the project. Under this Alternative Costing Method, Garland contacted four local roofing contractors to compare pricing and received four proposals for this work. Tecta America provided the lowest cost proposal of $1,298,516.00 and will serve as a subcontractor to Garland. APPROPRIATION CODE AND AMOUNT: Funds are available in capital improvement project GSBM180003, Roof Repair and Replacement, to fund this purchase order. This project is funded by revenues from the General Fund. STRATEGIC PRIORITY: The use of Garland/DBS is supported by Strategic Plan Objectives 1.1, maintaining municipal performance, and promoting accountable governance; 1.2, maintaining public infrastructure; 2.1, strengthen-public private initiatives 3.2, proactive code compliance, and targeted revitalization. Page 1 City of Clearwater Printed on 10/31/2025 1. 2. a. Removal of all existing roof components back down to metal or concrete deck. Garland/DBS, Inc. 3800 East 91st Street Cleveland, OH 44105 Phone: (800) 762-8225 Fax: (216) 883-2055 ROOFING MATERIAL AND SERVICES PROPOSAL City of Clearwater Main Police Department 645 Pierce St. Clearwater, FL 33765 b. The replacement of all internal roof drains including up to 5’-0” of drain piping. New drains shall be sumped and all new components (clamping rings, bolts, washers, etc.) including cast iron basket. j. Install final reflective aluminum surfacing after a 30-day cure period. k. The removal and installation of new pedestrian paver system on section A4. e. The installation of one (1) ply of modified base sheet - torch applied. f. The installation of one (1) ply modified cap sheet - torch applied. g. For all equipment curbs and flashings (edge metal/wall), install the same 2-ply torch applied modified bitumen flashings. c. The installation polyisocyanurate insulation and gypsum cover board secured with screws and plates into metal deck. Adhere insulation + cover board using high rise insulation foam adhesive over concrete decks. d. The installation of saddles and crickets where required to provided positive slope towards the roof drains. Date Submitted: 10/06/2025 Proposal #: 25-FL-250307 a. Repair and preparation of existing roof deck. MICPA # PW1925 FL General Contractor #: CGC1533467 Scope of Work: Demolition BASE BID: 2-Ply Modified Bitumen System Replacement Roof System (Torch Applied) Purchase orders to be made out to: Garland/DBS, Inc. Please Note: The following budget/estimate is being provided according to the pricing established under the Master Intergovernmental Cooperative Purchasing Agreement (MICPA) with Racine County, WI and OMNIA Partners, Public Sector (U.S. Communities). The line item pricing breakdown from Attachment C: Bid Form should be viewed as the maximum price an agency will be charged under the agreement. Garland/DBS, Inc. administered an informal competitive process for obtaining quotes for the project with the hopes of providing a lower market-adjusted price whenever possible. h. The installation of new perimeter edge metal, counter flashings, and accessories as needed. i. Existing lightning protection shall be left intact, roofing contractor to install connection points to ground wire where needed. Provide a letter of findings at project completion stating LPS is in good working condition. Page 1 of 4 1. 2. 3. Item #Unit Price Quantity Unit Extended Price 2.04 3.77$ 31,000 SF 116,870.00$ 6.15.01 9.38$ 31,000 SF 290,780.00$ 12.03.02 5.51$ 31,000 SF 170,810.00$ 12.11.01 9.90$ 31,000 SF 306,900.00$ b. Cost of paver is included in the low contractors final price. Roofing contractor to install exterior faceplates (aluminum) at all scupper locations. Building owner to remove existing storm shutter supports to allow existing roof removal and proper installation of new roof system. Owner to reinstall storm shutters along with complete required stucco repairs. Roofing contractor to install new roof system along with drainage mat (Air Layer Membrane) prior to new paver system installation. Existing paver patio area is 28’x30’. Roofing contractor to leave existing guardrail intact. Install new stainless steel pitch pockets with pourable sealer/liquid flashing. Roofing contractor to include the cost of all materials and labor in their base bid. Include all costs for new tapered insulation on this roof section (A4). a. Hanover Architectural Products is the basis of design for new paver system. Roofing contractor to carry all labor and material costs to install new paver system following manufacturer’s instructions. Standard paver color included, selected by owner. Scope of Work: Project Specific Adendum 1 Tear-off & Dispose of Debris: SYSTEM TYPE BUR W/ Insulation and Gravel Surfacing - Concrete Deck Attachment C: Bid Form - Line Item Pricing Breakdown Item Description Roof Deck and Insulation Option: CONCRETE ROOF DECK - TORCH APPLIED / SELF-ADHERING APPLICATION INSULATION OPTION: Adhere Polyisocyanurate in Insulation Adhesive / Adhere Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) with Insulation Adhesive to Provide an Average R-Value of 20 In Compliance FM 1-90 Requirements 2-PLY ROOF SYSTEMS - COMBINATIONS OF A BASE PLY & A CAP SHEET (TOP PLY) PLEASE NOTE: BASE PLY & CAP SHEET COMBINATIONS MUST BE APPROVED BY THE MANUFACTURER: ROOF CONFIGURATION 1 Ply of Torch Base Sheet Installed with Torch Application: BASE PLY OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - 210 lbf/in tensile 2-PLY ROOF SYSTEMS - COMBINATIONS OF A BASE PLY & A CAP SHEET (TOP PLY) PLEASE NOTE: BASE PLY & CAP SHEET COMBINATIONS MUST BE APPROVED BY THE MANUFACTURER: ROOF CONFIGURATION 1 Ply of Mineral Surfaced, Torch-Applied Cap Sheet Installed with Torch Application: ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum 300 lbf/in tensile Torch-Applied Membrane Page 2 of 4 20.02.01 27.17$ 2,120 SF 57,600.40$ 5.10 3.27$ 33,120 SF 108,302.40$ 5.97$ 840 SF 5,014.80$ 1,056,277.60$ 22.03 25 1,056,277.60 %264,069.40$ 22.08 25 1,056,277.60 %264,069.40$ 22.22 -3 1,056,277.60 %(31,688.33)$ 1,552,728.07$ 1,552,728.07$ Proposal Price Based Upon Market Experience:1,298,516$ 1 Tecta America 2 Pax Services Group 3 Tarheel Roofing 4 Springer Peterson Sub Total Prior to Multipliers Total After Multipliers MULTIPLIER - MULTIPLE MATERIAL STAGINGS Multiplier is applied when labor production is effected by the time it takes to stage a roof multiple times. Situations include, but are not limited to staging materials to perform work on multiple roof levels, planned shutdowns and restarts, portion of the job is over sensitive work areas requiring staging from more than one point, etc. 1,298,516$ 1,305,229$ 1,400,043$ 1,435,407$ Base Bid Total Maximum Price of Line Items under the MICPA: Garland/DBS Price Based Upon Local Market Competition: MULTIPLIER - ROOF HEIGHT IS GREATER THAN 20 FT, BUT LESS THAN OR EQUAL TO 50 FT STORIES Multiplier is applied when labor production is effected by the roof height. This multiplier applies to roof heights that exceed an estimated 2 stories, but are less than or equal to an estimated 5 stories. Additional roof height can require increased safety requirements, larger lift equipment, tie-offs, etc. MULTIPLIER - ROOF SIZE IS GREATER THAN 30,000 SF, BUT LESS THAN 50,000 SF Multiplier is applied when Roof Size is greater than 30,000 SF, but less than 50,000 SF. Situation creates the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across a larger than average roof area resulting in fixed costs being a lower portion of the overall job costs Coat New Roofing With Elastomeric Coating: ROOF SYSTEM TYPE Apply an Aluminum Coating per Specifications (3/4 Gallon per Square per Coat - 2 Coats Required) - Smooth or Mineral Surfaced Modified RS Means Roof Pavers and Supports: Concrete Blocks, Natural 2" Thick. NEW FLASHINGS FOR ROOFING SYSTEMS & RESTORATION OPTIONS: Torch Applied Flashings - Minimum 1 Ply of Torch Base and Torch Mineral Cap Sheet; Torch Applied FLASHING OPTION: BASE PLY: SBS Modified Polyester/Fiberglass Reinforced Base Torch Applied Flashing Ply - 80 lbf/inch tensile (ASTM D 5147); TOP PLY: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 300 lbf/in Tensile Torch Applied Membrane Page 3 of 4 Wood Blocking 2"x 6"per 10Ft. Decking Replacement per Sq. Ft. Clarifications/Exclusions: 1. 2. 3. 4. Respectfully Submitted, John Petersen Garland/DBS, Inc. (216) 302-3777 If you have any questions regarding this proposal, please do not hesitate to call me at my number listed below. John Petersen Potential issues that could arise during the construction phase of the project will be addressed via unit pricing for additional work beyond the scope of the specifications. This could range anywhere from wet insulation, to the replacement of deteriorated wood nailers. 102.60$ 15.96$ Please Note – The construction industry is experiencing unprecedented global pricing and availability pressures for many key building components. Specifically, the roofing industry is currently experiencing long lead times and significant price increases with roofing insulation and roofing fasteners. Therefore, this proposal can only be held for 60 days and is subject to a price increase if project is awarded in 2026. DBS greatly values your business, and we are working diligently with our long- term suppliers to minimize price increases and project delays which could effect your project. Thank you for your understanding and cooperation. Tecta America - Unforeseen Site Conditions: Any work not exclusively described in the above proposal scope of work is excluded. Plumbing, Mechanical, Electrical work is excluded. Masonry work is included to which it obtains to the scope of work. Interior Temporary protection is excluded. Page 4 of 4 Munis Contract #:□ Yes □ No Signed by vendor:□ Yes □ No □ DocuSign Contract Type □Non Encumber Expense □ Encumber Expense □ HSD PO Expense □ Revenue Vendor/Customer #: Department: Sub Department: Brief Description of Services: Contact/administrator: Contact Munis ID: Contract Start: Accounts Information Year If additional account lines are necessary, attach a schedule. Total: Have you read the agreement: □ Yes □ No Do you understand & agree with the Terms:□ Yes □ No Are there things that you think should be changed in this Contract: □Yes □ No Was a resolution passed to authorize the original contract: □Yes □ No If yes, indicate the resolution number:(attach a copy of the resolution) Is there a required signature date: □ Yes □ No Corp Counsel Stamp: County Clerk Stamp: Racine County Contract & Contract Amendment Form Attach one copy of the contract to be filed. Attach more copies if required by vendor. Amendment: Vendor Name: Full Address: Contract End: If this is a multi year contract - Committee and County Board authorization is needed before the contract can be processed. By completing this form, Procurement Policy has been followed. Account Name:Account Number Amended Amount New Contract Amount - If yes, please attach a memo stating the changes you think should be made. If yes, what date: Upon complete execution of this contract, an original copy must be placed on file with the County Clerk along with this cover sheet. This form is to be printed on Pastel Yellow paper.Updated 111320 BE 1718 n 6557 GARLAND/DBS 3800 EAST 91ST ST CLEVELAND OH 44105 FINANCE AMENDMENT 5 YEAR EXTENSION ROOFING SUPPLIES AND SERVICES Duane McKinney 6750dmckinne 10/15/2019 10/14/2029 13500000.400000 $ 0.00 n n DocuSign Envelope ID: 93DC32B6-E0CD-4AA8-AA5C-8108E1D9716B ROOFING SUPPLIES AND SERVICES, WATERPROOFING, AND RELATED PRODUCTS AND SERVICES CONTRACT 2019 AMENDMENT NO. ELEVEN (11) This Amendment No. Eleven is effective December 15, 2023 and is to modify the ROOFING SUPPLIES AND SERVICES, WATERPROOFING, AND RELATED PRODUCTS AND SERVICES CONTRACT 2019 agreed upon by Racine County, Wisconsin, 730 Wisconsin Avenue, Racine, Wisconsin 53403 (“County”) and Garland/DBS, Inc. 3800 East 91st Street, Cleveland, Ohio 44105 (“Contractor”) (hereinafter each a “Party” and collectively referred to as “Parties”) on September 27, 2019 (“Contract”). The Parties hereby agree to amend the Contract as follows: TERM: The County is exercising the remaining renewal option for one (1) five (5) year term through October 14, 2029. ALL OTHER PROVISIONS OF THE CONTRACT SHALL REMAIN IN THEIR ENTIRETY. RACINE COUNTY BY: _______________________ Jonathan Delagrave Racine County Executive DATE: _______________________ BY: _______________________ Wendy M. Christensen Racine County Clerk DATE: _______________________ GARLAND/DBS Inc. BY: _______________________ DATE: _______________________ DocuSign Envelope ID: 93DC32B6-E0CD-4AA8-AA5C-8108E1D9716B 12/28/2023 12/28/2023 1/2/2024 1/3/2024 1/3/2024 Page 1 of 2 ROOFING SUPPLIES AND SERVICES, WATERPROOFING, AND RELATED PRODUCTS AND SERVICES CONTRACT 2019 Executive Summary Lead Agency: Racine County, Wisconsin Solicitation: Invitation for Bid #PW1925 IFB Issued: August 7, 2019 Pre-Bid Date: August 15, 2019 Bids Due: September 9, 2019 Bids Received: 2 Awarded to: Garland/DBS, Inc. Racine County, Wisconsin issued IFB #PW1925 on August 7, 2019 to establish a national cooperative contract for Roofing Supplies and Services, Waterproofing, and Related Products and Services contract. The solicitation included cooperative purchasing language in Section B. Terms and Conditions, item 5. National Contract: Subject to its fiduciary and statutory obligations, Racine County, as the Principal Procurement Agency, defined in Attachment B – National Cooperative Contract to be Administered by OMNIA Partners, intends to partner with OMNIA Partners to make the resultant contract (also known as the “Master Agreement” in materials distributed by OMNIA Partners) from this solicitation available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit(“Public Agencies”), through OMNIA Partners’ cooperative purchasing program. Racine County is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners (a “Participating Public Agency”). Attachment B – National Cooperative Contract to be Administered by OMNIA Partners contains additional information about OMNIA Partners and the cooperative purchasing agreement. Notice of the solicitation was sent to potential offerors, as well as advertised in the following: •Racine County, WI website •OMNIA Partners, Public Sector website •Tallahassee Democrat, FL •Times Union, NY •Arizona Business Gazette, AZ •Daily Journal of Commerce, OR •Desert News, UT •Herald-News, City of Joliet, Illinois •Helena Independent Record, TN •Houston Community Newspapers, Cy CreekMirror, TX •Honolulu Star-Advertiser, HI •Las Vegas Review-Journal, NV •Montgomery Advertiser, AL •New Jersey Herald, NJ •Richmond Times, VA •Seattle Daily Journal of Commerce, WA •San Bernardino Sun, CA •The Advocate – New Orleans, LA Page 2 of 2 On September 9, 2019 bids were received from the following: •CentiMark Corporation •Garland/DBS, Inc. Garland/DBS, Inc. was the lowest responsive, responsible, and qualified bidder based on the requirements issued in the IFB. The County Executive, who was granted authority on August 30 2019 by the Racine County Commissioners, approved the contract award. The contract was executed on September 27, 2019 with an effective date of October 15, 2019. Contract includes: •Roofing supplies and services, waterproofing, and related products and services. Term: •October 15, 2019 to October 14, 2024 with 1 additional 5-year term. Pricing/Discount: •Price as stated for all schedules included in the Project Manual. •USA Today, nationwide September 23, 2019 Mr. Frank Percaciante Mr. Matt McDermott Garland/DBS 3800 East 91st Street Cleveland, OH 44105 Dear Mr. Percaciante and Mr. McDermott: On behalf of Racine County, I would like to formally congratulate Garland/DBS on being selected to provide Roofing Supplies and Services, Waterproofing and Related Products and Services for Racine County and other municipal governments and local public agencies. Racine County is in the process of preparing a contract to be signed by the required representatives of Racine County and Garland/DBS. Shortly, a draft contract will be forwarded for your review. Upon completion, the final contract will be forwarded for your signature. Again, congratulations on the award. If you have any questions, please feel free to contact me at (262) 636-3700. Sincerely, Duane McKinney Purchasing Coordinator Duane McKinney Purchasing Coordinator 730 Wisconsin Avenue Racine, WI 53403 262-636-3700 fax: 262-636-3763 duane.mckinney@racinecounty.com 242 Racine County Bid #PW1925 • CONFIDENTIAL • Garland/DBS, Inc. All trademarks and registration marks appearing in this document are the property of The Garland Company, Inc. or Garland Canada, Inc., unless specifically noted otherwise. © 2019 by Garland Industries, Inc. Prepared 09/09/19 1974. See Appendix I – Garland Historical Timeline to review Garland’s historical timeline, including the many innovations introduced and awards received. Below is a brief summary of those distinct programs and strategies that have proven to be of great value to our public agency customers. Site-Specific Discount Garland/DBS, Inc. administers a process for discounting the final price of a roofing project, as part of the existing Roofing Supplies and Services, Waterproofing and Related Products and Services contract. Since 2010, this proven process has delivered significant savings to Participating Public Agency customers, at times 25 percent or more, in comparison with the line-item pricing commitments made in our current Master Agreement. We would like to continue offering this special promotion should we be awarded the new Roofing Supplies and Services, Waterproofing, and Related Products and Services contract. The process works like this: 1. The catalog of line item pricing used as the basis for the Master Agreement contains a prevailing wage rate adjustment table that modifies the pricing catalog to the local market wages. Our estimators use these schedules to apply the Master Agreement pricing to the scope of work defined for each project by developing a line-item price breakdown, which serves as our Guaranteed Maximum Price. 2. We will then administer, as a general contractor, a fully transparent, informal process for obtaining competitive quotes on each project from local Garland-authorized roofing contractors. This alternative pricing option offers Participating Public Agencies: Garland’s best government pricing for materials (equal to the General Services Administration’s Federal Supply Schedule) The lowest qualified labor quote, based upon the site-specific elements of the project, and incorporating local prevailing wages as applicable A detailed listing of the costs for general conditions (e.g. bonding, insurance, freight, etc.) A standard mark-up for overhead and profit 3. Any savings provided through site-specific pricing will continue to be passed on directly to the individual Participating Public Agency. If Garland/DBS, Inc. cannot obtain a lower site-specific price, then the Guaranteed Maximum Price will prevail as the basis for the individual Participating Public Agency’s project. Both pricing methodologies, including all supporting documentation, are available to the Participating Public Agency for review and evaluation at any time. 243 Racine County Bid #PW1925 • CONFIDENTIAL • Garland/DBS, Inc. All trademarks and registration marks appearing in this document are the property of The Garland Company, Inc. or Garland Canada, Inc., unless specifically noted otherwise. © 2019 by Garland Industries, Inc. Prepared 09/09/19 If awarded a new Master Agreement, every Participating Public Agency will be offered the opportunity of a site-specific discount. Unless that offer is formally declined, the agency may then choose the lower of the two pricing scenarios. Garland/DBS, Inc.’s unique local-market, site-specific pricing process has a well- documented history of generating significant savings for our customers. Garland/DBS, Inc. will continue to assume the responsibility for inviting multiple authorized local contractors to provide quotes to Garland/DBS, Inc. on all turnkey roofing projects, unless it is the preference of the individual Participating Public Agency to work with a specific contractor. The paperwork associated with the local pricing process will remain the sole responsibility of Garland/DBS, Inc., with all communications conducted in collaboration with each agency’s locally based Garland representative. This value-added service has proven to be an expeditious process, typically taking as little as two to four weeks, relieving the Participating Public Agency of the burdensome paperwork associated with competitive bidding while providing all of the pricing and scheduling benefits associated with cooperative purchasing via this Master Agreement. This value-added proposition is being provided in the hope of consistently outperforming the established installed pricing specified in this Master Agreement. Our intent is to be able to offer a one-time site-specific discount for every project, based upon competitively solicited pricing that incorporates the site-specific conditions of each individual project, including the local-market labor rates. Any nationwide contract is awarded on a bidder’s lowest installed pricing for standardized line items intended to encompass a variety of different applications. In reality, roofing (unlike office supplies or furniture) is a complex system of multiple components, each of which ought to be chosen and installed to provide the best performance-to-cost ratio possible. Through our experience with the original and existing Master Agreements, we have verified that the lowest installed cost available through a site-specific competitively solicited process with local contractors is frequently more advantageous to a Participating Public Agency than the Guaranteed Maximum Pricing on which our contracts were awarded. We believe so strongly in this proven process, Garland/DBS, Inc. will continue to document our offering of this service to every U.S. Communities agency purchasing Roofing Supplies and Services, Waterproofing, and Related Products and Services, whether or not they choose to accept it. The Differentiating Benefit of Local Contractor Participation In implementing the proposed Master Agreement, Garland/DBS, Inc. will be solely responsible for the distribution of all materials and/or the installation of all projects. This Public Works & Development Services 14200 Washington Avenue Sturtevant, WI 53177 262-886-8440 fax: 262-886-8480 Finance Department Racine County Courthouse Duane McKinney 730 Wisconsin Avenue Purchasing Coordinator Racine, WI 53403-1238 Phone (262) 636-3700 Fax (262) 636-3763 August 7, 2019 Dear Prospective Bidder: You are invited to submit a bid to provide Roofing Supplies and Services, Waterproofing, and Related Products and Services, for Racine County and other municipal governments and local public agencies. A copy of this solicitation is available for download at: https://racinecounty.com/doing-business/purchasing-rfps-and-bids. Sealed bids are due on or before 2:00 p.m. on Monday September 9, 2019 at the above address. Late bids will not be accepted. Bids must be in a sealed envelope or box and show the Bidder’s name, address, and solicitation number on the cover. Your bid must be manually signed and dated and include all requested information. Any questions regarding this Invitation For Bid must be directed to: Duane McKinney, Purchasing Coordinator Telephone: 262-636-3700 Duane.McKinney@racinecounty.com No other Racine County employee or representative is authorized to provide information or interpret any portion of this solicitation. No contact from a vendor to any Racine County employee or elected official should be made during this process unless authorized by Racine County Finance. General questions may be directed to the Purchasing Coordinator at 262-636-3700 between the hours of 8:00 a.m. and 4:30 p.m., Monday through Friday. If your firm chooses not to submit a bid for this procurement, please complete Attachment A – No Bid Form. Page 1 RACINE COUNTY RESERVES THE RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS; TO WAIVE ANY TECHNICALITY OR ERROR IN ANY BID OR PART THEREIN, AND TO ACCEPT THE SAME OR COMBINATIONS, IN WHOLE OR IN PART, WHICHEVER IS DEEMED TO BE IN THE BEST INTEREST OF RACINE COUNTY IN ITS SOLE AND EXCLUSIVE DISCRETION. Sincerely, Duane McKinney Duane McKinney Purchasing Coordinator Encl: Bid Package Page 2 Public Works & Development Services 14200 Washington Avenue Sturtevant, WI 53177 262-886-8440 fax: 262-886-8480 INVITATION FOR BID Bid # PW1925 Roofing Supplies and Services, Waterproofing, and Related Products and Services A.INSTRUCTIONS TO BIDDERS 1.BIDDER’S QUESTIONS Bidders are reminded to carefully examine the bid and specifications upon receipt. If theBidder does not fully understand the Invitation For Bid (IFB) or is in doubt as to theCounty’s ideas or intentions concerning any portion of the IFB, any/all questions shall be submitted in writing to Duane McKinney, Purchasing Coordinator, by 4:00 p.m. on Monday August 19, 2019, either by fax or e-mail for interpretation or correction of anyprinted material. Fax: 262-636-3763 E-mail: Duane.McKinney@racinecounty.com No verbal explanation or instructions will be given in regard to the meaning of the specifications during the bid period. If necessary, in Racine County’s sole discretion, answers to questions will be provided to all specification holders in the form of an addendum. Any addendum will include a list of each question received and Racine County’s response as of the date of the addendum. 2.NON-MANDATORY PRE-BID MEETINGA non-mandatory pre-bid meeting will be held at 9:00 a.m. local time on Thursday, August 15, 2019, in the 1st floor conference room of the Racine County Courthouse,located at 730 Wisconsin Avenue, Racine, WI. While non-mandatory, it is stronglyencouraged for Bidder’s to attend the pre-bid meeting. Oral statements or discussions during the pre-bid meeting will not be binding. Any questions should be submitted inwriting per item 1. of this Section. Changes, if any, will only be made in writing viaAddenda as described in item 3. Addenda. 3.ADDENDAAny changes made as a result of a written request will be issued via bid addenda to all prospective bidders and if necessary, an extension will be made to the bid opening date.Addenda will be posted to the Racine County Website (racinecounty.com) underBids/Proposals. Bidders are responsible for checking this website for any futureaddenda, etc. prior to the opening date. All addenda must be signed and returned withyour bid. Bidders who do not return the addenda may have their bids rejected. If you areunable to access the internet, contact Racine County Finance Department at262-636-3129 for a hard copy. Page 3 If the Bidder receives a proposal packet from any source or entity other than Racine County Finance, the Bidder is responsible for contacting Racine County Finance and requesting the firm’s name be put on the bid list for the project. Failure to do so in no way obligates the County to send out addendum or other information concerning this request to the firm. 4.METHOD OF BIDBidders shall submit bids on the Bid Form attached to this IFB and incorporated hereinas Attachment C, and shall submit all other information and materials required by thisIFB. A legally authorized representative of the Bidder shall sign the Certification ofVendor section of this IFB. Bids written in pencil or in a format other than the attachedforms will be rejected. Erasures or corrections of mistakes on Bid Form will be initialed orsigned by Bidder. Failure to meet any requirements listed in this bid document may be cause for disqualification of the bid. Any information considered to be proprietary by a Bidder must be plainly marked as such and may not include pricing. Racine County makes no warranty or representationas to the application of the Wisconsin Public Records Law (Wis. Stat. § 19.31, et seq.)(the “WPRL”) to any documents and information submitted in response to this IFB. 5.INCURRING COSTSRacine County is not liable for any costs incurred in replying to this IFB. 6.TWO COPIES ARE REQUIREDUnless otherwise specified, one (1) original and one (1) copy, and two (2) flash drives ofyour bid response are required. At least one (1) response must have an originalsignature in blue ink under Certification of Vendor. 7.ADDITIONAL DATA WITH BIDBidders may include any additional information deemed advantageous to Racine County. Consideration of additional data and information is to be held optional to RacineCounty however if an award is made, it will be awarded as outlined in item 3. Awardunder Section D. Award Information. 8.ADDRESSING OF BIDSThe bid shall be submitted in a sealed envelope; no faxes or electronic submissions are permitted. Sealed envelope shall be marked with Bidder’s name and return address andshall be addressed as follows:TO: PURCHASING COORDINATOR RACINE COUNTY COURTHOUSE, 4th FLOOR 730 WISCONSIN AVE RACINE, WI 53403-1238 On the front of the envelope write: ROOFING SUPPLIES AND SERVICES, WATERPROOFING, AND RELATED PRODUCTS AND SERVICES Solicitation Number: PW1925 DUE: September 9, 2019 Page 4 9.DUE DATESealed bids will be accepted by Racine County Finance until 2:00 P.M. CDT, MondaySeptember 9, 2019. All Bids will be reviewed and evaluated as described inSection D, Award Information.. Any Bid received by the County after this date and time will be not be accepted. Biddersare responsible for ensuring that the above office receives its Bid before the deadline. 10.AMENDMENTS TO BIDSSubject and pursuant to Wis. Stat. § 66.0901(5), each Bidder will be allowed a period offorty-eight (48) hours after the time and date set for receipt of bids to notify the County inwriting of a material mistake in the bid. However, no changes to the line item prices inBid Form, included as part of this bid, are permitted after sealed bids are accepted by the due date and time outlined in this IFB. Failure of Bidder to notify the County in themanner and within the time limit specified above will constitute a waiver by the Bidder ofall rights and remedies relative to a material mistake. Formal bid amendments thereto, or requests for withdrawal of bid received by RacineCounty after time specified for opening will not be considered. 11.LATE BIDSLate bids will not be accepted and will be returned unopened. 12.WITHDRAWAL OF BIDSBids may be withdrawn by written or electronic request received from Bidder prior to timeand date fixed for bid opening if the Bid contains a mistake, omission, or error. Subjectto Wis. Stat. § 66.0901(5), negligence on the part of the Bidder in preparing the bidconfers no right for withdrawal of the bid after it has been opened. Bids that arewithdrawn prior to the time and date set for bid opening will be returned unopened, andthe Bidder may not re-bid upon this IFB unless no contract is awarded under this IFB and this IFB is re-advertised. 13.BIDS BINDING – 60 DAYS Unless otherwise specified, all formal bids submitted shall be binding forsixty (60) calendar days following bid-opening date. B.TERMS AND CONDITIONS 1.GENERAL TERMS AND CONDITIONSThe successful Bidder (the “Contractor”) agrees to all of Racine County’s GeneralTerms and Conditions located at https://racinecounty.com/home/showdocument?id=11726 and incorporated byreference herein. 2.INSURANCEi.Requirement:Contractor shall procure and maintain in full force and effect for the duration of this Agreement, insurance protecting against claims for injuries to persons or damagesto property which may arise from or in connection with performance of the work Page 5 hereunder by the Contractor, his agents, representatives, employees, or subcontractors. ii.Minimum Limits of Insurance: Contractor shall maintain insurance policies with coverage and limits no less than: 1.Commercial General Liability: $1,000,000 combined single limit per occurrencefor comprehensive coverage including bodily and personal injury, sickness,disease or death, injury to or destruction of property, including loss of useresulting therefrom, damage for premises/operations, products/completedoperations, independent contractors and contractual liability (specifically coveringthe indemnity), broad-from property damage, and underground, explosion and collapse hazard. This coverage may be achieved by using an excess or umbrellapolicy. The policy or policies must be on “an occurrence” basis (“claims made”coverage is not acceptable). 2.Commercial Automobile Liability (owned, non-owned and hired): $1,000,000combined single limit per occurrence and for bodily and personal injury, sickness, disease or death, injury to or destruction of property, including loss of useresulting therefrom. 3.Workers' Compensation and Employers Liability: Workers’ Compensation limitsas required by the State of Wisconsin and Employers Liability of $1,000,000 peroccurrence or disease. 4.Professional Liability (Errors and Omissions) Coverage: $1,000,000 combinedsingle limit per occurrence is required, in the event a contractor is performingdesign, engineering or other professional services. 5.Commercial Umbrella or Excess Liability Coverage: $2,000,000 in liability excesscoverage per occurrence above the contracts stated minimum coverage limits forCommercial General Liability, Commercial Automobile Liability, and the Workers' Compensation and Employers Liability policies of insurance. This may besatisfied by having the underlying liability limits that equal or exceed thecombined amount of the underlying liability limits and umbrella coverage. 6.Builder's "All Risk" Insurance: In the event Contractor is performing constructionservices under the Contract, Contractor shall procure and maintain “All-Risk” Builder’s insurance, written on a commercially recognized policy form, providingcoverage for the Work performed under the contract, and the materials,equipment or other items incorporated therein, while the same are located at the construction site, stored off-site, or at the place of manufacture. The policy limitshall be in a minimum amount equal to the "full insurable value" of suchequipment and 100% of the value of the Contract, including any additional costswhich are normally insured under such policy. The insurance coverage shallinclude boiler and machinery insurance on a comprehensive basis and includecoverage against damage or loss caused by earth movement (including but notlimited to earthquake, landslide, subsidence and volcanic eruption), fire, flood,hurricanes, explosion, hail, lighting, weather, vandalism, malicious mischief, Page 6 wind, collapse, riot, aircraft, smoke, or other cataclysmic events, and coverage against damage or loss caused by machinery accidents and operational and performance testing, commissioning and start-up, with extended coverage, and providing coverage for transit, with sub-limits sufficient to insure the full replacement value of the property or equipment removed from its site and while located away from its site until the date of final acceptance of the Work. The making of progress payments to the Contractor shall not be construed as relieving the Contractor or its subcontractors or insurance carriers providing the coverage described herein for responsibility for loss or direct physical loss, damage or destruction occurring prior to final acceptance of the Work. iii.Deductibles and Self-Insured Retention Any deductibles or self-insurance retentions must be declared to and approvedby Racine County so that the County may ensure the financial solvency of the Contractor. At the option of the County, either the insurer shall reduce oreliminate such deductibles or self-insured retentions as respects the County, itsofficers, officials, and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administrationand defense expenses. Contractor shall pay all deductibles and be liable for allclaims, losses and damages for which it self-insures. iv.Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1.General Liability, Automobile Liability, and Umbrella/Excess Insurance a.Additional Insured Requirement. Racine County, its elected and appointed officials, officers, boards, commissions, officers, employees, representatives,servants, volunteers and agents (hereinafter referred to as “Insured Party” or“Insured Parties”) are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Contractor;products and completed operations of the Contractor, premises owned,leased, or used by the Contractor; and automobiles owned, leased, hired, or borrowed by the Contractor. The coverage shall contain no speciallimitations on the scope of protection afforded to the Insured Parties.Nothing contained in this section shall be construed to require the Contractor to provide liability insurance coverage to the any Insured Party for claimsasserted against such Insured Party for its sole negligence. b.Primary Insurance Requirement. The Contractor's insurance coverage shallbe primary and noncontributing insurance as respects to any other insuranceor self-insurance available to the Insured Parties. Any insurance or self-insurance maintained by the Insured Parties shall be in excess of theContractor's insurance and shall not contribute with it. c.Reporting Requirement. Any failure to comply with reporting provisions of thepolicies shall not affect coverage provided to the Insured Parties. Page 7 d.Separate Coverage. Coverage shall state that the Contractor's insurance shall apply separately to each Insured Party against whom claim is made orsuit is brought. e.Defense Costs/Cross Liability. Coverage shall be provided on a “pay onbehalf” basis, with defense costs payable in addition to policy limits. Thereshall be no cross liability exclusion. v.Workers' Compensation and Employers Liability CoverageThe Contractor shall have and maintain in full force and effect for the duration ofthis Agreement, insurance protecting against claims for injuries to persons ordamages to property which may arise from or in connection with the performance of the Work by the Contractor, its agents, representatives, employees orsubcontractors. The insurer shall agree to waive all rights of subrogation againstRacine County, and its officers, officials, employees and volunteers for losses arising from the work performed by the Contractor for Racine County. vi.Waiver of Subrogation The insurers shall agree under each policy of insurance required by this Contractto waive all rights of subrogation against the Insured Parties for losses arisingfrom work performed by the Contractor for Racine County. vii.All Coverages 1.Notice Requirement. Each insurance policy required by this Contract shall be endorsed to statethat coverage shall not be suspended, voided, canceled, reduced in coverageor in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to Racine County Courthouse,Purchasing Department, 730 Wisconsin Avenue, Racine, WI 53403. TheCounty reserves the right to accept alternate notice terms and provisions provided they meet the minimum requirements under Wisconsin law. 2. Acceptability. The insurance to be maintained by Contractor must be issued by a companylicensed or approved to transact business in the State of Wisconsin. Such insurance shall be placed with insurers with a Best's Policyholder’s Rating of“A” or better and with a financial rating of Class VII or greater, or be otherwiseacceptable to Racine County. All policies shall be subject to approval by the Racine County Corporation Counsel as to form and content. 3.Failure of Insurers. The Contractor shall be responsible for any delay resulting from the failure ofany insurer to furnish proof of coverage in the prescribed form. Page 8 viii.Verification of Coverage Contractor shall furnish Racine County with certificates of insurance andendorsements to the policies evidencing all coverages required by this Contract.Additionally, the declarations page for each insurance policy listed on thecertificate of insurance shall be submitted to the County. The certificates andendorsements for each insurance policy are to be signed by a person authorizedby that insurer to bind coverage on its behalf. The certificates and endorsementsshall be received and approved by the County before any work commences.Racine County reserves the right to require complete, certified copies of allrequired insurance policies at any time. The contractor shall provide proof thatany expiring coverage has been renewed or replaced prior to the expiration ofthe coverage ix.Subcontractors Contractor shall include all subcontractors as insureds under its policies or shallfurnish separate certificates and endorsements for each subcontractor. Allcoverage for subcontractors shall be subject to all of the requirements stated in this Agreement, including, but not limited to, naming the Insured Parties asadditional insureds. 3.Bidder SUPPLIED DOCUMENTATION AND MATERIALS; CONFIDENTIALITY All Bidder-supplied materials, including the Bidder’s Bid, become the property of RacineCounty. Bidder acknowledges that Racine County is an “authority” for the purposes of the WPRL.Any information obtained by Racine County is considered public records and will besubject to disclosure under the WPRL, except for information falling within one of the exemptions therefrom. Racine County is required to and shall comply with the WPRL inrelation to any records, documents and information related to its dealings andrelationship with the Bidder. Nothing in the Master Agreement shall be deemed or construed as a limitation on Racine County’s discretion relating to compliance with theWPRL or other applicable law. Notwithstanding the foregoing, if any of the material a Bidder provides is confidential or is a proprietary trade secret, Bidder may mark that material with a “Confidential” stamp.While Racine County will attempt to keep such information confidential, as an authority,it cannot guaranty that it will remain confidential. Racine County will endeavor to informBidders of a public records request to view or obtain such information. Any Bidder maycontest such a request at its sole expense. Racine County assumes no responsibility forany liability whatsoever in relation to its compliance with the WPRL. Page 9 4.AFFIRMATIVE ACTION; NON-DISCRIMINATIONRacine County is committed to fulfilling its role as an Affirmative Action/Equal Opportunity Employer. We request your vigorous support of our Affirmative Actionefforts. Our relationship with your agency is based upon your willingness to accept andcomply with Executive Order 11246, as amended, and other federal laws requiring equalemployment opportunity without regard to race, religion, color, national origin, sex,disability or veteran status. By signing the Certification of Vendor on the Bid Page, youindicate your acceptance and compliance. In connection with the performance of work awarded under this IFB, the Contractoragrees not to discriminate against any employee or applicant for employment because ofage, race, religion, color, handicap, sex, physical condition, developmental disability asdefined in Wis. Stat. § 51.01(5)(a), sexual orientation as provided in Wis. Stat. § 111.36, national origin, or military service as provided in Wis. Stat. § 111.355(1). This provisionshall include, but not be limited to the following: employment, upgrading, demotion, ortransfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. TheContractor further agrees to take affirmative action to ensure equal employmentopportunities. The Contractor agrees to post in conspicuous places, available for employees and applicants for employment, notices to be provided by the contractingofficer setting forth the provisions of the non-discrimination clause (Wis. Stat. § 16.765(2)). 5.NATIONAL CONTRACTSubject to its fiduciary and statutory obligations, Racine County, as the PrincipalProcurement Agency, defined in Attachment B – National Cooperative Contract to beAdministered by OMNIA Partners, intends to partner with OMNIA Partners to make theresultant contract (also known as the “Master Agreement” in materials distributed byOMNIA Partners) from this solicitation available to other public agencies nationally,including state and local governmental entities, public and private primary, secondaryand higher education entities, non-profit entities, and agencies for the public benefit(“Public Agencies”), through OMNIA Partners’ cooperative purchasing program. RacineCounty is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any PublicAgency is preceded by their registration with OMNIA Partners (a “Participating PublicAgency”). Attachment B – National Cooperative Contract to be Administered by OMNIA Partners contains additional information about OMNIA Partners and the cooperativepurchasing agreement. OMNIA Partners is the largest and most experienced purchasing organization for publicand private sector procurement. Through the economies of scale created by OMNIAPartners public sector subsidiaries, National IPA and U.S. Communities, participants have access to more competitively solicited and publicly awarded cooperativeagreements. The lead agency contracting process continues to be the foundation forthe OMNIA Partners programs. OMNIA Partners is proud to offer more value andresources to state and local government, higher education, K-12 education and non-profits. OMNIA Partners provides shared services and supply chain optimization togovernment, education and the private sector. As a channel partner with Vizient Page 10 (formally, Novation), OMNIA Partners leverages over $100 billion in annual supply spend to command the best prices for products and services. With corporate, pricing and sales commitments from the Contractor, OMNIA Partners provides marketing and administrative support for the Contractor that directly promotes the Contractor’s products and services to Participating Public Agencies though multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. Public Agencies benefit from pricing based on aggregate spend and the convenience of a contract that has already been advertised and publicly competed. The Contractor benefits from a contract that allows Participating Public Agencies to directly purchase goods and services without the Contractor’s need to respond to additional competitive solicitations. As such, the Contractor must be able to accommodate a nationwide demand for services and to fulfill obligations as a nationwide Contractor and respond to the OMNIA Partners documents (Attachment B). While no minimum volume is guaranteed to the Contractor, the estimated annual volume of Roofing Supplies and Services, Waterproofing and Related Products and Services Specifications purchased under the Master Agreement through OMNIA Partners, Public Sector is approximately $200M. This projection is based on the current annual volumes among Racine County, other Participating Public Agencies anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated marketing approach between the Contractor and OMNIA Partners. The successful Contractor will be required to sign Attachment B – National Cooperative Contract to be Administered by OMNIA Partners, Exhibit B – Administration Agreement. Contractors should have any reviews required to sign the document prior to submitting a response. Notwithstanding the foregoing, Racine County makes no representation or warranty concerning the use of the Master Agreement by any other Participating Public Agency. C.ROOFING SUPPLIES AND SERVICES, WATERPROOFING, AND RELATED PRODUCTS AND SERVICES SPECIFICATIONS The requirements identified in this section represent the products and services currentlybeing used and are the basis for the resulting contract. The following specifications areminimum acceptable requirements. Bid specifications may not be revised without anofficial written addendum issued by the Purchasing Coordinator. Page 11 1.DESCRIPTION OF WORKBidders that are qualified are expected to propose the broadest possible selection of roofing systems and services, waterproofing products, and related products andservices that they offer commercially. The intent of this IFB is to provideParticipating Public Agencies with turn-key solutions to meet their various roofingand waterproofing needs. Therefore, the Bidder must demonstrate that it hassufficient experience in providing and installing roofing and waterproofing systems,roofing and waterproofing services, and other related services as described in itemb. Qualifying Bidders under Section 3. Award Information. The Bidder mustdemonstrate in the bid that it satisfactorily possesses the necessary qualificationsto Racine County and Participating Public Agencies as further described in SectionC.Roofing Supplies and Services, Waterproofing, and Related Products andServices Specifications. The Master Agreement shall be available to Participating Public Agencies who wish to purchase roofing and waterproofing productsseparately, roofing and waterproofing installation services separately, or anycombination of products and services together. 2.TERMContract Period: Contracts awarded as a result of bids submitted under this Sealed Bid shall extend from the date of award for a period of sixty (60) full months. Contract is renewable, at the sole option of Racine County. However, the total duration of the contract, including the exercise of any options, shall not exceed ten(10)years (initial sixty (60) month period and five (5) additional twelve (12) monthextension periods). Participating Public Agencies may initiate contracts for projectsunder the Master Agreement until the end of the contract term. Agreements forprojects initiated on or before the end date of the Master Agreement shall remain ineffect until the project completion date. Terms and conditions set forth in theMaster Agreement shall continue to be applicable for contracts executed on orbefore the end of the contract term. Racine County may terminate the Master Agreement without penalty due to the non-appropriation of funds, or for cause or convenience in accordance with the procedures set forth in the Master Agreement. Participating Agencies commonly require a modification to a term of the Contract (e.g. governing law). The awarded Supplier and Participating Agencies may agree to modify terms on any specific purchase by a Participating Agency without being in conflict with the Contract. Page 12 3.PRICINGPrices shall remain fixed for the first twelve (12) months of the Master Agreement term. Reasonable price changes based on market conditions and price/costanalysis may be made after the initial twelve (12) months. The Contractor shallsupply documentation satisfactory to Racine County, such as: documentedchanged to Producers Price Indexes; Consumer Price Indexes; or a manufacturer’spublished notification of price change(s). Racine County will evaluate thisinformation to determine if revising the pricing is considered fair and reasonable tothe satisfaction of Racine County. Requests for any such change must be receivedin writing by the Racine County Purchasing Department thirty (30) days prior to theexpiration of the original contract term. Racine County may cancel the contract ifthe price increase request is not approved. All price reductions at themanufacturers’ or distributors’ level shall be reflected in a reduction of the contract price(s) to Racine County retroactive to the effective date of the price reduction(s). 4.ALTERNATIVE COSTING METHOD If a project requires goods and services that are not covered in the pricingschedule or if a product or service is required that is more appropriate to be customdesigned and manufactured to meet an individual project site’s conditions and/or provided for a unique application or project, the successful Contractor may use thealternative costing method as follows: The successful Contractor will be requiredto: Obtain three (3) written cost proposals from local providers; Use the most advantageous cost proposal; Apply the Racine County discount as submitted onthe Pricing Schedule; and All products and services falling under this categorymust be submitted in advance and approved by the Participating Public Agencyprior to being included in any quote or proposal from the successful Contractor. 5.PRICE LIST FOR ADDITIONAL PRODUCTSThe intent is to enter into a Master Agreement for a complete line of roofingsystems, waterproofing systems, products and related services. Therefore, inaddition to specific line items listed on the pricing schedules, Bidders areencouraged to provide Manufacturer’s Price Lists for additional related productsincluding green products. Bidders shall attach to the Bid Form one (1) copy of one (1) price list or retail price sheet, clearly marking the column to which the discountis applied for each item listed. Manufacturer’s Price Lists shall be the currentlypublished National Standard Manufacturer’s Price Lists. The supplier’s Retail Price Sheets shall be the current Price Sheet at the time of bid submission. Bidders shallquote the percentage of discount from the Manufacturer’s Price List or Retail PriceSheet cited above and shall furnish a copy of same with the bid submission. Discounts must be stated as a single percentage. FAILURE TO PROVIDE THEMANUFACTURER’S PRICE LIST OR RETAIL PRICE SHEET MAY BE CAUSEFOR REJECTION OF THE BID. When award is made, the successful Contractor shall furnish current catalogs and price lists which shall become a part of thecontract. The Bidder’s name and address shall appear on all catalogs and pricelists. Where the price list shows more than one (1) column of prices, Bidder shallclearly mark the column which represents its bid. If a fee or charge is to be made, itshould be indicated on the Bid Form. Page 13 6.SPECIAL OFFERS & PROMOTIONSIn addition to decreasing prices for the balance of the Contract term due to a change in market conditions, the successful Contractor may conduct salespromotions involving price reductions for a specified lesser period. The successfulContractor may offer Participating Agencies competitive pricing which is lowerthan the not-to-exceed price set forth herein at any time during the Contract termand such lower pricing shall not be applied as a global price reduction under theContract. D. AWARD INFORMATION 1.CONDITIONS OF AWARDAll Bidders, by submission of their respective bids, agree to abide by the rules, regulations, procedures, and decisions of Racine County. 2.QUALIFYING BIDDERS Failure of Bidder to provide the required information, may result in a determinationthat Bidder is a non-responsive bidder. If Bidder does not adequately demonstrate thenecessary qualifications, as outlined throughout Section C. Roofing Supplies and Services, Waterproofing, and Related Products and Services Specifications, Biddermay be deemed not qualified and/or responsible. Racine County reserves the right tomake such additional investigations as it deems necessary to verify a Bidder submitting a bid is qualified and responsible to include investigating Bidder’s pastwork with Racine County and Racine County employees. In addition to the pricing andcertification information indicated under item C. Award of this Section, Bidders willsubmit the following items with their bid: . i.Include a detailed response to Exhibit A – Contract Requirements, located inAttachment B – National Cooperative Contract to be Administered by OMNIAPartners, to show proof of organizational capacity, equipment, and technical competency.ii.Evidence of a roofing or general contractor’s license from the State of Wisconsin toperform the work as described in this IFB. iii.List of the state’s contractor licenses held, either directly by the Bidder and anysub-contractors. The successful Contractor must use subcontractor’s licenseprovided with the bid response for work with Participating Public Agencies. iv.Proof of insurance in the form of a letter from the insurance provider stating theprovider’s commitment to insure the Bidder for the types of coverage’s or anInsurance Certificate to be in conformance with the types of coverage’s noted in the IFB.v.A completed and signed W-9 Request for Taxpayer Identification Number andCertification form. Page 14 vi.Proof of performance of similar experience demonstrated by providing a workhistory that describes their experience in providing labor, supervision, materials, equipment, tools, transport, supplies and installation services for roofing,waterproofing, and related products. Bidders must have the following experienceand provide evidence of such with their bid: a minimum of five (5) years’experience in North America; have successfully delivered, installed and completedtwo (2) turn-key roofing or waterproofing projects for public agencies in twenty-five(25)states within the previous twenty (20) months where each of the final contractamounts exceeded One Hundred-Thousand dollars ($100,000). Bidders shallprovide this information in Attachment D, Experience Record, Bidder’s shall verifycontact information listed with projects in Attachment D is up to date and correctprior to submitting a bid. Racine County reserves the right to check referencesother than those submitted. vii.Proof of satisfactorily completing past projects and further demonstration of abilityto perform the work properly and expeditiously through the submission of detaileddescriptions of the following: 1. Bidder’s Business Operations Plan to at a minimum include:a.A detailed description of the products and services offered, how thebusiness functions on a continuing basis (short- and long-term projects), quality of relevant services, steps taken to adhere to project budgets, anyproblems encountered and how they were handled (if any). Include anexplanation of any roof failures and how they were resolved. b.History of customer relationships with previous public sector customers (notincluding the Federal Government).c.Ability to meet set schedules with minimal disruption in service.d.Safety history record for the past five (5) years.e. Populate the following table, then aggregate the totals for the two (2) costcolumns to determine the aggregate change order percentage of bondedpublic projects performed by the Bidder over the last three (3) years: Project Bond Number Initial Contract Amount Brief Description of Change Order(s) Where Applicable Total Cost of Change Order(s) per Bonded Project 2.Bidder’s project management ability to at a minimum include:a.The plan to manage the Master Agreement. Explain the ability to staff andoperate the Roofing Supplies and Services, Waterproofing, and Related Products and Services. Page 15 b.Project management procedures and staffing. Also provide a detailedorganizational chart stating job titles, responsibilities and number of years of experience for each person. Identify all key personnel, including but notlimited to: principals, supervisory staff, and project superintendent to beassigned to the Master Agreement. Key personnel identified must also havean alternate, one of which shall be on-call at all times, throughout anawarded contract period.c.Procedures by which key personnel assigned to a potential contract can bereached by the Lead Public Agency prior to and after the Master Agreementhas been awarded.d.Resumes of key personnel identified.i.Racine County shall be notified in writing, of any change to the list of keypersonnel identified. This notification must include a current resume of the key personnel’s selected replacement. The replacement must meet allexperience and other requirements set forth within this document.e.Current customer service/public relations program, down to the frontline crews and including sub-contractors (if applicable). Include examples of alltraining provided to your employees.f.Quality Control Procedures to include process for ensuring quality. State how a plan will be developed for the work performed for Participating PublicAgencies. Describe any quality problems your firm has documented in thepast five (5) years. g.A thorough discounted-cash-flow analysis of the long-term comparativevalue between your proposed re-roofing/replacement and alternativeoptions, taking into consideration site-specific project conditions includinglabor rates, building height, project complexities, etc.h.A description for Bidder’s ability to provide integrated project delivery andincorporate various services; installation labor and related equipment andtools; materials; and supervision/construction management, including qualitycontrol and close-out procedures. If more than one entity will be responsiblefor fulfillment, describe all checks and balances designed into your deliveryprocess to ensure the interests of all owners and third parties are alignedwith those of the Participating Public Agencies, specifically, with their desire to achieve best services at the lowest available cost.i.A description for Bidder’s ability to warranty a completed project and toprovide ongoing inspections, condition assessments and maintenance services to help ensure its warranted service life. If more than one (1) entitywill be responsible for fulfillment, describe all checks and balances designedinto your delivery process to ensure the interests of all owners and third parties are aligned with those of the Participating Public Agencies,specifically, with their desire to achieve best services at the lowest availablecost. viii Evidence of financial ability by demonstrating a recent history of financial solvency and provide the following: 1.Financial Statement: Attach a financial statement, independently certified, to ata minimum include: Page 16 a.Latest balance sheet and income statement (stating the accounting methodused) and showing Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materialsinventory and prepaid expenses); Net Fixed Assets; Other Assets; CurrentLiabilities (e.g., accounts payable, notes payable, accrued expenses,provision for income taxes, advances, accrued salaries and accrued payrolltaxes); Other Liabilities (e.g., capital, capital stock, authorized andoutstanding shares par values, earned surplus and retained earnings);b.Name and address of firm preparing attached financial statement, and datethereof.c. Whether the Bidder has ever had a bankruptcy petition filed in its name,voluntarily or involuntarily. If yes, specify the date, circumstances, andresolution. d.Whether the Bidder is currently in default on any loan agreement orfinancing agreement with any bank, financial institution, or other entity. Ifyes, specify all relevant details. e. Current credit rating information including latest Dun and Bradstreet report.2.Bonding Capacity: Indicate Bidder’s maximum bonding capability. Bidders mustbe capable of securing a Performance Bond up to $25,000,000 per project and aggregate program limit of $100,000,000.00. Bidders are required to provide asigned and notarized statement from a surety company authorized to transactbusiness in all fifty (50) states. 3.AWARDUtilizing the two-step process set forth herein, it is the intent of the County to award theContract to the lowest responsive responsible Bidder provided the bid has beensubmitted in accordance with the requirements of the Contract Documents and does notexceed the funds available. Racine County reserves the right to make an award asdeemed in its best interest, which may include awarding a bid to a single bidder ormultiple bidders; or to award the whole bid, only part of the bid, or none of the bid to single or multiple bidders, based on its sole discretion of its best interest, together withcompliance with applicable law. Intent to award will not be made and a contract will notbe executed until Racine County, at its sole discretion, accepts a bid. RACINE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TOWAIVE ANY TECHNICALITY OR ERROR IN ANY BID OR PART THEREIN, AND TO ACCEPT THE SAME OR COMBINATIONS, IN WHOLE OR IN PART, WHICHEVER ISDEEMED TO BE IN THE BEST INTEREST OF RACINE COUNTY IN ITS SOLE ANDEXCLUSIVE DISCRETION. While not all inclusive, the following items may be used when determining if a Bidder is considered responsive and responsible: work schedule,technical competency, ability to render satisfactory service, past performance, reputationfor providing a quality product, timely delivery of products and/or services, financial ability, bonding, experience in performance of similar work, references, equipment, andcapacity. Page 17 For the first step of the bidding process, Bidders will submit their sealed bid with all requested information, to include Certification of Vendor, and Attachment C – Bid Form, by the due date and time outlined in this IFB. After the due date and time, all Bidder’s will be evaluated to determine if they are responsive, responsible, and qualified. Each Bidder determined to be responsive, responsible, and qualified shall be deemed to be a “Responsible Bidder”. For the second step of the bidding process, Racine County will distribute to each Responsible Bidder a Responsible Bidder’s Sample Project Form to determine which Responsible Bidder(s) constitute the lowest responsible bidder(s) when the bid responses are applied to an actual (hypothetical) project. When responding to the Sample Project Form, Responsible Bidder’s are required to USE THE SAME LINE ITEM PRICING from Attachment C – Bid Form and apply them to the Sample Projects Form to be supplied upon identification of a Responsible Bidder(s) in the first step; a reduction in price for the sample projects outlined in a Responsible Bidder’s Sample Project Form will not be allowable. The final basis for award and lowest responsible Bidder will result from the lowest total dollar amount of the combined sample projects. 4.TIE BIDS If two (2) or more Bidders submit identical bids, the decision of the County to makeaward to one or more of such Bidders shall be final. 5.NOTICE OF ACCEPTANCEWritten notice of award to Bidder in the form of a letter and/or purchase order will bemailed to the address shown on the bid and will be considered sufficient notice ofacceptance of bid. Page 18 CERTIFICATION OF VENDOR Bid # PW1925 ROOFING SUPPLIES AND SERVICES, WATERPROOFING, AND RELATED PRODUCTS AND SERVICES I fully understand the requirements of this bid and certify on behalf of my company that we can meet the requirements stated throughout this Invitation For Bid. COMPANY: ________________________________________________________ TYPE/PRINT NAME: _________________________________________________ SIGNATURE: TITLE: ADDRESS: CITY/STATE/ZIP: TELEPHONE: FAX: E-MAIL: DATE: Bidder herein acknowledges receipt of the following: Addendum Nos. __________________________ Page 19 Attachment A – No Bid Form Contractors who do no wish to bid do not need to return the entire bid package. Simply return this form to Racine County through Duane McKinney, Purchasing Coordinator at: Duane.McKinney@racinecounty.com STATEMENT OF NO BID SEALED BID NUMBER PW1925 Roofing Supplies and Services, Waterproofing, and Related Products and Services I do not wish to submit a bid on this solicitation. _______________________________ _______________________________ Contractor Representative Please indicate the reason(s) for your decision not to bid: Page 20 - Attachment A ATTACHMENT B REQUIREMENTS FOR NATIONAL COOPERATIVE CONTRACT TO BE ADMINISTERED BY OMNIA PARTNERS The following documents are used in evaluating and administering national cooperative contracts and are included for Supplier’s review and response. OMNIA Partners Exhibit A – RESPONSE FOR NATIONAL COOPERATIVE CONTRACT OMNIA Partners Exhibit B – ADMINISTRATION AGREEMENT, EXAMPLE OMNIA Partners Exhibit C – PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE OMNIA Partners Exhibit D – FEDERAL FUNDS CERTIFICATIONS OMNIA Partners Exhibit E – NEW JERSEY BUSINESS COMPLIANCE OMNIA Partners Exhibit F – ADVERTISING COMPLIANCE REQUIREMENT Page 21 - Attachment B EXHIBIT A RESPONSE FOR NATIONAL COOPERATIVE CONTRACT 1.0 Scope of National Cooperative Contract Capitalized terms not otherwise defined herein shall have the meanings given to them in the Master Agreement or in the Administration Agreement between Supplier and OMNIA Partners. 1.1 Requirement Racine County (hereinafter defined and referred to as “Principal Procurement Agency”), on behalf of itself and the National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners”), is requesting bids for Roofing Supplies and Services, Waterproofing, and Related Products and Services. The intent of this Invitation For Bid is any contract between Principal Procurement Agency and Supplier resulting from this Invitation For Bid (“Master Agreement”) be made available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”), through OMNIA Partners’ cooperative purchasing program. The Principal Procurement Agency has executed a Principal Procurement Agency Certificate with OMNIA Partners, an example of which is included as Exhibit C, and has agreed to pursue the Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners as a Participating Public Agency in OMNIA Partners’ cooperative purchasing program. Registration with OMNIA Partners as a Participating Public Agency is accomplished by Public Agencies entering into a Master Intergovernmental Cooperative Purchasing Agreement, an example of which is attached as Exhibit A of the Response for National Cooperative Contract Exhibit. The terms and pricing established in the resulting Master Agreement between the Supplier and the Principal Procurement Agency will be the same as that available to Participating Public Agencies through OMNIA Partners. All transactions, purchase orders, invoices, payments etc., will occur directly between the Supplier and each Participating Public Agency individually, and neither OMNIA Partners, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. Supplier is responsible for knowing the tax laws in each state. This Exhibit A, Response for National Cooperative Contract, defines the expectations for qualifying Suppliers based on OMNIA Partners’ requirements to market the resulting Master Agreement nationally to Public Agencies. Each section in this Exhibit A refers to the capabilities, requirements, obligations, and prohibitions of competing Suppliers on a national level in order to serve Participating Public Agencies through OMNIA Partners. Page 22 - Attachment B These requirements are incorporated into and are considered an integral part of this IFB. OMNIA Partners reserves the right to determine whether or not to make the Master Agreement awarded by the Principal Procurement Agency available to Participating Public Agencies, in its sole and absolute discretion, and any party submitting a response to this IFB acknowledges that any award by the Principal Procurement Agency does not obligate OMNIA Partners to make the Master Agreement available to Participating Procurement Agencies. 1.2 Marketing, Sales and Administrative Support During the term of the Master Agreement OMNIA Partners intends to provide marketing, sales and administrative support for Supplier pursuant to this section that directly promotes the Supplier’s products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. The OMNIA Partners marketing team will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through channels that may include: A.Marketing collateral (print, electronic, email, presentations) B.Website C.Trade shows/conferences/meetings D.Advertising E. Social Media The OMNIA Partners sales teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through initiatives that may include: A.Individual sales calls B.Joint sales calls C. Communications/customer service D.Training sessions for Public Agency teams E.Training sessions for Supplier teams The OMNIA Partners contracting teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: A.Serving as the subject matter expert for questions regarding joint powers authority and state statutes and regulations for cooperative purchasing B.Training sessions for Public Agency teams C.Training sessions for Supplier teams D.Regular business reviews to monitor program success Page 23 - Attachment B E.General contract administration Suppliers are required to pay an administrative fee under this Invitation For Bid; see Article 5, Section 5.1 of Exhibit B for more details. Supplier will be required to execute the OMNIA Partners Administration Agreement (Exhibit B). 1.3 Estimated Volume The dollar volume purchased under the Master Agreement is estimated to be approximately $200M annually. While no minimum volume is guaranteed to Supplier, the estimated annual volume is projected based on the current annual volumes among the Principal Procurement Agency, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated marketing approach between Supplier and OMNIA Partners. 1.4 Award Basis The basis of any contract award resulting from this IFB made by Principal Procurement Agency will, at OMNIA Partners option, be the basis of award on a national level through OMNIA Partners. If multiple Suppliers are awarded by Principal Procurement Agency under the Master Agreement, those same Suppliers will be required to extend the Master Agreement to Participating Public Agencies through OMNIA Partners. Utilization of the Master Agreement by Participating Public Agencies will be at the discretion of the individual Participating Public Agency. Certain terms of the Master Agreement specifically applicable to the Principal Procurement Agency are subject to modification for each Participating Public Agency as Supplier, such Participating Public Agency and OMNIA Partners shall agree. Participating Agencies may request to enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in the Master Agreement (i.e. invoice requirements, order requirements, specialized delivery, diversity requirements such as minority and woman owned businesses, historically underutilized business, governing law, etc.). It shall be the responsibility of the Supplier to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the Participating Agency. It shall further be the responsibility of the Supplier to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of this contract and adjust wage rates accordingly. Any supplemental agreement developed as a result of the Master Agreement is exclusively between the Participating Agency and the Supplier (Contract Sales are reported to OMNIA Partners). All purchase orders issued and accepted by the Supplier may survive expiration or termination of the Master Agreement. Participating Agencies’ purchase orders may exceed the term of the Contract if the purchase order is issued prior to the expiration of the Contract. Supplier is responsible for reporting all sales and paying the applicable administrative fee for sales that use the Master Agreement as the basis for the purchase order, even though Master Agreement may have expired. Page 24 - Attachment B 1.5 Objectives of Cooperative Program This IFB is intended to achieve the following objectives regarding availability through OMNIA Partners’ cooperative program: A.Provide a comprehensive competitively solicited and awarded national agreementoffering the Products covered by this solicitation to Participating Public Agencies; B.Establish the Master Agreement as the Supplier’s primary go to market strategy to Public Agencies nationwide; C.Achieve cost savings for Supplier and Public Agencies through a single solicitationprocess that will reduce the Supplier’s need to respond to multiple solicitations andPublic Agencies need to conduct their own solicitation process; D.Combine the aggregate purchasing volumes of Participating Public Agencies to achieve cost effective pricing. 2.0 REPRESENTATIONS AND COVENANTS As a condition to Supplier entering into the Master Agreement, which would be available to all Public Agencies, Supplier must make certain representations, warranties and covenants to both the Principal Procurement Agency and OMNIA Partners designed to ensure the success of the Master Agreement for all Participating Public Agencies as well as the Supplier. 2.1 Corporate Commitment Supplier commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Supplier’s executive management, (2) the Master Agreement is Supplier's primary “go to market” strategy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Supplier will transition existing customers, upon their request, to the Master Agreement, and (4) that the Supplier has read and agrees to the terms and conditions of the Administration Agreement with OMNIA Partners and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Supplier will identify an executive corporate sponsor and a separate national account manager within the IFB response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment Supplier commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Supplier commits to aggressively market the Master Agreement as its go to market strategy in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through OMNIA Partners nationwide. Supplier commits that all Master Agreement sales will be Page 25 - Attachment B accurately and timely reported to OMNIA Partners in accordance with the OMNIA Partners Administration Agreement. Supplier also commits its sales force will be compensated, including sales incentives, for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Supplier were not awarded the Master Agreement. 3.0 SUPPLIER RESPONSE Supplier must supply the following information in order for the Principal Procurement Agency to determine Supplier’s qualifications to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners. 3.1 Company A.Brief history and description of Supplier. B.Total number and location of sales persons employed by Supplier. C.Number and location of support centers (if applicable) and location of corporateoffice. D.Annual sales for the three previous fiscal years. E.Submit FEIN and Dunn & Bradstreet report. F.Describe any green or environmental initiatives or policies. G.Describe any diversity programs or partners supplier does business with and howParticipating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. H.Describe any historically underutilized business certifications supplier holds andthe certifying agency. This may include business enterprises such as minority andwomen owned, small or disadvantaged, disable veterans, etc. I.Describe how supplier differentiates itself from its competitors. J.Describe any present or past litigation, bankruptcy or reorganization involvingsupplier. K.Felony Conviction Notice: Indicate if the supplier a.is a publicly held corporation and this reporting requirement is not applicable; b.is not owned or operated by anyone who has been convicted of a felony; or c. is owned or operated by and individual(s) who has been convicted of afelony and provide the names and convictions. L.Describe any debarment or suspension actions taken against supplier 3.2 Distribution, Logistics A.Describe the full line of products and services offered by supplier. B.Describe how supplier proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. Page 26 - Attachment B C.Identify all other companies that will be involved in processing, handling orshipping the products/service to the end user. D.Provide the number, size and location of Supplier’s distribution facilities, warehouses and retail network as applicable. 3.3 Marketing and Sales A.Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the MasterAgreement as supplier’s primary go to market strategy for Public Agencies tosupplier’s teams nationwide, to include, but not limited to: i.Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days ii.Training and education of Supplier’s national sales force with participationfrom the Supplier’s executive leadership, along with the OMNIA Partnersteam within first 90 days B.Provide a detailed ninety-day plan beginning from award date of the MasterAgreement describing the strategy to market the Master Agreement to currentParticipating Public Agencies, existing Public Agency customers of Supplier, aswell as to prospective Public Agencies nationwide immediately upon award, toinclude, but not limited to: i.Creation and distribution of a co-branded press release to trade publications ii.Announcement, contract details and contact information published on theSupplier’s website within first 90 days iii.Design, publication and distribution of co-branded marketing materials within first 90 days iv.Commitment to attendance and participation with OMNIA Partners atnational (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e.Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement v.Commitment to attend, exhibit and participate at the NIGP Annual Forumin an area reserved by OMNIA Partners for partner suppliers. Booth spacewill be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. vi.Design and publication of national and regional advertising in tradepublications throughout the term of the Master Agreement vii.Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) viii.Dedicated OMNIA Partners internet web-based homepage on Supplier’swebsite with: Page 27 - Attachment B •OMNIA Partners standard logo; •Copy of original Invitation For Bid; •Copy of contract and amendments between Principal ProcurementAgency and Supplier; •Summary of Products and pricing; •Marketing Materials •Electronic link to OMNIA Partners’ website including the onlineregistration page; •A dedicated toll-free number and email address for OMNIAPartners C.Describe how Supplier will transition any existing Public Agency customers’accounts to the Master Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Supplierholds and describe how the Master Agreement will be positioned among the othercooperative agreements. D.Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners and agrees to provide permission for reproduction of such logo in marketing communicationsand promotions. Acknowledge that use of OMNIA Partners logo will requirepermission for reproduction, as well. E.Confirm Supplier will be proactive in direct sales of Supplier’s goods and services to Public Agencies nationwide and the timely follow up to leads established byOMNIA Partners. All sales materials are to use the OMNIA Partners logo. At aminimum, the Supplier’s sales initiatives should communicate: i.Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii.Best government pricing iii. No cost to participate iv.Non-exclusive F.Confirm Supplier will train its national sales force on the Master Agreement. Ata minimum, sales training should include: i.Key features of Master Agreement ii.Working knowledge of the solicitation process iii.Awareness of the range of Public Agencies that can utilize the MasterAgreement through OMNIA Partners iv. Knowledge of benefits of the use of cooperative contracts G.Provide the name, title, email and phone number for the person(s), who will be responsible for: Page 28- Attachment B i.Executive Support ii.Marketing iii.Sales iv. Sales Support v.Financial Reporting vi. Accounts Payable vii.Contracts H.Describe in detail how Supplier’s national sales force is structured, includingcontact information for the highest-level executive in charge of the sales team. I.Explain in detail how the sales teams will work with the OMNIA Partners team toimplement, grow and service the national program. J.Explain in detail how Supplier will manage the overall national programthroughout the term of the Master Agreement, including ongoing coordination ofmarketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. K.State the amount of Supplier’s Public Agency sales for the previous fiscal year.Provide a list of Supplier’s top 10 Public Agency customers, the total purchasesfor each for the previous fiscal year along with a key contact for each. L.Describe Supplier’s information systems capabilities and limitations regardingorder management through receipt of payment, including description of multipleplatforms that may be used for any of these functions. M. M.Provide the Contract Sales (as defined in Section 10 of the OMNIA Partners, Public Sector Administration Agreement) that Supplier will guarantee each yearunder the Master Agreement for the initial three years of the Master Agreement(“Guaranteed Contract Sales”). $_______.00 in year one $_______.00 in year two $_______.00 in year three To the extent Supplier guarantees minimum Contract Sales, the administration fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. i.Respond with Master Agreement pricing (Contract Sales reported to OMNIA Partners). Page 29- Attachment B N. Even though it is anticipated many Public Agencies will be able to utilize the MasterAgreement without further formal solicitation, there may be circumstances wherePublic Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. ii.If competitive conditions require pricing lower than the standardMaster Agreement not-to-exceed pricing, Supplier may respond withlower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to OMNIAPartners under the Master Agreement. iii.Respond with pricing higher than Master Agreement only in theunlikely event that the Public Agency refuses to utilize MasterAgreement (Contract Sales are not reported to OMNIA Partners). iv.If alternative or multiple bids or proposals are permitted, respondwith pricing higher than Master Agreement, and include MasterAgreement as the alternate or additional bid. Detail Supplier’s strategies under these options when responding to a solicitation. Page 30- Attachment B EXHIBIT B ADMINISTRATION AGREEMENT, EXAMPLE ADMINISTRATION AGREEMENT This ADMINISTRATION AGREEMENT (“Agreement”) is made as of , by and between National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”) and (“Supplier”). RECITALS WHEREAS, (“Lead Public Agency”) has entered into a certain Master Agreement dated as of even date herewith, referenced as Agreement No. , by and between Lead Public Agency and Supplier (as amended from time to time in accordance with the terms thereof, the “Master Agreement”) for the purchase of (the “Products and Services”); WHEREAS, the Master Agreement provides that any state, county, city, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution (including community colleges, colleges and universities, both public and private), other government agency or nonprofit organization (each a “Public Agency” and collectively, “Public Agencies”) may purchase Products and Services at the prices indicated in the Master Agreement upon prior registration with OMNIA Partners Public Sector, in which case the Public Agency becomes a “Participating Public Agency”; WHEREAS, OMNIA Partners Public Sector has the administrative and legal capacity to administer purchases under the Master Agreement to Participating Public Agencies; WHEREAS, OMNIA Partners Public Sector serves in an administrative capacity for Lead Public Agency and other lead public agencies in connection with other master agreements offered by OMNIA Partners Public Sector; WHEREAS, Lead Public Agency desires OMNIA Partners Public Sector to proceed with administration of the Master Agreement on the same basis as other master agreements; WHEREAS, OMNIA Partners Public Sector and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies. NOW, THEREFORE, in consideration of the mutual covenants contained in this Agreement, OMNIA Partners Public Sector and Supplier hereby agree as follows: Page 31- Attachment B ARTICLE I GENERAL TERMS AND CONDITIONS 1.1 The Master Intergovernmental Cooperative Purchasing Agreement (“Master Agreement”), attached hereto as Exhibit A and incorporated herein by reference as though fully set forth herein, and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. 1.2 OMNIA Partners Public Sector shall be afforded all of the rights and privileges afforded to Lead Public Agency under the Master Agreement, and such rights and privileges shall accrue and apply with equal effect to OMNIA Partners Public Sector under this Agreement including, without limitation, Supplier’s obligation to provide insurance to Lead Public Agency. 1.3 Supplier shall perform all duties, responsibilities and obligations required under the Master Agreement. 1.4 OMNIA Partners Public Sector shall perform all of its duties, responsibilities and obligations as administrator of purchases under the Master Agreement as set forth herein, and Supplier acknowledges that OMNIA Partners Public Sector shall act in the capacity of administrator of purchases under the Master Agreement. 1.5 With respect to any purchases made by Lead Public Agency or any Participating Public Agency pursuant to the Master Agreement, OMNIA Partners Public Sector: (a)shall not be construed as a dealer, re-marketer, representative, partner, or agent of any type ofSupplier, Lead Public Agency or such Participating Public Agency; (b)shall not be obligated, liable or responsible (i) for any orders made by Lead Public Agency,any Participating Public Agency or any employee of Lead Public Agency or a Participating Public Agency under the Master Agreement, or (ii) for any payments required to be made with respect to such order; and (c)shall not be obligated, liable or responsible for any failure by a Participating Public Agency to(i) comply with procedures or requirements of applicable law or ordinance, or (ii) obtain the dueauthorization and approval necessary to purchase under the Master Agreement. OMNIA Partners Public Sector makes no representations or guaranties with respect to any minimum purchases required to be made by Lead Public Agency, any Participating Public Agency, or any employee of Lead Public Agency or a Participating Public Agency under the Master Agreement. ARTICLE II TERM OF AGREEMENT 2.1 This Agreement is effective as of and shall terminate upon termination of the Master Agreement or any earlier termination in accordance with the terms of this Agreement, provided, however, that the obligation to pay all amounts owed by Supplier to OMNIA Partners Public Sector through the termination of this Agreement and all indemnifications afforded by Supplier to OMNIA Partners Public Sector shall survive the term of this Agreement. Page 32 - Attachment B ARTICLE III REPRESENTATIONS AND COVENANTS 3.1 OMNIA Partners Public Sector views the relationship with Supplier as an opportunity to provide benefits to the Lead Public Agency, Public Agencies and Supplier. The successful foundation of the relationship requires certain representations and covenants from both OMNIA Partners Public Sector and Supplier. 3.2 OMNIA Partners Public Sector’ Representations and Covenants. (a)Marketing. OMNIA Partners Public Sector shall proactively market theMaster Agreement to Public Agencies using resources available to it from time to time, which may include an national, regional and state-level sponsors. In addition, the OMNIA Partners Public Sector staff shall make commercially reasonable efforts to enhance Supplier’s marketing efforts through meetings with Public Agencies, participation in key events and tradeshows and other marketing activity such as advertising, articles and promotional campaigns. (b)Training and Knowledge Management Support. OMNIA Partners Public Sector shall provide support for the education, training and engagement of Supplier’s sales force as provided herein. Through its staff (each, a “Program Manager” and collectively, the “Program Managers”), OMNIA Partners Public Sector shall, with scheduling assistance from Supplier, conduct training sessions and conduct calls jointly with Supplier to Public Agencies. OMNIA Partners Public Sector shall also provide Supplier with access to OMNIA Partners Public Sector’s private intranet website which provides presentations, documents and information to assist Supplier’s sales force in effectively promoting the Master Agreement. 3.3 Supplier’s Representations and Covenants. Supplier hereby represents and covenants as follows in order to ensure that Supplier is providing the highest level of public benefit to Participating Public Agencies (such representations and covenants are sometimes referred to as “Supplier’s Commitments” and are comprised of the Corporate Commitment, Pricing Commitment, Economy Commitment and Sales Commitment): (a)Corporate Commitment. (i)The pricing, terms and conditions of the Master Agreement shall, at all times, be Supplier’s primary contractual offering of Products and Services to Public Agencies. All of Supplier’s direct and indirect marketing and sales efforts to Public Agencies shall demonstrate that the Master Agreement is Supplier’s primary offering and not just one of Supplier’s contract options. (ii)Supplier’s sales force (including inside, direct and/or authorized dealers,distributors and representatives) shall always present the Master Agreement when marketing Products or Services to Public Agencies. (iii)Supplier shall advise all Public Agencies that are existing customers ofSupplier as to the pricing and other value offered through the Master Agreement. (iv)Upon authorization by a Public Agency, Supplier shall transitionsuch Public Agency to the pricing, terms and conditions of the Master Agreement. (v)Supplier shall ensure that the OMNIA Partners Public Sector programand the Master Agreement are actively supported by Supplier’s senior executive management. Page 33 - Attachment B (vi)Supplier shall provide a national/senior management level representative with the authority and responsibility to ensure that the Supplier’s Commitments are maintained at all times. Supplier shall also designate a lead referral contact person who shall be responsible for receiving communications from OMNIA Partners Public Sector concerning new Participating Public Agency registrations and for ensuring timely follow-up by Supplier’s staff to requests for contact from Participating Public Agencies. Supplier shall also provide the personnel necessary to implement and support a supplier-based internet web page dedicated to Supplier’s OMNIA Partners Public Sector program and linked to OMNIA Partners Public Sector’s website and shall implement and support such web page. (vii)Supplier shall demonstrate in its procurement solicitation responseand throughout the term of the Master Agreement that national/senior management fully supports the OMNIA Partners Public Sector program and its commitments and requirements. National/Senior management is defined as the executive(s) with companywide authority. (viii)Where Supplier has an existing contract for Products and Services with astate, Supplier shall notify the state of the Master Agreement and transition the state to the pricing, terms and conditions of the Master Agreement upon the state’s request. Regardless of whether the state decides to transition to the Master Agreement, Supplier shall primarily offer the Master Agreement to all Public Agencies located within the state. (b)Pricing Commitment. (i)Supplier represents to OMNIA Partners Public Sector that the pricingoffered under the Master Agreement is the lowest overall available pricing (net to purchaser) on Products and Services that it offers to Public Agencies. Supplier’s pricing shall be evaluated on either an overall project basis or the Public Agency’s actual usage for more frequently purchased Products and Services. (ii)Contracts Offering Lower Prices. If a pre-existing contract and/or aPublic Agency’s unique buying pattern provide one or more Public Agencies a lower price than that offered under the Master Agreement, Supplier shall match that lower pricing under the Master Agreement and inform the eligible Public Agencies that the lower pricing is available under the Master Agreement. If an eligible Public Agency requests to be transitioned to the Master Agreement, Supplier shall do so and report the Public Agency’s purchases made under the Master Agreement going forward. The price match only applies to the eligible Public Agencies. Below are three examples of Supplier’s obligation to match the pricing under Supplier’s contracts offering lower prices. (A)Supplier holds a state contract with lower pricing that isavailable to all Public Agencies within the state. Supplier would be required to match the lower state pricing under the Master Agreement and make it available to all Public Agencies within the state. (B)Supplier holds a regional cooperative contract with lower pricing that is available only to the ten cooperative members. Supplier would be required to match the lower cooperative pricing under the Master Agreement and make it available to the ten cooperative members. (C)Supplier holds a contract with an individual Public Agency. The Public Agency contract does not contain any cooperative language and therefore other Public Agencies are not eligible to utilize the contract. Supplier would be required to match the lower pricing under the Master Agreement and make it available only to the individual Public Agency. Page 34 - Attachment B (iii)Deviating Buying Patterns. Occasionally OMNIA Partners Public Sector and Supplier may interact with a Public Agency that has a buying pattern or terms and conditions that considerably deviate from the normal Public Agency buying pattern and terms and conditions, and causes Supplier’s pricing under the Master Agreement to be higher than an alternative contract held by Supplier. This could be created by a unique end-user preference or requirements. In the event that this situation occurs, Supplier may address the issue by lowering the price under the Master Agreement on the item(s) causing the large deviation for that Public Agency. Supplier would not be required to lower the price for other Public Agencies. (iv)Supplier’s Options in Responding to a Third Party Procurement Solicitation. While it is the objective of OMNIA Partners Public Sector to encourage Public Agencies to piggyback on to the Master Agreement rather than issue their own procurement solicitations, the Parties recognizes that for various reasons some Public Agencies will issue their own solicitations. The following options are available to Supplier when responding to a Public Agency solicitation: (A)Supplier may opt not to respond to the procurement solicitation.Supplier may make the Master Agreement available to the Public Agency as a comparison to its solicitation responses. (B)Supplier may respond with the pricing, terms and conditions ofthe Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. (C)If competitive conditions require pricing lower than the standardMaster Agreement pricing, Supplier may submit lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. Supplier would not be required to extend the lower price to other Public Agencies. (D)Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement. If awarded a contract, Supplier shall still be bound by all obligations set forth in this Section 3.3, including, without limitation, the requirement to continue to advise the awarding Public Agency of the pricing, terms and conditions of the Master Agreement. (E)Supplier may respond to the procurement solicitation withpricing that is higher (net to buyer) than the pricing offered under the Master Agreement and if an alternative response is permitted, Supplier may offer the pricing under the Master Agreement as an alternative for consideration. (c)Economy Commitment. Supplier shall demonstrate the benefits, including thepricing advantage, of the Master Agreement over alternative options, including competitive solicitation pricing and shall proactively offer the terms and pricing under the Master Agreement to Public Agencies as a more effective alternative to the cost and time associated with such alternate bids and solicitations. (d)Sales Commitment. Supplier shall market the Master Agreement through Supplier’s sales force or dealer network that is properly trained, engaged and committed to offering the Master Agreement as Supplier’s primary offering to Public Agencies. Supplier’s sales force compensation and incentives shall be greater than or equal to the compensation and incentives earned under other contracts to Public Agencies. Page 35 - Attachment B (i)Supplier Sales. Supplier shall be responsible for proactive sales ofSupplier’s Products and Services to Public Agencies and the timely follow-up to sales leads identified by OMNIA Partners Public Sector. Use of product catalogs, targeted advertising, direct mail, online marketing and other sales initiatives are encouraged. All of Supplier’s sales materials targeted towards Public Agencies shall include the OMNIA Partners Public Sector logo. OMNIA Partners Public Sector hereby grants to Supplier, during the term of this Agreement, a non-exclusive, revocable, non- transferable, license to use the OMNIA Partners Public Sector name, trademark, and logo solely to perform its obligations under this Agreement, and for no other purpose. Any goodwill, rights, or benefits derived from Supplier's use of the OMNIA Partners Public Sector name, trademark, or logo shall inure to the benefit of OMNIA Partners Public Sector. OMNIA Partners Public Sector shall provide Supplier with its logo and the standards to be employed in the use of the logo. During the term of the Agreement, the Supplier shall provide OMNIA Partners Public Sector with its logo and the standards to be employed in the use of the logo for purposes of reproducing and using Supplier’s name and logo in connection with the advertising, marketing and promotion of the Master Agreement to Public Agencies. Supplier shall assist OMNIA Partners Public Sector by providing camera-ready logos and by participating in related trade shows and conferences. At a minimum, Supplier's sales initiatives shall communicate that (i)the Master Agreement was competitively solicited by the Lead Public Agency, (ii) the MasterAgreement provides the Supplier’s best overall pricing and value to eligible agencies, (iii) there is nocost to Participating Public Agencies, and (iv) the Master Agreement is a non-exclusive contract. (ii)Branding and Logo Compliance. Supplier shall be responsible forcomplying with the OMNIA Partners Public Sector branding and logo standards and guidelines. Prior to use by Supplier, all OMNIA Partners Public Sector related marketing material must be submitted to OMNIA Partners Public Sector for review and approval. (iii)Sales Force Training. Supplier shall train its national sales force on theMaster Agreement and OMNIA Partners Public Sector program. OMNIA Partners Public Sector shall be available to train on a national, regional or local level and generally assist with the education of sales personnel. (iv)Participating Public Agency Access. Supplier shall establishthe following communication links to facilitate customer access and communication: (A)A dedicated OMNIA Partners Public Sector internet web-based homepage that is accessible from Supplier’s homepage or main menu navigation containing: (1)OMNIA Partners Public Sector standard logo;(2)Copy of original procurement solicitation;(3)Copy of Master Agreement including any amendments; (4)Summary of Products and Services pricing; (5)Electronic link to OMNIA Partners Public Sector’sonline registration page; and(6)Other promotional material as requested by OMNIA Partners Public Sector. (B)A dedicated toll-free national hotline for inquiriesregarding OMNIA Partners Public Sector. (v)Electronic Registration. Supplier shall be responsible for ensuring thateach Public Agency has completed OMNIA Partners Public Sector’s online registration process prior to processing the Public Agency’s first sales order. Page 36 - Attachment B (vi)Supplier’s Performance Review. Upon request by OMNIA PartnersPublic Sector, Supplier shall participate in a performance review meeting with OMNIA Partners Public Sector to evaluate Supplier’s performance of the covenants set forth in this Agreement. (vii)Supplier Content. Supplier may, from time to time, provide certaingraphics, media, and other content to OMNIA Partners Public Sector (collectively "Supplier Content") for use on OMNIA Partners Public Sector websites and for general marketing and publicity purposes. During the term of the Agreement, Supplier hereby grants to OMNIA Partners Public Sector and its affiliates a non-exclusive, worldwide, free, transferrable, license to reproduce, modify, distribute, publicly perform, publicly display, and use Supplier Content in connection with OMNIA Partners Public Sector websites and for general marketing and publicity purposes, with the right to sublicense each and every such right. Supplier warrants that: (a) Supplier is the owner of or otherwise has the unrestricted right to grant the rights in and to Supplier Content as contemplated hereunder; and (b) the use of Supplier Content and any other materials or services provided to OMNIA Partners Public Sector as contemplated hereunder will not violate, infringe, or misappropriate the intellectual property rights or other rights of any third party 3.4 Breach of Supplier’s Representations and Covenants. The representations and covenants set forth in this Agreement are the foundation of the relationship between OMNIA Partners Public Sector and Supplier. If Supplier is found to be in violation of, or non-compliance with, one or more of the representations and covenants set forth in this Agreement, Supplier shall have ninety (90) days from the notice of default to cure such violation or non-compliance and, if Supplier fails to cure such violation or non-compliance within such notice period, at the sole discretion of OMNIA Partners Public Sector, it shall be deemed a cause for immediate termination of the Master Agreement at Lead Public Agency’s sole discretion or this Agreement at OMNIA Partners Public Sector’s sole discretion. 3.5 Indemnity. Supplier hereby agrees to indemnify and defend OMNIA Partners Public Sector, and its parent companies, subsidiaries, affiliates, shareholders, member, manager, officers, directors, employees, agents, and representatives from and against any and all claims, costs, proceedings, demands, losses, damages, and expenses (including, without limitation, reasonable attorney's fees and legal costs) of any kind or nature, arising from or relating to, any actual or alleged breach of any of Supplier's representations, warranties, or covenants in this Agreement. ARTICLE IV PRICING AUDITS 4.1 Supplier shall, at Supplier’s sole expense, maintain an accounting of all purchases made by Lead Public Agency and Participating Public Agencies under the Master Agreement. OMNIA Partners Public Sector and Lead Public Agency each reserve the right to audit the accounting for a period of three (3) years from the time such purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. OMNIA Partners Public Agencies shall have the authority to conduct random audits of Supplier’s pricing that is offered to Participating Public Agencies at OMNIA Partners Public Sector’s sole cost and expense. In addition, in the event that OMNIA Partners Public Sector is made aware of any pricing being offered to three (3) or more Participating Public Agencies that is materially inconsistent with the pricing under the Master Agreement, OMNIA Partners Public Sector shall have the right to conduct a reasonable audit of Supplier’s pricing at Supplier’s sole cost and expense during regular business hours and upon reasonable notice. OMNIA Partners Public Sector may conduct the audit internally or may engage a third-party auditing firm. Supplier shall solely be responsible for the cost Page 37- Attachment B of the audit. In the event of an audit, the requested materials shall be provided in the format and at the location where kept in the ordinary course of business by Supplier. ARTICLE V FEES & REPORTING 5.1 Administrative Fees. Supplier shall pay to OMNIA Partners Public Sector a monthly administrative fee based upon the total sales price of all purchases shipped and billed pursuant to the Master Agreement, excluding taxes, in the amount of three percent (3%) of aggregate purchases made during each calendar month (individually and collectively, “Administrative Fees”). Supplier’s annual sales shall be measured on a calendar year basis. All Administrative Fees shall be payable in U.S. Dollars and shall be made by wire to OMNIA Partners Public Sector, or its designee or trustee as may be directed in writing by OMNIA Partners Public Sector. Administrative Fees shall be due and payable within thirty (30) days of the end of each calendar month for purchases shipped and billed during such calendar month. OMNIA Partners Public Sector agrees to pay to Lead Public Agency five percent (5%) of all Administrative Fees received from Supplier to help offset Lead Public Agency’s costs incurred in connection with managing the Master Agreement nationally. The Supplier’s obligations to pay Administrative Fees based on aggregate purchases calculated and accrued during the term of the Agreement shall survive the termination of the Agreement and the Master Agreement, regardless of reason for the termination. 5.2 Sales Reports. Within thirty (30) days of the end of each calendar month, Supplier shall deliver to OMNIA Partners Public Sector an electronic accounting report, in the format prescribed by the Contract Sales Reporting Template, attached hereto as Exhibit B, summarizing all purchases made under the Master Agreement during such calendar month (“Sales Report”). All purchases indicated in the Sales Report shall be denominated in U.S. Dollars. All purchases shipped and billed pursuant to the Master Agreement for the applicable calendar month shall be included in the Sales Report. Submitted reports shall be verified by OMNIA Partners Public Sector against its registration database. Any data that is inconsistent with the registration database shall be changed prior to processing. OMNIA Partners Public Sector reserves the right upon reasonable advance notice to Supplier to change the prescribed report format to accommodate the distribution of the Administrative Fees to its program sponsors, state associations and/or Lead Agencies. 5.3 Exception Reporting/Sales Reports Audits. OMNIA Partners Public Sector or its designee may, at its sole discretion, compare Supplier’s Sales Reports with Participating Public Agency records or other sales analysis performed by Participating Public Agencies, sponsors, or OMNIA Partners Public Sector staff. If there is a material discrepancy between the Sales Report and such records or sales analysis as determined by OMNIA Partners Public Sector, OMNIA Partners Public Sector shall notify Supplier in writing and Supplier shall have thirty (30) days from the date of such notice to resolve the discrepancy to OMNIA Partners Public Sector’s reasonable satisfaction. Upon resolution of the discrepancy, Supplier shall remit payment to OMNIA Partners Public Sector’s trustee within fifteen (15) calendar days. Any questions regarding an exception report should be directed to OMNIA Partners Public Sector in writing. If Supplier does not resolve the discrepancy to OMNIA Partners Public Sector’s reasonable satisfaction within thirty (30) days, OMNIA Partners Public Sector shall have the right to engage outside services to conduct an independent audit of Supplier’s reports. Supplier shall solely be responsible for the cost of the audit. 5.4 Online Reporting. Within forty-five (45) days of the end of each calendar month, OMNIA Partners Public Sector shall provide online reporting to Supplier containing Supplier’s sales reporting for such calendar month. Supplier shall have access to various reports through the OMNIA Partners Public Sector intranet website. Such reports are useful in resolving reporting issues and Page 38 - Attachment B enabling Supplier to better manage its Master Agreement. 5.5 Usage Reporting. Within thirty (30) days of the end of each contract year, Supplier shall deliver to OMNIA Partners Public Sector an electronic usage report of all sales under the Master Agreement, including: (i)Supplier’s Product Number(ii)Product Description(iii)Manufacturer Name (iv)Manufacturer Number(v)Unit of Measure(vi)OMNIA Partners Public Sector Price (vii)Number of times ordered(viii)Units sold(ix)Sales by Manufacturer 5.6 Supplier’s Failure to Provide Reports or Pay Administrative Fees. Failure to provide a Sales Report or pay Administrative Fees within the time and in the manner specified herein shall be regarded as a material breach under this Agreement and if not cured within thirty (30) days of written notice to Supplier, shall be deemed a cause for termination of the Master Agreement at Lead Public Agency’s sole discretion or this Agreement at OMNIA Partners Public Sector’s sole discretion. All Administrative Fees not paid within thirty (30) days of the end of the previous calendar month shall bear interest at the rate of one and one-half percent (1.5%) per month until paid in full. ARTICLE VI MISCELLANEOUS 6.1 Entire Agreement. This Agreement supersedes any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereof, and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained herein shall be valid or binding. 6.2 Assignment. (a)Supplier. Neither this Agreement nor any rights or obligations hereunder shall be assignable by Supplier without prior written consent of OMNIA Partners Public Sector, and any assignment without such consent shall be void. (b)OMNIA Partners Public Sector. This Agreement and any rights or obligationshereunder may be assigned by OMNIA Partners Public Sector in OMNIA Partners Public Sector’s sole discretion, to an existing or newly established legal entity that has the authority and capacity to perform OMNIA Partners Public Sector’s obligations hereunder. 6.3 Notices. All reports, notices or other communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery requiring signature on receipt to the addresses as set forth below. OMNIA Partners Public Sector may, by written notice delivered to Supplier, designate any different address to which subsequent reports, notices or other communications shall be sent. Page 39 - Attachment B - Attachment B OMNIA Partners Public Sector: OMNIA Partners, Public Sector Attn: President 840 Crescent Centre Drive Suite 600 Franklin, TN 37067 Supplier: . Attn: OMNIA Partners Public Sector Program Manager 6.4 Severability. If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render the same invalid, inoperative or unenforceable to any extent whatever. 6.5 Waiver. Any failure of a party to enforce, for any period of time, any of the provisions under this Agreement shall not be construed as a waiver of such provisions or of the right of said party thereafter to enforce each and every provision under this Agreement. 6.6 Counterparts. This Agreement may be executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 6.7 Modifications. This Agreement may not be effectively amended, changed, modified, altered or terminated without the prior written consent of the parties hereto. 6.8 Mediation. In the event that there is a dispute over any of the provisions of this Agreement, an asserted breach of the Agreement, or a dispute over the applicability or legality of any of the provisions of this Agreement, the parties agree that they will mediate such dispute or asserted breach as a condition precedent to any proceeding brought in any court or administrative forum. The moving party shall provide the other with ten (10) business days written notice and demand for mediation. Mediation shall occur between executive officials of each party who shall have full authority to resolve the dispute or asserted breach. Mediation shall occur at a mutually convenient venue or telephonically at the option of OMNIA Partners Public Sector. The parties shall endeavor to conclude such mediation within forty-five (45) days of the written demand, but may mutually agree in writing to extend this timeframe. If the mediation is not concluded within forty-five (45) days of the written demand, the mediation requirement may be deemed satisfied at the sole discretion of OMNIA Partners Public Sector. In no event shall the mediation bar extend past six (6) months unless agreed to in writing by both parties. The parties shall cover their own costs of mediation. 6.9 Applicable law, Jurisdiction, Venue and Fees. This Agreement shall be governed by the laws of the State of Tennessee and applicable federal law. If, following the mandatory mediation in paragraph 6.8, either party brings against the other any proceeding arising out of this Agreement, that party may bring that proceeding only in the United States District Court for the Middle District of Tennessee, only if there is not federal subject matter jurisdiction or diversity, in the Circuit or Chancery Court for Williamson County, Tennessee. Each party submits to the exclusive jurisdiction of these courts for purposes of any such proceeding and waives any contest to venue. The prevailing party in any such proceeding shall be entitled to recover reasonable attorneys’ fees and costs. 7.0 Successors and Assigns. This Agreement shall inure to the benefit of and shall be binding upon OMNIA Partners Public Sector, Supplier and any successor and assign thereto; subject, however, to the limitations contained herein. [Remainder of Page Intentionally Left Blank – Signatures Follow] Page 40 - Attachment B IN WITNESS WHEREOF, OMNIA Partners Public Sector has caused this Agreement to be executed in its name and Supplier has caused this Agreement to be executed in its name, all as of the date first written above. OMNIA PARTNERS PUBLIC SECTOR By Name: Sarah E. Vavra Title: Sr. Vice President, Public Sector Contracting Date: Supplier: By Name: Title: Date: Page 41 - Attachment B EXHIBIT A MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement (this “Agreement”) is entered into by and between those certain government agencies that execute a Principal Procurement Agency Certificate (“Principal Procurement Agencies”) with National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector and/or Communities Program Management, LLC, a California limited liability company d/b/a U.S. Communities (collectively, “OMNIA Partners Public Sector”) to be appended and made a part hereof and such other public agencies (“Participating Public Agencies”) who register to participate in the cooperative purchasing programs administered by OMNIA Partners, Public Sector and its affiliates and subsidiaries (collectively, the “OMNIA Partners Parties”) by either registering on the OMNIA Partners, Public Sector website (www.omniapartners.com/publicsector or any successor website), or by executing a copy of this Agreement. RECITALS WHEREAS, after a competitive solicitation and selection process by Principal Procurement Agencies, in compliance with their own policies, procedures, rules and regulations, a number of suppliers have entered into “Master Agreements” (herein so called) to provide a variety of goods, products and services (“Products”) to the applicable Principal Procurement Agency and the Participating Public Agencies; WHEREAS, Master Agreements are made available by Principal Procurement Agencies through the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to time offer Participating Public Agencies the opportunity to acquire Products through other group purchasing agreements. NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties hereby agree as follows: 1.Each party will facilitate the cooperative procurement of Products. 2.The Participating Public Agencies shall procure Products in accordance with andsubject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern Participating Public Agency’s procurement practices. The Participating Public Agencies hereby acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and that Principal Procurement Agencies’ participation in the program described herein comply with all applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.952(h), as may be amended from time to time. The Participating Public Agencies further acknowledge and agree that they are solely responsible for their compliance with all applicable “safe harbor” regulations, Page 42 - Attachment B including but not limited to any and all obligations to fully and accurately report discounts and incentives. 3.The Participating Public Agency represents and warrants that the Participating PublicAgency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a hospital or healthcare provider. 4.The cooperative use of Master Agreements shall be in accordance with the terms and conditions of the Master Agreements, except as modification of those terms and conditions is otherwise required by applicable federal, state or local law, policies or procedures. 5.The Principal Procurement Agencies will make available, upon reasonable request, Master Agreement information which may assist in improving the procurement of Products by the Participating Public Agencies. 6.The Participating Public Agency agrees the OMNIA Partners Parties may provideaccess to group purchasing organization (“GPO”) agreements directly or indirectly by enrolling the Participating Public Agency in another GPO’s purchasing program, including but not limited to Vizient Source, LLC, Provista, Inc. and other OMNIA Partners, Public Sector affiliates and subsidiaries; provided the purchase of Products through the OMNIA Partners Parties or any other GPO shall be at the Participating Public Agency’s sole discretion. 7.The Participating Public Agencies (each a “Procuring Party”) that procure Productsthrough any Master Agreement or GPO Product supply agreement (each a “GPO Contract”) will make timely payments to the distributor, manufacturer or other vendor (collectively, “Supplier”) for Products received in accordance with the terms and conditions of the Master Agreement or GPO Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of the State of purchase unless otherwise agreed to by the Procuring Party and Supplier. 8.The Procuring Party shall not use this Agreement as a method for obtaining additional concessions or reduced prices for purchase of similar products or services outside of the Master Agreement. Master Agreements may be structured with not-to-exceed pricing, in which cases the Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing or additional concessions for purchase of Products through a Master Agreement. 9.The Procuring Party shall be responsible for the ordering of Products under thisAgreement. A non-procuring party shall not be liable in any fashion for any violation by a Procuring Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non-procuring party harmless from any liability that may arise from the acts or omissions of the Procuring Party. 10.WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIAPARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING ANY PRODUCT, MASTER AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE Page 43 - Attachment B PROCURING PARTY ACKNOWLEDGES AND AGREES THAT THE OMNIA PARTNERS PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT. 11.This Agreement shall remain in effect until termination by either party giving thirty(30) days’ written notice to the other party. The provisions of Paragraphs 6 - 10 hereof shall surviveany such termination. 12.This Agreement shall take effect upon (i) execution of the Principal Procurement Agency Certificate, or (ii) registration on the OMNIA Partners, Public Sector website or the execution of this Agreement by a Participating Public Agency, as applicable. OMNIA PARTNERS, PUBLIC SECTOR Authorized Signature Signature Sarah E. Vavra Name Title and Agency Name Name Sr. Vice President, Public Sector Contracting Title Date Date Page 44 - Attachment B EXHIBIT B OMNIA PARTNERS CONTRACT SALES REPORTING TEMPLATE OMNIA PARTNERS EXHIBITS EXHIBIT C - CONTRACT SALES REPORTING TEMPLATE (to be submitted electronically in Microsoft Excel format) OMNIA Partners Contract Sales Monthly Report Supplier Name: Contract Sales Report Month: Contract ID: Supplier Reporting Contact: Title: Phone: Email: Participating Agency Name Address City State Zip Code Participating Agency # {Assigned by National IPA and provided to Supplier} Transaction Date (Date of Sale) Contract Sales for Month ($) Admin Fee % Admin Fee $ Report Totals Cumulative Contract Sales Page 45 - Attachment B OMNIA PARTNERS EXHIBIT C PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE PRINCIPAL PROCUREMENT AGENCY CERTIFICATE In its capacity as a Principal Procurement Agency (as defined below) for National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”), [NAME OF PPA] agrees to pursue Master Agreements for Products as specified in the attached Exhibits to this Principal Procurement Agency Certificate. I hereby acknowledge, in my capacity as _____________ of and on behalf of [NAME OF PPA] (“Principal Procurement Agency”), that I have read and hereby agree to the general terms and conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement regulating the use of the Master Agreements and purchase of Products that from time to time are made available by Principal Procurement Agencies to Participating Public Agencies nationwide through OMNIA Partners, Public Sector. I understand that the purchase of one or more Products under the provisions of the Master Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the Participating Public Agency. Authorized Signature, [PRINCIPAL PROCUREMENT AGENCY] Signature Name Title Date Page 46 - Attachment B OMNIA PARTNERS EXHIBIT D FEDERAL FUNDS CERTIFICATIONS FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be completed and returned. DEFINITIONS Contract means a legal instrument by which a non–Federal entity purchases property or services needed to carry out the project or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non–Federal entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward Contractor means an entity that receives a contract as defined in Contract. Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass-through entity and a non–Federal entity that, consistent with 31 U.S.C. 6302–6305: (a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federalawarding agency or pass-through entity to the non–Federal entity to carry out a public purpose authorized by a law of theUnited States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or pass-throughentity's direct benefit or use;(b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency orpass-through entity and the non–Federal entity in carrying out the activity contemplated by the Federal award.(c) The term does not include:(1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or(2) An agreement that provides only:(i) Direct United States Government cash assistance to an individual;(ii) A subsidy;(iii) A loan;(iv) A loan guarantee; or(v) Insurance. Federal awarding agency means the Federal agency that provides a Federal award directly to a non–Federal entity Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section: (a)(1) The Federal financial assistance that a non–Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in § 200.101 Applicability; or (2) The cost-reimbursement contract under the Federal Acquisition Regulations that a non–Federal entityreceives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in §200.101 Applicability.(b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative agreement,other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or the cost-reimbursement contract awarded under the Federal Acquisition Regulations.(c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractoror a contract to operate Federal government owned, contractor operated facilities (GOCOs).(d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement. Non–Federal entity means a state, local government, Indian tribe, institution of higher education (IHE), or nonprofit organization that carries out a Federal award as a recipient or subrecipient. Nonprofit organization means any corporation, trust, association, cooperative, or other organization, not including IHEs, that: (a) Is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest; Page 47 - Attachment B (b) Is not organized primarily for profit; and(c) Uses net proceeds to maintain, improve, or expand the operations of the organization. Obligations means, when used in connection with a non–Federal entity's utilization of funds under a Federal award, orders placed for property and services, contracts and subawards made, and similar transactions during a given period that require payment by the non–Federal entity during the same or a future period. Pass-through entity means a non–Federal entity that provides a subaward to a subrecipient to carry out part of a Federal program. Recipient means a non–Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an activity under a Federal program. The term recipient does not include subrecipients. Simplified acquisition threshold means the dollar amount below which a non–Federal entity may purchase property or services using small purchase methods. Non–Federal entities adopt small purchase procedures in order to expedite the purchase of items costing less than the simplified acquisition threshold. The simplified acquisition threshold is set by the Federal Acquisition Regulation at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908. As of the publication of this part, the simplified acquisition threshold is $150,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67 Micro-purchase.) Subaward means an award provided by a pass-through entity to a subrecipient for the subrecipient to carry out part of a Federal award received by the pass-through entity. It does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an agreement that the pass-through entity considers a contract. Subrecipient means a non–Federal entity that receives a subaward from a pass-through entity to carry out part of a Federal program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of other Federal awards directly from a Federal awarding agency. Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of performance. The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Participating Agency and the Participating Agency’s subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable. APPENDIX II TO 2 CFR PART 200 (A)Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjustedamount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils)as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances wherecontractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. Does offeror agree? YES Initials of Authorized Representative of offeror (B)Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will beeffected and the basis for settlement. (All contracts in excess of $10,000) Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror as detailed in the terms of the contract. Does offeror agree? YES Initials of Authorized Representative of offeror (C)Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet thedefinition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clauseprovided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 CFR12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of FederalContract Compliance Programs, Equal Employment Opportunity, Department of Labor.” Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction Page 48 - Attachment B contract, the equal opportunity clause is incorporated by reference herein. Does offeror agree to abide by the above? YES Initials of Authorized Representative of offeror (D)Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all primeconstruction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliancewith the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and AssistedConstruction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics ata rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. Inaddition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copyof the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to awarda contract or subcontract must be conditioned upon the acceptance of the wage determination. The non - Federal entitymust report all suspected or reported violations to the Federal awarding agency. The contracts must also include aprovision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department ofLabor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Wholeor in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must beprohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, togive up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report allsuspected or reported violations to the Federal awarding agency.Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for allcontracts and subgrants for construction or repair, offeror will be in compliance with all applicable Davis-Bacon Act provisions. Does offeror agree? YES Initials of Authorized Representative of offeror (E)Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by thenon-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provisionfor compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on thebasis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that theworker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excessof 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that nolaborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardousor dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available onthe open market, or contracts for transportation or transmission of intelligence. Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by Participating Agency resulting from this procurement process. Does offeror agree? YES Initials of Authorized Representative of offeror (F)Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “fundingagreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a smallbusiness firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental,developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with therequirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms UnderGovernment Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awardingagency. Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (F) above. Does offeror agree? YES Initials of Authorized Representative of offeror (G)Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non - Federal awardto agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to theFederal awarding agency and the Regional Office of the Environmental Protection Agency (EPA) Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (G) above. Page 49 - Attachment B Does offeror agree? YES Initials of Authorized Representative of offeror (H)Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not bemade to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance withthe Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that implementExecutive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment andSuspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, aswell as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency, the offeror will notify the Participating Agency. Does offeror agree? YES Initials of Authorized Representative of offeror (I)Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriatedfunds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, amember of Congress, officer or employee of Congress, or an employee of a member of Congress in connection withobtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose anylobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures areforwarded from tier to tier up to the non-Federal award. Pursuant to Federal Rule (I) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1)No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned, to any person for influencing orattempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or anemployee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the makingof a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modificationof a Federal contract, grant, loan, or cooperative agreement.(2)If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing orattempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or anemployee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall completeand submit Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions.(3)The undersigned shall require that the language of this certification be included in the award documents for all covered sub-awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly. Does offeror agree? YES Initials of Authorized Representative of offeror RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to Page 50 - Attachment B provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF ACCESS TO RECORDS – 2 C.F.R. § 200.336 Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any documents, papers, or other records of offeror that are pertinent to offeror’s discharge of its obligations under the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to offeror’s personnel for the purpose of interview and discussion relating to such documents. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Does offeror agree? YES Initials of Authorized Representative of offeror Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically noted above. Offeror’s Name: ____________________________________________________________________________________________ Address, City, State, and Zip Code: _____________________________________________________________________________ Phone Number:___________________________________ Fax Number: ______________________________________ Printed Name and Title of Authorized Representative:______________________________________________________________________ Email Address: ____________________________________________________________________________________________ Signature of Authorized Representative: ____________________________________Date: _____________________________ Page 51 - Attachment B OMNIA PARTNERS EXHIBIT E NEW JERSEY BUSINESS COMPLIANCE NEW JERSEY BUSINESS COMPLIANCE Suppliers intending to do business in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submitting bids/proposals must complete the following forms specific to the State of New Jersey. Completed forms should be submitted with the offeror’s response to the IFB. Failure to complete the New Jersey packet will impact OMNIA Partners’ ability to promote the Master Agreement in the State of New Jersey. DOC #1 Ownership Disclosure Form DOC #2 Non-Collusion Affidavit DOC #3 Affirmative Action Affidavit DOC #4 Political Contribution Disclosure Form DOC #5 Stockholder Disclosure Certification DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran DOC #7 New Jersey Business Registration Certificate New Jersey suppliers are required to comply with the following New Jersey statutes when applicable: •all anti-discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A.10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38; •Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; •Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and •Bid and Performance Security, as required by the applicable municipal or state statutes. Page 52 - Attachment B DOC #1 OWNERSHIP DISCLOSURE FORM (N.J.S. 52:25-24.2) Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts Law), the offeror shall complete the form attached to these specifications listing the persons owning 10 percent (10%) or more of the firm presenting the bid/proposal. Company Name: Street: City, State, Zip Code: Complete as appropriate: I _______________________________________, certify that I am the sole owner of ____________________________________, that there are no partners and the business is not incorporated, and the provisions of N.J.S. 52:25-24.2 do not apply. OR: I _______________________________________, a partner in___________________________, do hereby certify that the following is a list of all individual partners who own a 10% or greater interest therein. I further certify that if one (1) or more of the partners is itself a corporation or partnership, there is also set forth the names and addresses of the stockholders holding 10% or more of that corporation’s stock or the individual partners owning 10% or greater interest in that partnership. OR: I _______________________________________, an authorized representative of ______________________, a corporation, do hereby certify that the following is a list of the names and addresses of all stockholders in the corporation who own 10% or more of its stock of any class. I further certify that if one (1) or more of such stockholders is itself a corporation or partnership, that there is also set forth the names and addresses of the stockholders holding 10% or more of the corporation’s stock or the individual partners owning a 10% or greater interest in that partnership. (Note: If there are no partners or stockholders owning 10% or more interest, indicate none.) Name Address Interest I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. Date Authorized Signature and Title Page 53 - Attachment B DOC #2 NON-COLLUSION AFFIDAVIT Company Name: ________________________________________ Street: ________________________________________________ City, State, Zip Code:____________________________________ State of ________________________________________________ County of ______________________________________________ I, of the_______________________________________________ Name City in the County of ____________________________, State of _______________________________ of full age, being duly sworn according to law on my oath depose and say that: I am the _________________________of the firm of _____________________________________ Title Company Name the Offeror making the Bid/Proposal for the goods, services or public work specified under the attached bid/proposal, and that I executed the said bid/proposal with full authority to do so; that said Offeror has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above bid/proposal, and that all statements contained in said bid/proposal and in this affidavit are true and correct, and made with full knowledge that relies upon the truth of the statements contained in said bid/proposal and in the statements contained in this affidavit in awarding the contract for the said goods, services or public work. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by Company Name Authorized Signature & Title Subscribed and sworn before me this ______ day of ______________, 20____ __________________________________________ Notary Public of ______________________ My commission expires _________________ , 20____ SEAL Page 54 - Attachment B DOC #3 AFFIRMATIVE ACTION AFFIDAVIT (P.L. 1975, C.127) Company Name: Street: City, State, Zip Code: Bid/Proposal Certification: Indicate below company’s compliance with New Jersey Affirmative Action regulations. Company’s bid/proposal will be accepted even if company is not in compliance at this time. No contract and/or purchase order may be issued, however, until all Affirmative Action requirements are met. Required Affirmative Action Evidence: Procurement, Professional & Service Contracts (Exhibit A) Vendors must submit with bid/proposal: 1. A photo copy of their Federal Letter of Affirmative Action Plan Approval OR 2. A photo copy of their Certificate of Employee Information Report OR 3.A complete Affirmative Action Employee Information Report (AA302) ________ Public Work – Over $50,000 Total Project Cost: A.No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201-A upon receipt from the B.Approved Federal or New Jersey Plan – certificate enclosed I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. _______________________ _________________________________ Date Authorized Signature and Title Page 55 - Attachment B DOC #3, continued P.L. 1995, c. 127 (N.J.A.C. 17:27)MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT, PROFESSIONAL AND SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of theapplicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27). ________________________________________________ Signature of Procurement Agent Page 56 - Attachment B DOC #4 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is available in Local Finance Notice 2006-1 (http://www.nj.gov/dca/divisions/dlgs/resources/lfns_2006.html). Please refer back to these instructions for the appropriate links, as the Local Finance Notices include links that are no longer operational. 1.The disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a “fair and open”process (N.J.S.A. 19:44A-20.7). 2.Due to the potential length of some contractor submissions, the public agency should consider allowing data to besubmitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documentsor in an appropriate computer file and be available for public access. The form is worded to accept this alternatesubmission. The text should be amended if electronic submission will not be allowed. 3.The submission must be received from the contractor and on file at least 10 days prior to award of the contract.Resolutions of award should reflect that the disclosure has been received and is on file. 4.The contractor must disclose contributions made to candidate and party committees covering a wide range of publicagencies, including all public agencies that have elected officials in the county of the public agency, state legislativepositions, and various state entities. The Division of Local Government Services recommends that contractors beprovided a list of the affected agencies. This will assist contractors in determining the campaign and politicalcommittees of the officials and candidates affected by the disclosure. a.The Division has prepared model disclosure forms for each county. They can be downloaded from the “CountyPCD Forms” link on the Pay-to-Play web site at http://www.nj.gov/dca/divisions/dlgs/programs/lpcl.html#12.They will be updated from time-to-time as necessary.b.A public agency using these forms should edit them to properly reflect the correct legislative district(s). Asthe forms are county-based, they list all legislative districts in each county. Districts that do not representthe public agency should be removed from the lists.c.Some contractors may find it easier to provide a single list that covers all contributions, regardless of the county.These submissions are appropriate and should be accepted.d.The form may be used “as-is”, subject to edits as described herein.e.The “Contractor Instructions” sheet is intended to be provided with the form. It is recommended that theInstructions and the form be printed on the same piece of paper. The form notes that the Instructions are printedon the back of the form; where that is not the case, the text should be edited accordingly.f.The form is a Word document and can be edited to meet local needs, and posted for download on web sites, usedas an e-mail attachment, or provided as a printed document. 5.It is recommended that the contractor also complete a “Stockholder Disclosure Certification.” This will assist thelocal unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listedon the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice2006-7 for additional information on this obligation athttp://www.nj.gov/dca/divisions/dlgs/resources/lfns_2006.html). A sample Certification form is part of this packageand the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable toBoards of Education. Page 57 - Attachment B DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a “fair and open” process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A. 19:44A-20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: •any State, county, or municipal committee of a political party •any legislative leadership committee* •any continuing political committee (a.k.a., political action committee) •any candidate committee of a candidate for, or holder of, an elective office:o of the public entity awarding the contractoof that county in which that public entity is locatedoof another public entity within that countyoor of a legislative district in which that public entity is located or, when the public entity is a county, ofany legislative district which includes all or part of the county The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on reportable contributions. N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: •individuals with an “interest” ownership or control of more than 10% of the profits or assets of a business entityor 10% of the stock in the case of a business entity that is a corporation for profit •all principals, partners, officers, or directors of the business entity or their spouses •any subsidiaries directly or indirectly controlled by the business entity •IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entityand filing as continuing political committees, (PACs). When the business entity is a natural person, “a contribution by that person’s spouse or child, residing therewith, shall be deemed to be a contribution by the business entity.” [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report. The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor’s responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement. The enclosed form, a content-consistent facsimile, or an electronic data file containing the required details (along with a signed cover sheet) may be used as the contractor’s submission and is disclosable to the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts. *N.J.S.A. 19:44A-3(s): “The term "legislative leadership committee" means a committee established, authorized to beestablished, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1) forthe purpose of receiving contributions and making expenditures.” Page 58 - Attachment B DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant to N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I – Vendor Information Vendor Name: Address: City: State: Zip: The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions accompanying this form. _______________________ _______________________ ________________________ Signature Printed Name Title Part II – Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit.  Check here if disclosure is provided in electronic form Contributor Name Recipient Name Date Dollar Amount $  Check here if the information is continued on subsequent page(s) Page 59 - Attachment B DOC #4, continued List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative District #s: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive} Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY-BASED, CUSTOMIZABLE FORM. Page 60 - Attachment B DOC #5 STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business:  I certify that the list below contains the names and home addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned.OR  I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: Partnership Corporation Sole Proprietorship Limited Partnership Limited Liability Corporation Limited Liability Partnership Subchapter S Corporation Sign and notarize the form below, and, if necessary, complete the stockholder list below. Stockholders: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Subscribed and sworn before me this ___ day of ___________, 2__. (Notary Public) My Commission expires: _________________________________ (Affiant) ________________________________ (Print name & title of affiant) (Corporate Seal) Page 61 - Attachment B DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran Pursuant to N.J.S.A. 52:32-58, Offerors must certify that neither the Offeror, nor any of its parents, subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32 – 56(e) (3)), is listed on the Department of the Treasury’s List of Persons or Entities Engaging in Prohibited Investment Activities in Iran and that neither is involved in any of the investment activities set forth in N.J.S.A. 52:32 – 56(f). Offerors wishing to do business in New Jersey through this contract must fill out the Certification of Non-Involvement in Prohibited Activities in Iran here: http://www.state.nj.us/humanservices/dfd/info/standard/fdc/disclosure_investmentact.pdf. Offerors should submit the above form completed with their bid/proposal. Page 62 - Attachment B DOC #7 NEW JERSEY BUSINESS REGISTRATION CERTIFICATE (N.J.S.A. 52:32-44) Offerors wishing to do business in New Jersey must submit their State Division of Revenue issued Business Registration Certificate with their bid/proposal here. Failure to do so will disqualify the Offeror from offering products or services in New Jersey through any resulting contract. http://www.state.nj.us/treasury/revenue/forms/njreg.pdf Page 63 - Attachment B OMNIA Partners EXHIBIT F ADVERTISING COMPLIANCE REQUIREMENT Pursuant to certain state notice provisions, including but not limited to Oregon Revised Statutes Chapter 279A.220, the following public agencies and political subdivisions of the referenced public agencies are eligible to register with OMNIA Partners and access the Master Agreement contract award made pursuant to this solicitation, and are hereby given notice of the foregoing Invitation for Bids for purposes of complying with the procedural requirements of said statutes: Nationwide: State of Alabama State of Hawaii State of Massachusetts State of New Mexico State of South Dakota State of Alaska State of Idaho State of Michigan State of New York State of Tennessee State of Arizona State of Illinois State of Minnesota State of North Carolina State of Texas State of Arkansas State of Indiana State of Mississippi State of North Dakota State of Utah State of California State of Iowa State of Missouri State of Ohio State of Vermont State of Colorado State of Kansas State of Montana State of Oklahoma State of Virginia State of Connecticut State of Kentucky State of Nebraska State of Oregon State of Washington State of Delaware State of Louisiana State of Nevada State of Pennsylvania State of West Virginia State of Florida State of Maine State of New Hampshire State of Rhode Island State of Wisconsin State of Georgia State of Maryland State of New Jersey State of South Carolina State of Wyoming District of Columbia Lists of political subdivisions and local governments in the above referenced states / districts may be found at http://www.usa.gov/Agencies/State_and_Territories.shtml and https://www.usa.gov/local-governments. Certain Public Agencies and Political Subdivisions: CITIES, TOWNS, VILLAGES AND BOROUGHS INCLUDING BUT NOT LIMITED TO: BAKER CITY GOLF COURSE, OR CITY OF ADAIR VILLAGE, OR CITY OF ASHLAND, OR CITY OF AUMSVILLE, OR CITY OF AURORA, OR CITY OF BAKER, OR CITY OF BATON ROUGE, LA CITY OF BEAVERTON, OR CITY OF BEND, OR CITY OF BOARDMAN, OR CITY OF BONANAZA, OR CITY OF BOSSIER CITY, LA CITY OF BROOKINGS, OR CITY OF BURNS, OR CITY OF CANBY, OR CITY OF CANYONVILLE, OR CITY OF CLATSKANIE, OR CITY OF COBURG, OR CITY OF CONDON, OR CITY OF COQUILLE, OR CITY OF CORVALLI, OR CITY OF CORVALLIS PARKS AND RECREATION DEPARTMENT, OR CITY OF COTTAGE GROVE, OR CITY OF DONALD, OR CITY OF EUGENE, OR CITY OF FOREST GROVE, OR CITY OF GOLD HILL, OR CITY OF GRANTS PASS, OR CITY OF GRESHAM, OR CITY OF HILLSBORO, OR CITY OF INDEPENDENCE, OR CITY AND COUNTY OF HONOLULU, HI CITY OF KENNER, LA CITY OF LA GRANDE, OR CITY OF LAFAYETTE, LA CITY OF LAKE CHARLES, OR CITY OF LEBANON, OR CITY OF MCMINNVILLE, OR CITY OF MEDFORD, OR CITY OF METAIRIE, LA CITY OF MILL CITY, OR CITY OF MILWAUKIE, OR CITY OF MONROE, LA CITY OF MOSIER, OR CITY OF NEW ORLEANS, LA CITY OF NORTH PLAINS, OR CITY OF OREGON CITY, OR CITY OF PILOT ROCK, OR CITY OF PORTLAND, OR CITY OF POWERS, OR CITY OF PRINEVILLE, OR CITY OF REDMOND, OR CITY OF REEDSPORT, OR CITY OF RIDDLE, OR CITY OF ROGUE RIVER, OR CITY OF ROSEBURG, OR CITY OF SALEM, OR CITY OF SANDY, OR CITY OF SCAPPOOSE, OR CITY OF SHADY COVE, OR CITY OF SHERWOOD, OR CITY OF SHREVEPORT, LA CITY OF SILVERTON, OR CITY OF SPRINGFIELD, OR CITY OF ST. HELENS, OR Page 64 - Attachment B CITY OF ST. PAUL, OR CITY OF SULPHUR, LA CITY OF TIGARD, OR CITY OF TROUTDALE, OR CITY OF TUALATIN, OR CITY OF WALKER, LA CITY OF WARRENTON, OR CITY OF WEST LINN, OR CITY OF WILSONVILLE, OR CITY OF WINSTON, OR CITY OF WOODBURN, OR LEAGUE OF OREGON CITES THE CITY OF HAPPY VALLEY OREGON ALPINE, UT ALTA, UT ALTAMONT, UT ALTON, UT AMALGA, UT AMERICAN FORK CITY, UT ANNABELLA, UT ANTIMONY, UT APPLE VALLEY, UT AURORA, UT BALLARD, UT BEAR RIVER CITY, UT BEAVER, UT BICKNELL, UT BIG WATER, UT BLANDING, UT BLUFFDALE, UT BOULDER, UT CITY OF BOUNTIFUL, UT BRIAN HEAD, UT BRIGHAM CITY CORPORATION, UT BRYCE CANYON CITY, UT CANNONVILLE, UT CASTLE DALE, UT CASTLE VALLEY, UT CITY OF CEDAR CITY, UT CEDAR FORT, UT CITY OF CEDAR HILLS, UT CENTERFIELD, UT CENTERVILLE CITY CORPORATION, UT CENTRAL VALLEY, UT CHARLESTON, UT CIRCLEVILLE, UT CLARKSTON, UT CLAWSON, UT CLEARFIELD, UT CLEVELAND, UT CLINTON CITY CORPORATION, UT COALVILLE, UT CORINNE, UT CORNISH, UT COTTONWOOD HEIGHTS, UT DANIEL, UT DELTA, UT DEWEYVILLE, UT DRAPER CITY, UT DUCHESNE, UT EAGLE MOUNTAIN, UT EAST CARBON, UT ELK RIDGE, UT ELMO, UT ELSINORE, UT ELWOOD, UT EMERY, UT ENOCH, UT ENTERPRISE, UT EPHRAIM, UT ESCALANTE, UT EUREKA, UT FAIRFIELD, UT FAIRVIEW, UT FARMINGTON, UT FARR WEST, UT FAYETTE, UT FERRON, UT FIELDING, UT FILLMORE, UT FOUNTAIN GREEN, UT FRANCIS, UT FRUIT HEIGHTS, UT GARDEN CITY, UT GARLAND, UT GENOLA, UT GLENDALE, UT GLENWOOD, UT GOSHEN, UT GRANTSVILLE, UT GREEN RIVER, UT GUNNISON, UT HANKSVILLE, UT HARRISVILLE, UT HATCH, UT HEBER CITY CORPORATION, UT HELPER, UT HENEFER, UT HENRIEVILLE, UT HERRIMAN, UT HIDEOUT, UT HIGHLAND, UT HILDALE, UT HINCKLEY, UT HOLDEN, UT HOLLADAY, UT HONEYVILLE, UT HOOPER, UT HOWELL, UT HUNTINGTON, UT HUNTSVILLE, UT CITY OF HURRICANE, UT HYDE PARK, UT HYRUM, UT INDEPENDENCE, UT IVINS, UT JOSEPH, UT JUNCTION, UT KAMAS, UT KANAB, UT KANARRAVILLE, UT KANOSH, UT KAYSVILLE, UT KINGSTON, UT KOOSHAREM, UT LAKETOWN, UT LA VERKIN, UT LAYTON, UT LEAMINGTON, UT LEEDS, UT LEHI CITY CORPORATION, UT LEVAN, UT LEWISTON, UT LINDON, UT LOA, UT LOGAN CITY, UT LYMAN, UT LYNNDYL, UT Page 65 - Attachment B MANILA, UT MANTI, UT MANTUA, UT MAPLETON, UT MARRIOTT-SLATERVILLE, UT MARYSVALE, UT MAYFIELD, UT MEADOW, UT MENDON, UT MIDVALE CITY INC., UT MIDWAY, UT MILFORD, UT MILLVILLE, UT MINERSVILLE, UT MOAB, UT MONA, UT MONROE, UT CITY OF MONTICELLO, UT MORGAN, UT MORONI, UT MOUNT PLEASANT, UT MURRAY CITY CORPORATION, UT MYTON, UT NAPLES, UT NEPHI, UT NEW HARMONY, UT NEWTON, UT NIBLEY, UT NORTH LOGAN, UT NORTH OGDEN, UT NORTH SALT LAKE CITY, UT OAK CITY, UT OAKLEY, UT OGDEN CITY CORPORATION, UT OPHIR, UT ORANGEVILLE, UT ORDERVILLE, UT OREM, UT PANGUITCH, UT PARADISE, UT PARAGONAH, UT PARK CITY, UT PAROWAN, UT PAYSON, UT PERRY, UT PLAIN CITY, UT PLEASANT GROVE CITY, UT PLEASANT VIEW, UT PLYMOUTH, UT PORTAGE, UT PRICE, UT PROVIDENCE, UT PROVO, UT RANDOLPH, UT REDMOND, UT RICHFIELD, UT RICHMOND, UT RIVERDALE, UT RIVER HEIGHTS, UT RIVERTON CITY, UT ROCKVILLE, UT ROCKY RIDGE, UT ROOSEVELT CITY CORPORATION, UT ROY, UT RUSH VALLEY, UT CITY OF ST. GEORGE, UT SALEM, UT SALINA, UT SALT LAKE CITY CORPORATION, UT SANDY, UT SANTA CLARA, UT SANTAQUIN, UT SARATOGA SPRINGS, UT SCIPIO, UT SCOFIELD, UT SIGURD, UT SMITHFIELD, UT SNOWVILLE, UT CITY OF SOUTH JORDAN, UT SOUTH OGDEN, UT CITY OF SOUTH SALT LAKE, UT SOUTH WEBER, UT SPANISH FORK, UT SPRING CITY, UT SPRINGDALE, UT SPRINGVILLE, UT STERLING, UT STOCKTON, UT SUNNYSIDE, UT SUNSET CITY CORP, UT SYRACUSE, UT TABIONA, UT CITY OF TAYLORSVILLE, UT TOOELE CITY CORPORATION, UT TOQUERVILLE, UT TORREY, UT TREMONTON CITY, UT TRENTON, UT TROPIC, UT UINTAH, UT VERNAL CITY, UT VERNON, UT VINEYARD, UT VIRGIN, UT WALES, UT WALLSBURG, UT WASHINGTON CITY, UT WASHINGTON TERRACE, UT WELLINGTON, UT WELLSVILLE, UT WENDOVER, UT WEST BOUNTIFUL, UT WEST HAVEN, UT WEST JORDAN, UT WEST POINT, UT WEST VALLEY CITY, UT WILLARD, UT WOODLAND HILLS, UT WOODRUFF, UT WOODS CROSS, UT COUNTIES AND PARISHES INCLUDING BUT NOT LIMITED TO: ASCENSION PARISH, LA ASCENSION PARISH, LA, CLEAR OF COURT CADDO PARISH, LA CALCASIEU PARISH, LA CALCASIEU PARISH SHERIFF’S OFFICE, LA CITY AND COUNTY OF HONOLULU, HI CLACKAMAS COUNTY, OR CLACKAMAS COUNTY DEPT OF TRANSPORTATION, OR CLATSOP COUNTY, OR COLUMBIA COUNTY, OR COOS COUNTY, OR COOS COUNTY HIGHWAY DEPARTMENT, OR COUNTY OF HAWAII, OR CROOK COUNTY, OR Page 66 - Attachment B CROOK COUNTY ROAD DEPARTMENT, OR CURRY COUNTY, OR DESCHUTES COUNTY, OR DOUGLAS COUNTY, OR EAST BATON ROUGE PARISH, LA GILLIAM COUNTY, OR GRANT COUNTY, OR HARNEY COUNTY, OR HARNEY COUNTY SHERIFFS OFFICE, OR HAWAII COUNTY, HI HOOD RIVER COUNTY, OR JACKSON COUNTY, OR JEFFERSON COUNTY, OR JEFFERSON PARISH, LA JOSEPHINE COUNTY GOVERNMENT, OR LAFAYETTE CONSOLIDATED GOVERNMENT, LA LAFAYETTE PARISH, LA LAFAYETTE PARISH CONVENTION & VISITORS COMMISSION LAFOURCHE PARISH, LA KAUAI COUNTY, HI KLAMATH COUNTY, OR LAKE COUNTY, OR LANE COUNTY, OR LINCOLN COUNTY, OR LINN COUNTY, OR LIVINGSTON PARISH, LA MALHEUR COUNTY, OR MAUI COUNTY, HI MARION COUNTY, SALEM, OR MORROW COUNTY, OR MULTNOMAH COUNTY, OR MULTNOMAH COUNTY BUSINESS AND COMMUNITY SERVICES, OR MULTNOMAH COUNTY SHERIFFS OFFICE, OR MULTNOMAH LAW LIBRARY, OR ORLEANS PARISH, LA PLAQUEMINES PARISH, LA POLK COUNTY, OR RAPIDES PARISH, LA SAINT CHARLES PARISH, LA SAINT CHARLES PARISH PUBLIC SCHOOLS, LA SAINT LANDRY PARISH, LA SAINT TAMMANY PARISH, LA SHERMAN COUNTY, OR TERREBONNE PARISH, LA TILLAMOOK COUNTY, OR TILLAMOOK COUNTY SHERIFF'S OFFICE, OR TILLAMOOK COUNTY GENERAL HOSPITAL, OR UMATILLA COUNTY, OR UNION COUNTY, OR WALLOWA COUNTY, OR WASCO COUNTY, OR WASHINGTON COUNTY, OR WEST BATON ROUGE PARISH, LA WHEELER COUNTY, OR YAMHILL COUNTY, OR COUNTY OF BOX ELDER, UT COUNTY OF CACHE, UT COUNTY OF RICH, UT COUNTY OF WEBER, UT COUNTY OF MORGAN, UT COUNTY OF DAVIS, UT COUNTY OF SUMMIT, UT COUNTY OF DAGGETT, UT COUNTY OF SALT LAKE, UT COUNTY OF TOOELE, UT COUNTY OF UTAH, UT COUNTY OF WASATCH, UT COUNTY OF DUCHESNE, UT COUNTY OF UINTAH, UT COUNTY OF CARBON, UT COUNTY OF SANPETE, UT COUNTY OF JUAB, UT COUNTY OF MILLARD, UT COUNTY OF SEVIER, UT COUNTY OF EMERY, UT COUNTY OF GRAND, UT COUNTY OF BEVER, UT COUNTY OF PIUTE, UT COUNTY OF WAYNE, UT COUNTY OF SAN JUAN, UT COUNTY OF GARFIELD, UT COUNTY OF KANE, UT COUNTY OF IRON, UT COUNTY OF WASHINGTON, UT OTHER AGENCIES INCLUDING ASSOCIATIONS, BOARDS, DISTRICTS, COMMISSIONS, COUNCILS, PUBLIC CORPORATIONS, PUBLIC DEVELOPMENT AUTHORITIES, RESERVATIONS AND UTILITIES INCLUDING BUT NOT LIMITED TO: ADAIR R.F.P.D., OR ADEL WATER IMPROVEMENT DISTRICT, OR ADRIAN R.F.P.D., OR AGNESS COMMUNITY LIBRARY, OR AGNESS-ILLAHE R.F.P.D., OR AGRICULTURE EDUCATION SERVICE EXTENSION DISTRICT, OR ALDER CREEK-BARLOW WATER DISTRICT NO. 29, OR ALFALFA FIRE DISTRICT, OR ALSEA R.F.P.D., OR ALSEA RIVIERA WATER IMPROVEMENT DISTRICT, OR AMITY FIRE DISTRICT, OR ANTELOPE MEADOWS SPECIAL ROAD DISTRICT, OR APPLE ROGUE DISTRICT IMPROVEMENT COMPANY, OR APPLEGATE VALLEY R.F.P.D. #9, OR ARCH CAPE DOMESTIC WATER SUPPLY DISTRICT, OR ARCH CAPE SANITARY DISTRICT, OR ARNOLD IRRIGATION DISTRICT, OR ASH CREEK WATER CONTROL DISTRICT, OR ATHENA CEMETERY MAINTENANCE DISTRICT, OR AUMSVILLE R.F.P.D., OR AURORA R.F.P.D., OR AZALEA R.F.P.D., OR BADGER IMPROVEMENT DISTRICT, OR BAILEY-SPENCER R.F.P.D., OR BAKER COUNTY LIBRARY DISTRICT, OR BAKER R.F.P.D., OR BAKER RIVERTON ROAD DISTRICT, OR BAKER VALLEY IRRIGATION DISTRICT, OR BAKER VALLEY S.W.C.D., OR BAKER VALLEY VECTOR CONTROL DISTRICT, OR BANDON CRANBERRY WATER CONTROL DISTRICT, OR BANDON R.F.P.D., OR BANKS FIRE DISTRICT, OR BANKS FIRE DISTRICT #13, OR BAR L RANCH ROAD DISTRICT, OR BARLOW WATER IMPROVEMENT DISTRICT, OR BASIN AMBULANCE SERVICE DISTRICT, OR BASIN TRANSIT SERVICE TRANSPORTATION DISTRICT, OR BATON ROUGE WATER COMPANY Page 67 - Attachment B BAY AREA HEALTH DISTRICT, OR BAYSHORE SPECIAL ROAD DISTRICT, OR BEAR VALLEY SPECIAL ROAD DISTRICT, OR BEAVER CREEK WATER CONTROL DISTRICT, OR BEAVER DRAINAGE IMPROVEMENT COMPANY, INC., OR BEAVER SLOUGH DRAINAGE DISTRICT, OR BEAVER SPECIAL ROAD DISTRICT, OR BEAVER WATER DISTRICT, OR BELLE MER S.I.G.L. TRACTS SPECIAL ROAD DISTRICT, OR BEND METRO PARK AND RECREATION DISTRICT BENTON S.W.C.D., OR BERNDT SUBDIVISION WATER IMPROVEMENT DISTRICT, OR BEVERLY BEACH WATER DISTRICT, OR BIENVILLE PARISH FIRE PROTECTION DISTRICT 6, LA BIG BEND IRRIGATION DISTRICT, OR BIGGS SERVICE DISTRICT, OR BLACK BUTTE RANCH DEPARTMENT OF POLICE SERVICES, OR BLACK BUTTE RANCH R.F.P.D., OR BLACK MOUNTAIN WATER DISTRICT, OR BLODGETT-SUMMIT R.F.P.D., OR BLUE MOUNTAIN HOSPITAL DISTRICT, OR BLUE MOUNTAIN TRANSLATOR DISTRICT, OR BLUE RIVER PARK & RECREATION DISTRICT, OR BLUE RIVER WATER DISTRICT, OR BLY R.F.P.D., OR BLY VECTOR CONTROL DISTRICT, OR BLY WATER AND SANITARY DISTRICT, OR BOARDMAN CEMETERY MAINTENANCE DISTRICT, OR BOARDMAN PARK AND RECREATION DISTRICT BOARDMAN R.F.P.D., OR BONANZA BIG SPRINGS PARK & RECREATION DISTRICT, OR BONANZA MEMORIAL PARK CEMETERY DISTRICT, OR BONANZA R.F.P.D., OR BONANZA-LANGELL VALLEY VECTOR CONTROL DISTRICT, OR BORING WATER DISTRICT #24, OR BOULDER CREEK RETREAT SPECIAL ROAD DISTRICT, OR BRIDGE R.F.P.D., OR BROOKS COMMUNITY SERVICE DISTRICT, OR BROWNSVILLE R.F.P.D., OR BUELL-RED PRAIRIE WATER DISTRICT, OR BUNKER HILL R.F.P.D. #1, OR BUNKER HILL SANITARY DISTRICT, OR BURLINGTON WATER DISTRICT, OR BURNT RIVER IRRIGATION DISTRICT, OR BURNT RIVER S.W.C.D., OR CALAPOOIA R.F.P.D., OR CAMAS VALLEY R.F.P.D., OR CAMELLIA PARK SANITARY DISTRICT, OR CAMMANN ROAD DISTRICT, OR CAMP SHERMAN ROAD DISTRICT, OR CANBY AREA TRANSIT, OR CANBY R.F.P.D. #62, OR CANBY UTILITY BOARD, OR CANNON BEACH R.F.P.D., OR CANYONVILLE SOUTH UMPQUA FIRE DISTRICT, OR CAPE FERRELO R.F.P.D., OR CAPE FOULWEATHER SANITARY DISTRICT, OR CARLSON PRIMROSE SPECIAL ROAD DISTRICT, OR CARMEL BEACH WATER DISTRICT, OR CASCADE VIEW ESTATES TRACT 2, OR CEDAR CREST SPECIAL ROAD DISTRICT, OR CEDAR TRAILS SPECIAL ROAD DISTRICT, OR CEDAR VALLEY - NORTH BANK R.F.P.D., OR CENTRAL CASCADES FIRE AND EMS, OR CENTRAL CITY ECONOMIC OPPORTUNITY CORP, LA CENTRAL LINCOLN P.U.D., OR CENTRAL OREGON COAST FIRE & RESCUE DISTRICT, OR CENTRAL OREGON INTERGOVERNMENTAL COUNCIL CENTRAL OREGON IRRIGATION DISTRICT, OR CHAPARRAL WATER CONTROL DISTRICT, OR CHARLESTON FIRE DISTRICT, OR CHARLESTON SANITARY DISTRICT, OR CHARLOTTE ANN WATER DISTRICT, OR CHEHALEM PARK & RECREATION DISTRICT, OR CHEHALEM PARK AND RECREATION DISTRICT CHEMULT R.F.P.D., OR CHENOWITH WATER P.U.D., OR CHERRIOTS, OR CHETCO COMMUNITY PUBLIC LIBRARY DISTRICT, OR CHILOQUIN VECTOR CONTROL DISTRICT, OR CHILOQUIN-AGENCY LAKE R.F.P.D., OR CHINOOK DRIVE SPECIAL ROAD DISTRICT, OR CHR DISTRICT IMPROVEMENT COMPANY, OR CHRISTMAS VALLEY DOMESTIC WATER DISTRICT, OR CHRISTMAS VALLEY PARK & RECREATION DISTRICT, OR CHRISTMAS VALLEY R.F.P.D., OR CITY OF BOGALUSA SCHOOL BOARD, LA CLACKAMAS COUNTY FIRE DISTRICT #1, OR CLACKAMAS COUNTY SERVICE DISTRICT #1, OR CLACKAMAS COUNTY VECTOR CONTROL DISTRICT, OR CLACKAMAS RIVER WATER CLACKAMAS RIVER WATER, OR CLACKAMAS S.W.C.D., OR CLATSKANIE DRAINAGE IMPROVEMENT COMPANY, OR CLATSKANIE LIBRARY DISTRICT, OR CLATSKANIE P.U.D., OR CLATSKANIE PARK & RECREATION DISTRICT, OR CLATSKANIE PEOPLE'S UTILITY DISTRICT CLATSKANIE R.F.P.D., OR CLATSOP CARE CENTER HEALTH DISTRICT, OR CLATSOP COUNTY S.W.C.D., OR CLATSOP DRAINAGE IMPROVEMENT COMPANY #15, INC., OR CLEAN WATER SERVICES CLEAN WATER SERVICES, OR CLOVERDALE R.F.P.D., OR CLOVERDALE SANITARY DISTRICT, OR CLOVERDALE WATER DISTRICT, OR COALEDO DRAINAGE DISTRICT, OR COBURG FIRE DISTRICT, OR COLESTIN RURAL FIRE DISTRICT, OR COLTON R.F.P.D., OR COLTON WATER DISTRICT #11, OR COLUMBIA 911 COMMUNICATIONS DISTRICT, OR COLUMBIA COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR COLUMBIA DRAINAGE VECTOR CONTROL, OR COLUMBIA IMPROVEMENT DISTRICT, OR COLUMBIA R.F.P.D., OR COLUMBIA RIVER FIRE & RESCUE, OR COLUMBIA RIVER PUD, OR Page 68 - Attachment B COLUMBIA S.W.C.D., OR COLUMBIA S.W.C.D., OR CONFEDERATED TRIBES OF THE UMATILLA INDIAN RESERVATION COOS COUNTY AIRPORT DISTRICT, OR COOS COUNTY AIRPORT DISTRICT, OR COOS COUNTY AREA TRANSIT SERVICE DISTRICT, OR COOS COUNTY AREA TRANSIT SERVICE DISTRICT, OR COOS FOREST PROTECTIVE ASSOCIATION COOS S.W.C.D., OR COQUILLE R.F.P.D., OR COQUILLE VALLEY HOSPITAL DISTRICT, OR CORBETT WATER DISTRICT, OR CORNELIUS R.F.P.D., OR CORP RANCH ROAD WATER IMPROVEMENT, OR CORVALLIS R.F.P.D., OR COUNTRY CLUB ESTATES SPECIAL WATER DISTRICT, OR COUNTRY CLUB WATER DISTRICT, OR COUNTRY ESTATES ROAD DISTRICT, OR COVE CEMETERY MAINTENANCE DISTRICT, OR COVE ORCHARD SEWER SERVICE DISTRICT, OR COVE R.F.P.D., OR CRESCENT R.F.P.D., OR CRESCENT SANITARY DISTRICT, OR CRESCENT WATER SUPPLY AND IMPROVEMENT DISTRICT, OR CROOK COUNTY AGRICULTURE EXTENSION SERVICE DISTRICT, OR CROOK COUNTY CEMETERY DISTRICT, OR CROOK COUNTY FIRE AND RESCUE, OR CROOK COUNTY PARKS & RECREATION DISTRICT, OR CROOK COUNTY S.W.C.D., OR CROOK COUNTY VECTOR CONTROL DISTRICT, OR CROOKED RIVER RANCH R.F.P.D., OR CROOKED RIVER RANCH SPECIAL ROAD DISTRICT, OR CRYSTAL SPRINGS WATER DISTRICT, OR CURRY COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR CURRY COUNTY PUBLIC TRANSIT SERVICE DISTRICT, OR CURRY COUNTY S.W.C.D., OR CURRY HEALTH DISTRICT, OR CURRY PUBLIC LIBRARY DISTRICT, OR DALLAS CEMETERY DISTRICT #4, OR DARLEY DRIVE SPECIAL ROAD DISTRICT, OR DAVID CROCKETT STEAM FIRE COMPANY #1, LA DAYS CREEK R.F.P.D., OR DAYTON FIRE DISTRICT, OR DEAN MINARD WATER DISTRICT, OR DEE IRRIGATION DISTRICT, OR DEER ISLAND DRAINAGE IMPROVEMENT COMPANY, OR DELL BROGAN CEMETERY MAINTENANCE DISTRICT, OR DEPOE BAY R.F.P.D., OR DESCHUTES COUNTY 911 SERVICE DISTRICT, OR DESCHUTES COUNTY R.F.P.D. #2, OR DESCHUTES PUBLIC LIBRARY DISTRICT, OR DESCHUTES S.W.C.D., OR DESCHUTES VALLEY WATER DISTRICT, OR DEVILS LAKE WATER IMPROVEMENT DISTRICT, OR DEXTER R.F.P.D., OR DEXTER SANITARY DISTRICT, OR DORA-SITKUM R.F.P.D., OR DOUGLAS COUNTY FIRE DISTRICT #2, OR DOUGLAS S.W.C.D., OR DRAKES CROSSING R.F.P.D., OR DRRH SPECIAL ROAD DISTRICT #6, OR DRY GULCH DITCH DISTRICT IMPROVEMENT COMPANY, OR DUFUR RECREATION DISTRICT, OR DUMBECK LANE DOMESTIC WATER SUPPLY, OR DUNDEE R.F.P.D., OR DURKEE COMMUNITY BUILDING PRESERVATION DISTRICT, OR EAGLE POINT IRRIGATION DISTRICT, OR EAGLE VALLEY CEMETERY MAINTENANCE DISTRICT, OR EAGLE VALLEY R.F.P.D., OR EAGLE VALLEY S.W.C.D., OR EAST FORK IRRIGATION DISTRICT, OR EAST MULTNOMAH S.W.C.D., OR EAST SALEM SERVICE DISTRICT, OR EAST UMATILLA CHEMICAL CONTROL DISTRICT, OR EAST UMATILLA COUNTY AMBULANCE AREA HEALTH DISTRICT, OR EAST UMATILLA COUNTY R.F.P.D., OR EAST VALLEY WATER DISTRICT, OR ELGIN COMMUNITY PARKS & RECREATION DISTRICT, OR ELGIN HEALTH DISTRICT, OR ELGIN R.F.P.D., OR ELKTON ESTATES PHASE II SPECIAL ROAD DISTRICT, OR ELKTON R.F.P.D., OR EMERALD P.U.D., OR ENTERPRISE IRRIGATION DISTRICT, OR ESTACADA CEMETERY MAINTENANCE DISTRICT, OR ESTACADA R.F.P.D. #69, OR EUGENE R.F.P.D. # 1, OR EUGENE WATER AND ELECTRIC BOARD EVANS VALLEY FIRE DISTRICT #6, OR FAIR OAKS R.F.P.D., OR FAIRVIEW R.F.P.D., OR FAIRVIEW WATER DISTRICT, OR FALCON HEIGHTS WATER AND SEWER, OR FALCON-COVE BEACH WATER DISTRICT, OR FALL RIVER ESTATES SPECIAL ROAD DISTRICT, OR FARGO INTERCHANGE SERVICE DISTRICT, OR FARMERS IRRIGATION DISTRICT, OR FAT ELK DRAINAGE DISTRICT, OR FERN RIDGE PUBLIC LIBRARY DISTRICT, OR FERN VALLEY ESTATES IMPROVEMENT DISTRICT, OR FOR FAR ROAD DISTRICT, OR FOREST GROVE R.F.P.D., OR FOREST VIEW SPECIAL ROAD DISTRICT, OR FORT ROCK-SILVER LAKE S.W.C.D., OR FOUR RIVERS VECTOR CONTROL DISTRICT, OR FOX CEMETERY MAINTENANCE DISTRICT, OR GARDINER R.F.P.D., OR GARDINER SANITARY DISTRICT, OR GARIBALDI R.F.P.D., OR GASTON R.F.P.D., OR GATES R.F.P.D., OR GEARHART R.F.P.D., OR GILLIAM S.W.C.D., OR GLENDALE AMBULANCE DISTRICT, OR GLENDALE R.F.P.D., OR GLENEDEN BEACH SPECIAL ROAD DISTRICT, OR GLENEDEN SANITARY DISTRICT, OR Page 69 - Attachment B GLENWOOD WATER DISTRICT, OR GLIDE - IDLEYLD SANITARY DISTRICT, OR GLIDE R.F.P.D., OR GOLD BEACH - WEDDERBURN R.F.P.D., OR GOLD HILL IRRIGATION DISTRICT, OR GOLDFINCH ROAD DISTRICT, OR GOSHEN R.F.P.D., OR GOVERNMENT CAMP ROAD DISTRICT, OR GOVERNMENT CAMP SANITARY DISTRICT, OR GRAND PRAIRIE WATER CONTROL DISTRICT, OR GRAND RONDE SANITARY DISTRICT, OR GRANT COUNTY TRANSPORTATION DISTRICT, OR GRANT S.W.C.D., OR GRANTS PASS IRRIGATION DISTRICT, OR GREATER BOWEN VALLEY R.F.P.D., OR GREATER ST. HELENS PARK & RECREATION DISTRICT, OR GREATER TOLEDO POOL RECREATION DISTRICT, OR GREEN KNOLLS SPECIAL ROAD DISTRICT, OR GREEN SANITARY DISTRICT, OR GREENACRES R.F.P.D., OR GREENBERRY IRRIGATION DISTRICT, OR GREENSPRINGS RURAL FIRE DISTRICT, OR HAHLEN ROAD SPECIAL DISTRICT, OR HAINES CEMETERY MAINTENANCE DISTRICT, OR HAINES FIRE PROTECTION DISTRICT, OR HALSEY-SHEDD R.F.P.D., OR HAMLET R.F.P.D., OR HARBOR R.F.P.D., OR HARBOR SANITARY DISTRICT, OR HARBOR WATER P.U.D., OR HARNEY COUNTY HEALTH DISTRICT, OR HARNEY S.W.C.D., OR HARPER SOUTH SIDE IRRIGATION DISTRICT, OR HARRISBURG FIRE AND RESCUE, OR HAUSER R.F.P.D., OR HAZELDELL RURAL FIRE DISTRICT, OR HEBO JOINT WATER-SANITARY AUTHORITY, OR HECETA WATER P.U.D., OR HELIX CEMETERY MAINTENANCE DISTRICT #4, OR HELIX PARK & RECREATION DISTRICT, OR HELIX R.F.P.D. #7-411, OR HEPPNER CEMETERY MAINTENANCE DISTRICT, OR HEPPNER R.F.P.D., OR HEPPNER WATER CONTROL DISTRICT, OR HEREFORD COMMUNITY HALL RECREATION DISTRICT, OR HERMISTON CEMETERY DISTRICT, OR HERMISTON IRRIGATION DISTRICT, OR HIDDEN VALLEY MOBILE ESTATES IMPROVEMENT DISTRICT, OR HIGH DESERT PARK & RECREATION DISTRICT, OR HIGHLAND SUBDIVISION WATER DISTRICT, OR HONOLULU INTERNATIONAL AIRPORT HOOD RIVER COUNTY LIBRARY DISTRICT, OR HOOD RIVER COUNTY TRANSPORTATION DISTRICT, OR HOOD RIVER S.W.C.D., OR HOOD RIVER VALLEY PARKS & RECREATION DISTRICT, OR HOODLAND FIRE DISTRICT #74 HOODLAND FIRE DISTRICT #74, OR HORSEFLY IRRIGATION DISTRICT, OR HOSKINS-KINGS VALLEY R.F.P.D., OR HOUSING AUTHORITY OF PORTLAND HUBBARD R.F.P.D., OR HUDSON BAY DISTRICT IMPROVEMENT COMPANY, OR I N (KAY) YOUNG DITCH DISTRICT IMPROVEMENT COMPANY, OR ICE FOUNTAIN WATER DISTRICT, OR IDAHO POINT SPECIAL ROAD DISTRICT, OR IDANHA-DETROIT RURAL FIRE PROTECTION DISTRICT, OR ILLINOIS VALLEY FIRE DISTRICT ILLINOIS VALLEY R.F.P.D., OR ILLINOIS VALLEY S.W.C.D., OR IMBLER R.F.P.D., OR INTERLACHEN WATER P.U.D., OR IONE LIBRARY DISTRICT, OR IONE R.F.P.D. #6-604, OR IRONSIDE CEMETERY MAINTENANCE DISTRICT, OR IRONSIDE RURAL ROAD DISTRICT #5, OR IRRIGON PARK & RECREATION DISTRICT, OR IRRIGON R.F.P.D., OR ISLAND CITY AREA SANITATION DISTRICT, OR ISLAND CITY CEMETERY MAINTENANCE DISTRICT, OR JACK PINE VILLAGE SPECIAL ROAD DISTRICT, OR JACKSON COUNTY FIRE DISTRICT #3, OR JACKSON COUNTY FIRE DISTRICT #4, OR JACKSON COUNTY FIRE DISTRICT #5, OR JACKSON COUNTY LIBRARY DISTRICT, OR JACKSON COUNTY VECTOR CONTROL DISTRICT, OR JACKSON S.W.C.D., OR JASPER KNOLLS WATER DISTRICT, OR JEFFERSON COUNTY EMERGENCY MEDICAL SERVICE DISTRICT, OR JEFFERSON COUNTY FIRE DISTRICT #1, OR JEFFERSON COUNTY LIBRARY DISTRICT, OR JEFFERSON COUNTY S.W.C.D., OR JEFFERSON PARK & RECREATION DISTRICT, OR JEFFERSON R.F.P.D., OR JOB'S DRAINAGE DISTRICT, OR JOHN DAY WATER DISTRICT, OR JOHN DAY-CANYON CITY PARKS & RECREATION DISTRICT, OR JOHN DAY-FERNHILL R.F.P.D. #5-108, OR JORDAN VALLEY CEMETERY DISTRICT, OR JORDAN VALLEY IRRIGATION DISTRICT, OR JOSEPHINE COMMUNITY LIBRARY DISTRICT, OR JOSEPHINE COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR JOSEPHINE COUNTY 911 AGENCY, OR JUNCTION CITY R.F.P.D., OR JUNCTION CITY WATER CONTROL DISTRICT, OR JUNIPER BUTTE ROAD DISTRICT, OR JUNIPER CANYON WATER CONTROL DISTRICT, OR JUNIPER FLAT DISTRICT IMPROVEMENT COMPANY, OR JUNIPER FLAT R.F.P.D., OR JUNO NONPROFIT WATER IMPROVEMENT DISTRICT, OR KEATING R.F.P.D., OR KEATING S.W.C.D., OR KEIZER R.F.P.D., OR KELLOGG RURAL FIRE DISTRICT, OR KENO IRRIGATION DISTRICT, OR KENO PINES ROAD DISTRICT, OR KENO R.F.P.D., OR KENT WATER DISTRICT, OR KERBY WATER DISTRICT, OR K-GB-LB WATER DISTRICT, ORKILCHIS WATER DISTRICT, ORKLAMATH 9-1-1 COMMUNICATIONS DISTRICT, ORKLAMATH BASIN IMPROVEMENT DISTRICT, OR Page 70 - Attachment B KLAMATH COUNTY DRAINAGE SERVICE DISTRICT, OR KLAMATH COUNTY EXTENSION SERVICE DISTRICT, OR KLAMATH COUNTY FIRE DISTRICT #1, OR KLAMATH COUNTY FIRE DISTRICT #3, OR KLAMATH COUNTY FIRE DISTRICT #4, OR KLAMATH COUNTY FIRE DISTRICT #5, OR KLAMATH COUNTY LIBRARY SERVICE DISTRICT, OR KLAMATH COUNTY PREDATORY ANIMAL CONTROL DISTRICT, OR KLAMATH DRAINAGE DISTRICT, OR KLAMATH FALLS FOREST ESTATES SPECIAL ROAD DISTRICT UNIT #2, OR KLAMATH INTEROPERABILITY RADIO GROUP, OR KLAMATH IRRIGATION DISTRICT, OR KLAMATH RIVER ACRES SPECIAL ROAD DISTRICT, OR KLAMATH S.W.C.D., OR KLAMATH VECTOR CONTROL DISTRICT, OR KNAPPA-SVENSEN-BURNSIDE R.F.P.D., OR LA GRANDE CEMETERY MAINTENANCE DISTRICT, OR LA GRANDE R.F.P.D., OR LA PINE PARK & RECREATION DISTRICT, OR LA PINE R.F.P.D., OR LABISH VILLAGE SEWAGE & DRAINAGE, OR LACOMB IRRIGATION DISTRICT, OR LAFAYETTE AIRPORT COMMISSION, LA LAFOURCHE PARISH HEALTH UNIT – DHH-OPH REGION 3 LAIDLAW WATER DISTRICT, OR LAKE CHINOOK FIRE & RESCUE, OR LAKE COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR LAKE COUNTY LIBRARY DISTRICT, OR LAKE CREEK R.F.P.D. - JACKSON, OR LAKE CREEK R.F.P.D. - LANE COUNTY, OR LAKE DISTRICT HOSPITAL, OR LAKE GROVE R.F.P.D. NO. 57, OR LAKE GROVE WATER DISTRICT, OR LAKE LABISH WATER CONTROL DISTRICT, OR LAKE POINT SPECIAL ROAD DISTRICT, OR LAKESIDE R.F.P.D. #4, OR LAKESIDE WATER DISTRICT, OR LAKEVIEW R.F.P.D., OR LAKEVIEW S.W.C.D., OR LAMONTAI IMPROVEMENT DISTRICT, OR LANE FIRE AUTHORITY, OR LANE LIBRARY DISTRICT, OR LANE TRANSIT DISTRICT, OR LANGELL VALLEY IRRIGATION DISTRICT, OR LANGLOIS PUBLIC LIBRARY, OR LANGLOIS R.F.P.D., OR LANGLOIS WATER DISTRICT, OR LAZY RIVER SPECIAL ROAD DISTRICT, OR LEBANON AQUATIC DISTRICT, OR LEBANON R.F.P.D., OR LEWIS & CLARK R.F.P.D., OR LINCOLN COUNTY LIBRARY DISTRICT, OR LINCOLN S.W.C.D., OR LINN COUNTY EMERGENCY TELEPHONE AGENCY, OR LINN S.W.C.D., OR LITTLE MUDDY CREEK WATER CONTROL, OR LITTLE NESTUCCA DRAINAGE DISTRICT, OR LITTLE SWITZERLAND SPECIAL ROAD DISTRICT, OR LONE PINE IRRIGATION DISTRICT, OR LONG PRAIRIE WATER DISTRICT, OR LOOKINGGLASS OLALLA WATER CONTROL DISTRICT, OR LOOKINGGLASS RURAL FIRE DISTRICT, OR LORANE R.F.P.D., OR LOST & BOULDER DITCH IMPROVEMENT DISTRICT, OR LOST CREEK PARK SPECIAL ROAD DISTRICT, OR LOUISIANA PUBLIC SERVICE COMMISSION, LA LOUISIANA WATER WORKS LOWELL R.F.P.D., OR LOWER MCKAY CREEK R.F.P.D., OR LOWER MCKAY CREEK WATER CONTROL DISTRICT, OR LOWER POWDER RIVER IRRIGATION DISTRICT, OR LOWER SILETZ WATER DISTRICT, OR LOWER UMPQUA HOSPITAL DISTRICT, OR LOWER UMPQUA PARK & RECREATION DISTRICT, OR LOWER VALLEY WATER IMPROVEMENT DISTRICT, OR LUCE LONG DITCH DISTRICT IMPROVEMENT CO., OR LUSTED WATER DISTRICT, OR LYONS R.F.P.D., OR LYONS-MEHAMA WATER DISTRICT, OR MADRAS AQUATIC CENTER DISTRICT, OR MAKAI SPECIAL ROAD DISTRICT, OR MALHEUR COUNTY S.W.C.D., OR MALHEUR COUNTY VECTOR CONTROL DISTRICT, OR MALHEUR DISTRICT IMPROVEMENT COMPANY, OR MALHEUR DRAINAGE DISTRICT, OR MALHEUR MEMORIAL HEALTH DISTRICT, OR MALIN COMMUNITY CEMETERY MAINTENANCE DISTRICT, OR MALIN COMMUNITY PARK & RECREATION DISTRICT, OR MALIN IRRIGATION DISTRICT, OR MALIN R.F.P.D., OR MAPLETON FIRE DEPARTMENT, OR MAPLETON WATER DISTRICT, OR MARCOLA WATER DISTRICT, OR MARION COUNTY EXTENSION & 4H SERVICE DISTRICT, OR MARION COUNTY FIRE DISTRICT #1, OR MARION JACK IMPROVEMENT DISTRICT, OR MARION S.W.C.D., OR MARY'S RIVER ESTATES ROAD DISTRICT, OR MCDONALD FOREST ESTATES SPECIAL ROAD DISTRICT, OR MCKAY ACRES IMPROVEMENT DISTRICT, OR MCKAY DAM R.F.P.D. # 7-410, OR MCKENZIE FIRE & RESCUE, OR MCKENZIE PALISADES WATER SUPPLY CORPORATION, OR MCMINNVILLE R.F.P.D., OR MCNULTY WATER P.U.D., OR MEADOWS DRAINAGE DISTRICT, OR MEDFORD IRRIGATION DISTRICT, OR MEDFORD R.F.P.D. #2, OR MEDFORD WATER COMMISSION MEDICAL SPRINGS R.F.P.D., OR MELHEUR COUNTY JAIL, OR MERLIN COMMUNITY PARK DISTRICT, OR MERRILL CEMETERY MAINTENANCE DISTRICT, OR MERRILL PARK DISTRICT, OR MERRILL R.F.P.D., OR METRO REGIONAL GOVERNMENT Page 71 - Attachment B METRO REGIONAL PARKS METROPOLITAN EXPOSITION RECREATION COMMISSION METROPOLITAN SERVICE DISTRICT (METRO) MID COUNTY CEMETERY MAINTENANCE DISTRICT, OR MID-COLUMBIA FIRE AND RESCUE, OR MIDDLE FORK IRRIGATION DISTRICT, OR MIDLAND COMMUNITY PARK, OR MIDLAND DRAINAGE IMPROVEMENT DISTRICT, OR MILES CROSSING SANITARY SEWER DISTRICT, OR MILL CITY R.F.P.D. #2-303, OR MILL FOUR DRAINAGE DISTRICT, OR MILLICOMA RIVER PARK & RECREATION DISTRICT, OR MILLINGTON R.F.P.D. #5, OR MILO VOLUNTEER FIRE DEPARTMENT, OR MILTON-FREEWATER AMBULANCE SERVICE AREA HEALTH DISTRICT, OR MILTON-FREEWATER WATER CONTROL DISTRICT, OR MIROCO SPECIAL ROAD DISTRICT, OR MIST-BIRKENFELD R.F.P.D., OR MODOC POINT IRRIGATION DISTRICT, OR MODOC POINT SANITARY DISTRICT, OR MOHAWK VALLEY R.F.P.D., OR MOLALLA AQUATIC DISTRICT, OR MOLALLA R.F.P.D. #73, OR MONITOR R.F.P.D., OR MONROE R.F.P.D., OR MONUMENT CEMETERY MAINTENANCE DISTRICT, OR MONUMENT S.W.C.D., OR MOOREA DRIVE SPECIAL ROAD DISTRICT, OR MORO R.F.P.D., OR MORROW COUNTY HEALTH DISTRICT, OR MORROW COUNTY UNIFIED RECREATION DISTRICT, OR MORROW S.W.C.D., OR MOSIER FIRE DISTRICT, OR MOUNTAIN DRIVE SPECIAL ROAD DISTRICT, OR MT. ANGEL R.F.P.D., OR MT. HOOD IRRIGATION DISTRICT, OR MT. LAKI CEMETERY DISTRICT, OR MT. VERNON R.F.P.D., OR MULINO WATER DISTRICT #1, OR MULTNOMAH COUNTY DRAINAGE DISTRICT #1, OR MULTNOMAH COUNTY R.F.P.D. #10, OR MULTNOMAH COUNTY R.F.P.D. #14, OR MULTNOMAH EDUCATION SERVICE DISTRICT MYRTLE CREEK R.F.P.D., OR NEAH-KAH-NIE WATER DISTRICT, OR NEDONNA R.F.P.D., OR NEHALEM BAY FIRE AND RESCUE, OR NEHALEM BAY HEALTH DISTRICT, OR NEHALEM BAY WASTEWATER AGENCY, OR NESIKA BEACH-OPHIR WATER DISTRICT, OR NESKOWIN REGIONAL SANITARY AUTHORITY, OR NESKOWIN REGIONAL WATER DISTRICT, OR NESTUCCA R.F.P.D., OR NETARTS WATER DISTRICT, OR NETARTS-OCEANSIDE R.F.P.D., OR NETARTS-OCEANSIDE SANITARY DISTRICT, OR NEW BRIDGE WATER SUPPLY DISTRICT, OR NEW CARLTON FIRE DISTRICT, OR NEW ORLEANS REDEVELOPMENT AUTHORITY, LA NEW PINE CREEK R.F.P.D., OR NEWBERG R.F.P.D., OR NEWBERRY ESTATES SPECIAL ROAD DISTRICT, OR NEWPORT R.F.P.D., OR NEWT YOUNG DITCH DISTRICT IMPROVEMENT COMPANY, OR NORTH ALBANY R.F.P.D., OR NORTH BAY R.F.P.D. #9, OR NORTH CLACKAMAS PARKS & RECREATION DISTRICT, OR NORTH COUNTY RECREATION DISTRICT, OR NORTH DOUGLAS COUNTY FIRE & EMS, OR NORTH DOUGLAS PARK & RECREATION DISTRICT, OR NORTH GILLIAM COUNTY HEALTH DISTRICT, OR NORTH GILLIAM COUNTY R.F.P.D., OR NORTH LAKE HEALTH DISTRICT, OR NORTH LEBANON WATER CONTROL DISTRICT, OR NORTH LINCOLN FIRE & RESCUE DISTRICT #1, OR NORTH LINCOLN HEALTH DISTRICT, OR NORTH MORROW VECTOR CONTROL DISTRICT, OR NORTH SHERMAN COUNTY R.F.P.D, OR NORTH UNIT IRRIGATION DISTRICT, OR NORTHEAST OREGON HOUSING AUTHORITY, OR NORTHEAST WHEELER COUNTY HEALTH DISTRICT, OR NORTHERN WASCO COUNTY P.U.D., OR NORTHERN WASCO COUNTY PARK & RECREATION DISTRICT, OR NYE DITCH USERS DISTRICT IMPROVEMENT, OR NYSSA ROAD ASSESSMENT DISTRICT #2, OR NYSSA RURAL FIRE DISTRICT, OR NYSSA-ARCADIA DRAINAGE DISTRICT, OR OAK LODGE WATER SERVICES, OR OAKLAND R.F.P.D., OR OAKVILLE COMMUNITY CENTER, OR OCEANSIDE WATER DISTRICT, OR OCHOCO IRRIGATION DISTRICT, OR OCHOCO WEST WATER AND SANITARY AUTHORITY, OR ODELL SANITARY DISTRICT, OR OLD OWYHEE DITCH IMPROVEMENT DISTRICT, OR OLNEY-WALLUSKI FIRE & RESCUE DISTRICT, OR ONTARIO LIBRARY DISTRICT, OR ONTARIO R.F.P.D., OR OPHIR R.F.P.D., OR OREGON COAST COMMUNITY ACTION OREGON HOUSING AND COMMUNITY SERVICES OREGON INTERNATIONAL PORT OF COOS BAY, OR OREGON LEGISLATIVE ADMINISTRATION OREGON OUTBACK R.F.P.D., OR OREGON POINT, OR OREGON TRAIL LIBRARY DISTRICT, OR OTTER ROCK WATER DISTRICT, OR OWW UNIT #2 SANITARY DISTRICT, OR OWYHEE CEMETERY MAINTENANCE DISTRICT, OR OWYHEE IRRIGATION DISTRICT, OR PACIFIC CITY JOINT WATER-SANITARY AUTHORITY, OR PACIFIC COMMUNITIES HEALTH DISTRICT, OR PACIFIC RIVIERA #3 SPECIAL ROAD DISTRICT, OR PALATINE HILL WATER DISTRICT, OR PALMER CREEK WATER DISTRICT IMPROVEMENT COMPANY, OR PANORAMIC ACCESS SPECIAL ROAD DISTRICT, OR PANTHER CREEK ROAD DISTRICT, OR PANTHER CREEK WATER DISTRICT, OR PARKDALE R.F.P.D., OR PARKDALE SANITARY DISTRICT, OR PENINSULA DRAINAGE DISTRICT #1, OR PENINSULA DRAINAGE DISTRICT #2, OR PHILOMATH FIRE AND RESCUE, OR Page 72 - Attachment B PILOT ROCK CEMETERY MAINTENANCE DISTRICT #5, OR PILOT ROCK PARK & RECREATION DISTRICT, OR PILOT ROCK R.F.P.D., OR PINE EAGLE HEALTH DISTRICT, OR PINE FLAT DISTRICT IMPROVEMENT COMPANY, OR PINE GROVE IRRIGATION DISTRICT, OR PINE GROVE WATER DISTRICT-KLAMATH FALLS, OR PINE GROVE WATER DISTRICT-MAUPIN, OR PINE VALLEY CEMETERY DISTRICT, OR PINE VALLEY R.F.P.D., OR PINEWOOD COUNTRY ESTATES SPECIAL ROAD DISTRICT, OR PIONEER DISTRICT IMPROVEMENT COMPANY, OR PISTOL RIVER CEMETERY MAINTENANCE DISTRICT, OR PISTOL RIVER FIRE DISTRICT, OR PLEASANT HILL R.F.P.D., OR PLEASANT HOME WATER DISTRICT, OR POCAHONTAS MINING AND IRRIGATION DISTRICT, OR POE VALLEY IMPROVEMENT DISTRICT, OR POE VALLEY PARK & RECREATION DISTRICT, OR POE VALLEY VECTOR CONTROL DISTRICT, OR POLK COUNTY FIRE DISTRICT #1, OR POLK S.W.C.D., OR POMPADOUR WATER IMPROVEMENT DISTRICT, OR PONDEROSA PINES EAST SPECIAL ROAD DISTRICT, OR PORT OF ALSEA, OR PORT OF ARLINGTON, OR PORT OF ASTORIA, OR PORT OF BANDON, OR PORT OF BRANDON, OR PORT OF BROOKINGS HARBOR, OR PORT OF CASCADE LOCKS, OR PORT OF COQUILLE RIVER, OR PORT OF GARIBALDI, OR PORT OF GOLD BEACH, OR PORT OF HOOD RIVER, OR PORT OF MORGAN CITY, LA PORT OF MORROW, OR PORT OF NEHALEM, OR PORT OF NEWPORT, OR PORT OF PORT ORFORD, OR PORT OF PORTLAND, OR PORT OF SIUSLAW, OR PORT OF ST. HELENS, OR PORT OF THE DALLES, OR PORT OF TILLAMOOK BAY, OR PORT OF TOLEDO, OR PORT OF UMATILLA, OR PORT OF UMPQUA, OR PORT ORFORD CEMETERY MAINTENANCE DISTRICT, OR PORT ORFORD PUBLIC LIBRARY DISTRICT, OR PORT ORFORD R.F.P.D., OR PORTLAND DEVELOPMENT COMMISSION, OR PORTLAND FIRE AND RESCUE PORTLAND HOUSING CENTER, OR POWDER R.F.P.D., OR POWDER RIVER R.F.P.D., OR POWDER VALLEY WATER CONTROL DISTRICT, OR POWERS HEALTH DISTRICT, OR PRAIRIE CEMETERY MAINTENANCE DISTRICT, OR PRINEVILLE LAKE ACRES SPECIAL ROAD DISTRICT #1, OR PROSPECT R.F.P.D., OR QUAIL VALLEY PARK IMPROVEMENT DISTRICT, OR QUEENER IRRIGATION IMPROVEMENT DISTRICT, OR RAINBOW WATER DISTRICT, OR RAINIER CEMETERY DISTRICT, OR RAINIER DRAINAGE IMPROVEMENT COMPANY, OR RALEIGH WATER DISTRICT, OR REDMOND AREA PARK & RECREATION DISTRICT, OR REDMOND FIRE AND RESCUE, OR RIDDLE FIRE PROTECTION DISTRICT, OR RIDGEWOOD DISTRICT IMPROVEMENT COMPANY, OR RIDGEWOOD ROAD DISTRICT, OR RIETH SANITARY DISTRICT, OR RIETH WATER DISTRICT, OR RIMROCK WEST IMPROVEMENT DISTRICT, OR RINK CREEK WATER DISTRICT, OR RIVER BEND ESTATES SPECIAL ROAD DISTRICT, OR RIVER FOREST ACRES SPECIAL ROAD DISTRICT, OR RIVER MEADOWS IMPROVEMENT DISTRICT, OR RIVER PINES ESTATES SPECIAL ROAD DISTRICT, OR RIVER ROAD PARK & RECREATION DISTRICT, OR RIVER ROAD WATER DISTRICT, OR RIVERBEND RIVERBANK WATER IMPROVEMENT DISTRICT, OR RIVERDALE R.F.P.D. 11-JT, OR RIVERGROVE WATER DISTRICT, OR RIVERSIDE MISSION WATER CONTROL DISTRICT, OR RIVERSIDE R.F.P.D. #7-406, OR RIVERSIDE WATER DISTRICT, OR ROBERTS CREEK WATER DISTRICT, OR ROCK CREEK DISTRICT IMPROVEMENT, OR ROCK CREEK WATER DISTRICT, OR ROCKWOOD WATER P.U.D., OR ROCKY POINT FIRE & EMS, OR ROGUE RIVER R.F.P.D., OR ROGUE RIVER VALLEY IRRIGATION DISTRICT, OR ROGUE VALLEY SEWER SERVICES, OR ROGUE VALLEY SEWER, OR ROGUE VALLEY TRANSPORTATION DISTRICT, OR ROSEBURG URBAN SANITARY AUTHORITY, OR ROSEWOOD ESTATES ROAD DISTRICT, OR ROW RIVER VALLEY WATER DISTRICT, OR RURAL ROAD ASSESSMENT DISTRICT #3, OR RURAL ROAD ASSESSMENT DISTRICT #4, OR SAINT LANDRY PARISH TOURIST COMMISSION SAINT MARY PARISH REC DISTRICT 2 SAINT MARY PARISH REC DISTRICT 3 SAINT TAMMANY FIRE DISTRICT 4, LA SALEM AREA MASS TRANSIT DISTRICT, OR SALEM MASS TRANSIT DISTRICT SALEM SUBURBAN R.F.P.D., OR SALISHAN SANITARY DISTRICT, OR SALMON RIVER PARK SPECIAL ROAD DISTRICT, OR SALMON RIVER PARK WATER IMPROVEMENT DISTRICT, OR SALMONBERRY TRAIL INTERGOVERNMENTAL AGENCY, OR SANDPIPER VILLAGE SPECIAL ROAD DISTRICT, OR SANDY DRAINAGE IMPROVEMENT COMPANY, OR SANDY R.F.P.D. #72, OR SANTA CLARA R.F.P.D., OR SANTA CLARA WATER DISTRICT, OR SANTIAM WATER CONTROL DISTRICT, OR SAUVIE ISLAND DRAINAGE IMPROVEMENT COMPANY, OR Page 73 - Attachment B SAUVIE ISLAND VOLUNTEER FIRE DISTRICT #30J, OR SCAPPOOSE DRAINAGE IMPROVEMENT COMPANY, OR SCAPPOOSE PUBLIC LIBRARY DISTRICT, OR SCAPPOOSE R.F.P.D., OR SCIO R.F.P.D., OR SCOTTSBURG R.F.P.D., OR SEAL ROCK R.F.P.D., OR SEAL ROCK WATER DISTRICT, OR SEWERAGE AND WATER BOARD OF NEW ORLEANS, LA SHANGRI-LA WATER DISTRICT, OR SHASTA VIEW IRRIGATION DISTRICT, OR SHELLEY ROAD CREST ACRES WATER DISTRICT, OR SHERIDAN FIRE DISTRICT, OR SHERMAN COUNTY HEALTH DISTRICT, OR SHERMAN COUNTY S.W.C.D., OR SHORELINE SANITARY DISTRICT, OR SILETZ KEYS SANITARY DISTRICT, OR SILETZ R.F.P.D., OR SILVER FALLS LIBRARY DISTRICT, OR SILVER LAKE IRRIGATION DISTRICT, OR SILVER LAKE R.F.P.D., OR SILVER SANDS SPECIAL ROAD DISTRICT, OR SILVERTON R.F.P.D. NO. 2, OR SISTERS PARKS & RECREATION DISTRICT, OR SISTERS-CAMP SHERMAN R.F.P.D., OR SIUSLAW PUBLIC LIBRARY DISTRICT, OR SIUSLAW S.W.C.D., OR SIUSLAW VALLEY FIRE AND RESCUE, OR SIXES R.F.P.D., OR SKIPANON WATER CONTROL DISTRICT, OR SKYLINE VIEW DISTRICT IMPROVEMENT COMPANY, OR SLEEPY HOLLOW WATER DISTRICT, OR SMITH DITCH DISTRICT IMPROVEMENT COMPANY, OR SOUTH CLACKAMAS TRANSPORTATION DISTRICT, OR SOUTH COUNTY HEALTH DISTRICT, OR SOUTH FORK WATER BOARD, OR SOUTH GILLIAM COUNTY CEMETERY DISTRICT, OR SOUTH GILLIAM COUNTY HEALTH DISTRICT, OR SOUTH GILLIAM COUNTY R.F.P.D. VI-301, OR SOUTH LAFOURCHE LEVEE DISTRICT, LA SOUTH LANE COUNTY FIRE & RESCUE, OR SOUTH SANTIAM RIVER WATER CONTROL DISTRICT, OR SOUTH SHERMAN FIRE DISTRICT, OR SOUTH SUBURBAN SANITARY DISTRICT, OR SOUTH WASCO PARK & RECREATION DISTRICT, OR SOUTHERN COOS HEALTH DISTRICT, OR SOUTHERN CURRY CEMETERY MAINTENANCE DISTRICT, OR SOUTHVIEW IMPROVEMENT DISTRICT, OR SOUTHWEST LINCOLN COUNTY WATER DISTRICT, OR SOUTHWESTERN POLK COUNTY R.F.P.D., OR SOUTHWOOD PARK WATER DISTRICT, OR SPECIAL ROAD DISTRICT #1, OR SPECIAL ROAD DISTRICT #8, OR SPRING RIVER SPECIAL ROAD DISTRICT, OR SPRINGFIELD UTILITY BOARD, OR ST. PAUL R.F.P.D., OR STANFIELD CEMETERY DISTRICT #6, OR STANFIELD IRRIGATION DISTRICT, OR STARR CREEK ROAD DISTRICT, OR STARWOOD SANITARY DISTRICT, OR STAYTON FIRE DISTRICT, OR SUBLIMITY FIRE DISTRICT, OR SUBURBAN EAST SALEM WATER DISTRICT, OR SUBURBAN LIGHTING DISTRICT, OR SUCCOR CREEK DISTRICT IMPROVEMENT COMPANY, OR SUMMER LAKE IRRIGATION DISTRICT, OR SUMMERVILLE CEMETERY MAINTENANCE DISTRICT, OR SUMNER R.F.P.D., OR SUN MOUNTAIN SPECIAL ROAD DISTRICT, OR SUNDOWN SANITATION DISTRICT, OR SUNFOREST ESTATES SPECIAL ROAD DISTRICT, OR SUNNYSIDE IRRIGATION DISTRICT, OR SUNRISE WATER AUTHORITY, OR SUNRIVER SERVICE DISTRICT, OR SUNSET EMPIRE PARK & RECREATION DISTRICT, OR SUNSET EMPIRE TRANSPORTATION DISTRICT, OR SURFLAND ROAD DISTRICT, OR SUTHERLIN VALLEY RECREATION DISTRICT, OR SUTHERLIN WATER CONTROL DISTRICT, OR SWALLEY IRRIGATION DISTRICT, OR SWEET HOME CEMETERY MAINTENANCE DISTRICT, OR SWEET HOME FIRE & AMBULANCE DISTRICT, OR SWISSHOME-DEADWOOD R.F.P.D., OR TABLE ROCK DISTRICT IMPROVEMENT COMPANY, OR TALENT IRRIGATION DISTRICT, OR TANGENT R.F.P.D., OR TENMILE R.F.P.D., OR TERREBONNE DOMESTIC WATER DISTRICT, OR THE DALLES IRRIGATION DISTRICT, OR THOMAS CREEK-WESTSIDE R.F.P.D., OR THREE RIVERS RANCH ROAD DISTRICT, OR THREE SISTERS IRRIGATION DISTRICT, OR TIGARD TUALATIN AQUATIC DISTRICT, OR TIGARD WATER DISTRICT, OR TILLAMOOK BAY FLOOD IMPROVEMENT DISTRICT, OR TILLAMOOK COUNTY EMERGENCY COMMUNICATIONS DISTRICT, OR TILLAMOOK COUNTY S.W.C.D., OR TILLAMOOK COUNTY TRANSPORTATION DISTRICT, OR TILLAMOOK FIRE DISTRICT, OR TILLAMOOK P.U.D., OR TILLER R.F.P.D., OR TOBIN DITCH DISTRICT IMPROVEMENT COMPANY, OR TOLEDO R.F.P.D., OR TONE WATER DISTRICT, OR TOOLEY WATER DISTRICT, OR TRASK DRAINAGE DISTRICT, OR TRI CITY R.F.P.D. #4, OR TRI-CITY WATER & SANITARY AUTHORITY, OR TRI-COUNTY METROPOLITAN TRANSPORTATION DISTRICT OF OREGON TRIMET, OR TUALATIN HILLS PARK & RECREATION DISTRICT TUALATIN HILLS PARK & RECREATION DISTRICT, OR TUALATIN S.W.C.D., OR TUALATIN VALLEY FIRE & RESCUE TUALATIN VALLEY FIRE & RESCUE, OR TUALATIN VALLEY IRRIGATION DISTRICT, OR TUALATIN VALLEY WATER DISTRICT Page 74 - Attachment B TUALATIN VALLEY WATER DISTRICT, OR TUMALO IRRIGATION DISTRICT, OR TURNER FIRE DISTRICT, OR TWIN ROCKS SANITARY DISTRICT, OR TWO RIVERS NORTH SPECIAL ROAD DISTRICT, OR TWO RIVERS S.W.C.D., OR TWO RIVERS SPECIAL ROAD DISTRICT, OR TYGH VALLEY R.F.P.D., OR TYGH VALLEY WATER DISTRICT, OR UMATILLA COUNTY FIRE DISTRICT #1, OR UMATILLA COUNTY S.W.C.D., OR UMATILLA COUNTY SPECIAL LIBRARY DISTRICT, OR UMATILLA HOSPITAL DISTRICT, OR UMATILLA R.F.P.D. #7-405, OR UMATILLA-MORROW RADIO AND DATA DISTRICT, OR UMPQUA S.W.C.D., OR UNION CEMETERY MAINTENANCE DISTRICT, OR UNION COUNTY SOLID WASTE DISPOSAL DISTRICT, OR UNION COUNTY VECTOR CONTROL DISTRICT, OR UNION GAP SANITARY DISTRICT, OR UNION GAP WATER DISTRICT, OR UNION HEALTH DISTRICT, OR UNION R.F.P.D., OR UNION S.W.C.D., OR UNITY COMMUNITY PARK & RECREATION DISTRICT, OR UPPER CLEVELAND RAPIDS ROAD DISTRICT, OR UPPER MCKENZIE R.F.P.D., OR UPPER WILLAMETTE S.W.C.D., OR VALE OREGON IRRIGATION DISTRICT, OR VALE RURAL FIRE PROTECTION DISTRICT, OR VALLEY ACRES SPECIAL ROAD DISTRICT, OR VALLEY VIEW CEMETERY MAINTENANCE DISTRICT, OR VALLEY VIEW WATER DISTRICT, OR VANDEVERT ACRES SPECIAL ROAD DISTRICT, OR VERNONIA R.F.P.D., OR VINEYARD MOUNTAIN PARK & RECREATION DISTRICT, OR VINEYARD MOUNTAIN SPECIAL ROAD DISTRICT, OR WALLA WALLA RIVER IRRIGATION DISTRICT, OR WALLOWA COUNTY HEALTH CARE DISTRICT, OR WALLOWA LAKE COUNTY SERVICE DISTRICT, OR WALLOWA LAKE IRRIGATION DISTRICT, OR WALLOWA LAKE R.F.P.D., OR WALLOWA S.W.C.D., OR WALLOWA VALLEY IMPROVEMENT DISTRICT #1, OR WAMIC R.F.P.D., OR WAMIC WATER & SANITARY AUTHORITY, OR WARMSPRINGS IRRIGATION DISTRICT, OR WASCO COUNTY S.W.C.D., OR WATER ENVIRONMENT SERVICES, OR WATER WONDERLAND IMPROVEMENT DISTRICT, OR WATERBURY & ALLEN DITCH IMPROVEMENT DISTRICT, OR WATSECO-BARVIEW WATER DISTRICT, OR WAUNA WATER DISTRICT, OR WEDDERBURN SANITARY DISTRICT, OR WEST EAGLE VALLEY WATER CONTROL DISTRICT, OR WEST EXTENSION IRRIGATION DISTRICT, OR WEST LABISH DRAINAGE & WATER CONTROL IMPROVEMENT DISTRICT, OR WEST MULTNOMAH S.W.C.D., OR WEST SIDE R.F.P.D., OR WEST SLOPE WATER DISTRICT, OR WEST UMATILLA MOSQUITO CONTROL DISTRICT, OR WEST VALLEY FIRE DISTRICT, OR WESTERN HEIGHTS SPECIAL ROAD DISTRICT, OR WESTERN LANE AMBULANCE DISTRICT, OR WESTLAND IRRIGATION DISTRICT, OR WESTON ATHENA MEMORIAL HALL PARK & RECREATION DISTRICT, OR WESTON CEMETERY DISTRICT #2, OR WESTPORT FIRE AND RESCUE, OR WESTRIDGE WATER SUPPLY CORPORATION, OR WESTWOOD HILLS ROAD DISTRICT, OR WESTWOOD VILLAGE ROAD DISTRICT, OR WHEELER S.W.C.D., OR WHITE RIVER HEALTH DISTRICT, OR WIARD MEMORIAL PARK DISTRICT, OR WICKIUP WATER DISTRICT, OR WILLAKENZIE R.F.P.D., OR WILLAMALANE PARK & RECREATION DISTRICT, OR WILLAMALANE PARK AND RECREATION DISTRICT WILLAMETTE HUMANE SOCIETY WILLAMETTE RIVER WATER COALITION, OR WILLIAMS R.F.P.D., OR WILLOW CREEK PARK DISTRICT, OR WILLOW DALE WATER DISTRICT, OR WILSON RIVER WATER DISTRICT, OR WINCHESTER BAY R.F.P.D., OR WINCHESTER BAY SANITARY DISTRICT, OR WINCHUCK R.F.P.D., OR WINSTON-DILLARD R.F.P.D., OR WINSTON-DILLARD WATER DISTRICT, OR WOLF CREEK R.F.P.D., OR WOOD RIVER DISTRICT IMPROVEMENT COMPANY, OR WOODBURN R.F.P.D. NO. 6, OR WOODLAND PARK SPECIAL ROAD DISTRICT, OR WOODS ROAD DISTRICT, OR WRIGHT CREEK ROAD WATER IMPROVEMENT DISTRICT, OR WY'EAST FIRE DISTRICT, OR YACHATS R.F.P.D., OR YAMHILL COUNTY TRANSIT AREA, OR YAMHILL FIRE PROTECTION DISTRICT, OR YAMHILL SWCD, OR YONCALLA PARK & RECREATION DISTRICT, OR YOUNGS RIVER-LEWIS & CLARK WATER DISTRICT, OR ZUMWALT R.F.P.D., OR K-12 INCLUDING BUT NOT LIMITED TO:ACADIA PARISH SCHOOL BOARD BEAVERTON SCHOOL DISTRICT BEND-LA PINE SCHOOL DISTRICT BOGALUSA HIGH SCHOOL, LA BOSSIER PARISH SCHOOL BOARD BROOKING HARBOR SCHOOL DISTRICT CADDO PARISH SCHOOL DISTRICT CALCASIEU PARISH SCHOOL DISTRICT CANBY SCHOOL DISTRICT CANYONVILLE CHRISTIAN ACADEMY CASCADE SCHOOL DISTRICT CASCADES ACADEMY OF CENTRAL OREGON CENTENNIAL SCHOOL DISTRICT CENTRAL CATHOLIC HIGH SCHOOL CENTRAL POINT SCHOOL DISTRICT NO.6 Page 75 - Attachment B CENTRAL SCHOOL DISTRICT 13J COOS BAY SCHOOL DISTRICT NO.9 CORVALLIS SCHOOL DISTRICT 509J COUNTY OF YAMHILL SCHOOL DISTRICT 29 CULVER SCHOOL DISTRICT DALLAS SCHOOL DISTRICT NO.2 DAVID DOUGLAS SCHOOL DISTRICT DAYTON SCHOOL DISTRICT NO.8 DE LA SALLE N CATHOLIC HS DESCHUTES COUNTY SCHOOL DISTRICT NO.6 DOUGLAS EDUCATIONAL DISTRICT SERVICE DUFUR SCHOOL DISTRICT NO.29 EAST BATON ROUGE PARISH SCHOOL DISTRICT ESTACADA SCHOOL DISTRICT NO.10B FOREST GROVE SCHOOL DISTRICT GEORGE MIDDLE SCHOOL GLADSTONE SCHOOL DISTRICT GRANTS PASS SCHOOL DISTRICT 7 GREATER ALBANY PUBLIC SCHOOL DISTRICT GRESHAM BARLOW JOINT SCHOOL DISTRICT HEAD START OF LANE COUNTY HIGH DESERT EDUCATION SERVICE DISTRICT HILLSBORO SCHOOL DISTRICT HOOD RIVER COUNTY SCHOOL DISTRICT JACKSON CO SCHOOL DIST NO.9 JEFFERSON COUNTY SCHOOL DISTRICT 509-J JEFFERSON PARISH SCHOOL DISTRICT JEFFERSON SCHOOL DISTRICT JUNCTION CITY SCHOOLS, OR KLAMATH COUNTY SCHOOL DISTRICT KLAMATH FALLS CITY SCHOOLS LAFAYETTE PARISH SCHOOL DISTRICT LAKE OSWEGO SCHOOL DISTRICT 7J LANE COUNTY SCHOOL DISTRICT 4J LINCOLN COUNTY SCHOOL DISTRICT LINN CO. SCHOOL DIST. 95C LIVINGSTON PARISH SCHOOL DISTRICT LOST RIVER JR/SR HIGH SCHOOL LOWELL SCHOOL DISTRICT NO.71 MARION COUNTY SCHOOL DISTRICT MARION COUNTY SCHOOL DISTRICT 103 MARIST HIGH SCHOOL, OR MCMINNVILLE SCHOOL DISTRICT NOAO MEDFORD SCHOOL DISTRICT 549C MITCH CHARTER SCHOOL MONROE SCHOOL DISTRICT NO.1J MORROW COUNTY SCHOOL DIST, OR MULTNOMAH EDUCATION SERVICE DISTRICT MULTISENSORY LEARNING ACADEMY MYRTLE PINT SCHOOL DISTRICT 41 NEAH-KAH-NIE DISTRICT NO.56 NEWBERG PUBLIC SCHOOLS NESTUCCA VALLEY SCHOOL DISTRICT NO.101 NOBEL LEARNING COMMUNITIES NORTH BEND SCHOOL DISTRICT 13 NORTH CLACKAMAS SCHOOL DISTRICT NORTH DOUGLAS SCHOOL DISTRICT NORTH WASCO CITY SCHOOL DISTRICT 21 NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT ONTARIO MIDDLE SCHOOL OREGON TRAIL SCHOOL DISTRICT NOA6 ORLEANS PARISH SCHOOL DISTRICT PHOENIX-TALENT SCHOOL DISTRICT NOA PLEASANT HILL SCHOOL DISTRICT PORTLAND JEWISH ACADEMY PORTLAND PUBLIC SCHOOLS RAPIDES PARISH SCHOOL DISTRICT REDMOND SCHOOL DISTRICT REYNOLDS SCHOOL DISTRICT ROGUE RIVER SCHOOL DISTRICT ROSEBURG PUBLIC SCHOOLS SCAPPOOSE SCHOOL DISTRICT 1J SAINT TAMMANY PARISH SCHOOL BOARD, LA SEASIDE SCHOOL DISTRICT 10 SHERWOOD SCHOOL DISTRICT 88J SILVER FALLS SCHOOL DISTRICT 4J SOUTH LANE SCHOOL DISTRICT 45J3 SOUTHERN OREGON EDUCATION SERVICE DISTRICT SPRINGFIELD PUBLIC SCHOOLS SUTHERLIN SCHOOL DISTRICT SWEET HOME SCHOOL DISTRICT NO.55 TERREBONNE PARISH SCHOOL DISTRICT THE CATLIN GABEL SCHOOL TIGARD-TUALATIN SCHOOL DISTRICT UMATILLA MORROW ESD WEST LINN WILSONVILLE SCHOOL DISTRICT WILLAMETTE EDUCATION SERVICE DISTRICT WOODBURN SCHOOL DISTRICT YONCALLA SCHOOL DISTRICT ACADEMY FOR MATH ENGINEERING & SCIENCE (AMES), UT ALIANZA ACADEMY, UT ALPINE DISTRICT, UT AMERICAN LEADERSHIP ACADEMY, UT AMERICAN PREPARATORY ACADEMY, UT BAER CANYON HIGH SCHOOL FOR SPORTS & MEDICAL SCIENCES, UT BEAR RIVER CHARTER SCHOOL, UT BEAVER SCHOOL DISTRICT, UT BEEHIVE SCIENCE & TECHNOLOGY ACADEMY (BSTA) , UT BOX ELDER SCHOOL DISTRICT, UT CBA CENTER, UT CACHE SCHOOL DISTRICT, UT CANYON RIM ACADEMY, UT CANYONS DISTRICT, UT CARBON SCHOOL DISTRICT, UT CHANNING HALL, UT CHARTER SCHOOL LEWIS ACADEMY, UT CITY ACADEMY, UT DAGGETT SCHOOL DISTRICT, UT DAVINCI ACADEMY, UT DAVIS DISTRICT, UT DUAL IMMERSION ACADEMY, UT DUCHESNE SCHOOL DISTRICT, UT EARLY LIGHT ACADEMY AT DAYBREAK, UT EAST HOLLYWOOD HIGH, UT EDITH BOWEN LABORATORY SCHOOL, UT EMERSON ALCOTT ACADEMY, UT EMERY SCHOOL DISTRICT, UT ENTHEOS ACADEMY, UT EXCELSIOR ACADEMY, UT FAST FORWARD HIGH, UT FREEDOM ACADEMY, UT GARFIELD SCHOOL DISTRICT, UT GATEWAY PREPARATORY ACADEMY, UT GEORGE WASHINGTON ACADEMY, UT GOOD FOUNDATION ACADEMY, UT GRAND SCHOOL DISTRICT, UT GRANITE DISTRICT, UT GUADALUPE SCHOOL, UT HAWTHORN ACADEMY, UT INTECH COLLEGIATE HIGH SCHOOL, UT IRON SCHOOL DISTRICT, UT ITINERIS EARLY COLLEGE HIGH, UT JOHN HANCOCK CHARTER SCHOOL, UT Page 76 - Attachment B JORDAN DISTRICT, UT JUAB SCHOOL DISTRICT, UT KANE SCHOOL DISTRICT, UT KARL G MAESER PREPARATORY ACADEMY, UT LAKEVIEW ACADEMY, UT LEGACY PREPARATORY ACADEMY, UT LIBERTY ACADEMY, UT LINCOLN ACADEMY, UT LOGAN SCHOOL DISTRICT, UT MARIA MONTESSORI ACADEMY, UT MERIT COLLEGE PREPARATORY ACADEMY, UT MILLARD SCHOOL DISTRICT, UT MOAB CHARTER SCHOOL, UT MONTICELLO ACADEMY, UT MORGAN SCHOOL DISTRICT, UT MOUNTAINVILLE ACADEMY, UT MURRAY SCHOOL DISTRICT, UT NAVIGATOR POINTE ACADEMY, UT NEBO SCHOOL DISTRICT, UT NO UT ACAD FOR MATH ENGINEERING & SCIENCE (NUAMES), UT NOAH WEBSTER ACADEMY, UT NORTH DAVIS PREPARATORY ACADEMY, UT NORTH SANPETE SCHOOL DISTRICT, UT NORTH STAR ACADEMY, UT NORTH SUMMIT SCHOOL DISTRICT, UT ODYSSEY CHARTER SCHOOL, UT OGDEN PREPARATORY ACADEMY, UT OGDEN SCHOOL DISTRICT, UT OPEN CLASSROOM, UT OPEN HIGH SCHOOL OF UTAH, UT OQUIRRH MOUNTAIN CHARTER SCHOOL, UT PARADIGM HIGH SCHOOL, UT PARK CITY SCHOOL DISTRICT, UT PINNACLE CANYON ACADEMY, UT PIUTE SCHOOL DISTRICT, UT PROVIDENCE HALL, UT PROVO SCHOOL DISTRICT, UT QUAIL RUN PRIMARY SCHOOL, UT QUEST ACADEMY, UT RANCHES ACADEMY, UT REAGAN ACADEMY, UT RENAISSANCE ACADEMY, UT RICH SCHOOL DISTRICT, UT ROCKWELL CHARTER HIGH SCHOOL, UT SALT LAKE ARTS ACADEMY, UT SALT LAKE CENTER FOR SCIENCE EDUCATION, UT SALT LAKE SCHOOL DISTRICT, UT SALT LAKE SCHOOL FOR THE PERFORMING ARTS, UT SAN JUAN SCHOOL DISTRICT, UT SEVIER SCHOOL DISTRICT, UT SOLDIER HOLLOW CHARTER SCHOOL, UT SOUTH SANPETE SCHOOL DISTRICT, UT SOUTH SUMMIT SCHOOL DISTRICT, UT SPECTRUM ACADEMY, UT SUCCESS ACADEMY, UT SUCCESS SCHOOL, UT SUMMIT ACADEMY, UT SUMMIT ACADEMY HIGH SCHOOL, UT SYRACUSE ARTS ACADEMY, UT THOMAS EDISON - NORTH, UT TIMPANOGOS ACADEMY, UT TINTIC SCHOOL DISTRICT, UT TOOELE SCHOOL DISTRICT, UT TUACAHN HIGH SCHOOL FOR THE PERFORMING ARTS, UT UINTAH RIVER HIGH, UT UINTAH SCHOOL DISTRICT, UT UTAH CONNECTIONS ACADEMY, UT UTAH COUNTY ACADEMY OF SCIENCE, UT UTAH ELECTRONIC HIGH SCHOOL, UT UTAH SCHOOLS FOR DEAF & BLIND, UT UTAH STATE OFFICE OF EDUCATION, UT UTAH VIRTUAL ACADEMY, UT VENTURE ACADEMY, UT VISTA AT ENTRADA SCHOOL OF PERFORMING ARTS AND TECHNOLOGY, UT WALDEN SCHOOL OF LIBERAL ARTS, UT WASATCH PEAK ACADEMY, UT WASATCH SCHOOL DISTRICT, UT WASHINGTON SCHOOL DISTRICT, UT WAYNE SCHOOL DISTRICT, UT WEBER SCHOOL DISTRICT, UT WEILENMANN SCHOOL OF DISCOVERY, UT HIGHER EDUCATION ARGOSY UNIVERSITY BATON ROUGE COMMUNITY COLLEGE, LA BIRTHINGWAY COLLEGE OF MIDWIFERY BLUE MOUNTAIN COMMUNITY COLLEGE BRIGHAM YOUNG UNIVERSITY - HAWAII CENTRAL OREGON COMMUNITY COLLEGE CENTENARY COLLEGE OF LOUISIANA CHEMEKETA COMMUNITY COLLEGE CLACKAMAS COMMUNITY COLLEGE COLLEGE OF THE MARSHALL ISLANDS COLUMBIA GORGE COMMUNITY COLLEGE CONCORDIA UNIVERSITY GEORGE FOX UNIVERSITY KLAMATH COMMUNITY COLLEGE DISTRICT LANE COMMUNITY COLLEGE LEWIS AND CLARK COLLEGE LINFIELD COLLEGE LINN-BENTON COMMUNITY COLLEGE LOUISIANA COLLEGE, LA LOUISIANA STATE UNIVERSITY LOUISIANA STATE UNIVERSITY HEALTH SERVICES MARYLHURST UNIVERSITY MT. HOOD COMMUNITY COLLEGE MULTNOMAH BIBLE COLLEGE NATIONAL COLLEGE OF NATURAL MEDICINE NORTHWEST CHRISTIAN COLLEGE OREGON HEALTH AND SCIENCE UNIVERSITY OREGON INSTITUTE OF TECHNOLOGY OREGON STATE UNIVERSITY OREGON UNIVERSITY SYSTEM PACIFIC UNIVERSITY PIONEER PACIFIC COLLEGE PORTLAND COMMUNITY COLLEGE PORTLAND STATE UNIVERSITY REED COLLEGE RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII ROGUE COMMUNITY COLLEGE SOUTHEASTERN LOUISIANA UNIVERSITY SOUTHERN OREGON UNIVERSITY (OREGON UNIVERSITY SYSTEM) SOUTHWESTERN OREGON COMMUNITY COLLEGE TULANE UNIVERSITY TILLAMOOK BAY COMMUNITY COLLEGE UMPQUA COMMUNITY COLLEGE UNIVERSITY OF HAWAII BOARD OF REGENTS UNIVERSITY OF HAWAII-HONOLULU COMMUNITY COLLEGE UNIVERSITY OF OREGON-GRADUATE SCHOOL UNIVERSITY OF PORTLAND UNIVERSITY OF NEW ORLEANS Page 77 - Attachment B WESTERN OREGON UNIVERSITY WESTERN STATES CHIROPRACTIC COLLEGE WILLAMETTE UNIVERSITY XAVIER UNIVERSITY UTAH SYSTEM OF HIGHER EDUCATION, UT UNIVERSITY OF UTAH, UT UTAH STATE UNIVERSITY, UT WEBER STATE UNIVERSITY, UT SOUTHERN UTAH UNIVERSITY, UT SNOW COLLEGE, UT DIXIE STATE COLLEGE, UT COLLEGE OF EASTERN UTAH, UT UTAH VALLEY UNIVERSITY, UT SALT LAKE COMMUNITY COLLEGE, UT UTAH COLLEGE OF APPLIED TECHNOLOGY, UT STATE AGENCIES ADMIN. SERVICES OFFICE BOARD OF MEDICAL EXAMINERS HAWAII CHILD SUPPORT ENFORCEMENT AGENCY HAWAII DEPARTMENT OF TRANSPORTATION HAWAII HEALTH SYSTEMS CORPORATION OFFICE OF MEDICAL ASSISTANCE PROGRAMS OFFICE OF THE STATE TREASURER OREGON BOARD OF ARCHITECTS OREGON CHILD DEVELOPMENT COALITION OREGON DEPARTMENT OF EDUCATION OREGON DEPARTMENT OF FORESTRY OREGON DEPT OF TRANSPORTATION OREGON DEPT. OF EDUCATION OREGON LOTTERY OREGON OFFICE OF ENERGY OREGON STATE BOARD OF NURSING OREGON STATE DEPT OF CORRECTIONS OREGON STATE POLICE OREGON TOURISM COMMISSION OREGON TRAVEL INFORMATION COUNCIL SANTIAM CANYON COMMUNICATION CENTER SEIU LOCAL 503, OPEU SOH- JUDICIARY CONTRACTS AND PURCH STATE DEPARTMENT OF DEFENSE, STATE OF HAWAII STATE OF HAWAII STATE OF HAWAII, DEPT. OF EDUCATION STATE OF LOUISIANA STATE OF LOUISIANA DEPT. OF EDUCATION STATE OF LOUISIANA, 26TH JUDICIAL DISTRICT ATTORNEY STATE OF UTAH Page 78 - Attachment B Line Item Unit $ per Unit 1.00 Roof Management, Design Assistant and/or Professional Services 1.01 Full-time Quality Assurance monitoring DAY 1.02 Asbestos core testing and analysis (testing only, excludes labor for sampling and repair)EA 1.03 Analysis and evaluation (14” x 14” roof core) (Lab testing only, repairs charged at roof repair rates for appropriate system type)EA 1.04 Aerial Roof Survey - Roof Pictures & Drawings Including Geometries, Slope, Calculated Area and Perimeter Measurements EA 1.05 Aerial Wall Survey - Wall Pictures & Drawings Including Geometries, Calculated Area and Perimeter Measurements EA 1.06 Manufacturer Standing Seam Material Quantity Estimating EA 1.07 Nuclear Moisture Survey, Non destructive roof scan 1.07.01 Non destructive roof scan, up to 20 000 SF EA 1.07.02 Non destructive roof scan, over 20,000 SF SF 1.08 Infrared Moisture Scanning 1.08.01 Non destructive infrared roof scan, up to 20 000 SF EA 1.08.02 Non destructive infrared roof scan, over 20,000 SF SF 1.08.03 Aerial infrared roof scan at night TRIP 1.09 Infrared scanning equipment rental DAY 1.10 Roof investigation (visual roof survey) 1.10.01 Roof Investigation (Roof by Roof), per hour HOUR 1.10.02 Visual Roof Survey (Roof by Roof) up to 20,000 SF EA 1.10.03 Visual Roof Survey (Roof by Roof) over 20,000 SF SF 1.10.04 Visual Roof Survey (Single Campus - All Roof Sections)SF 1.10.05 Visual Roof Survey (Multiple Campuses City-/County-wide - All Roof Sections)SF 1.10.06 Visual Roof Survey (Multiple Campuses State-wide - All Roof Sections)SF 1.10.07 Roof core cut (roof by roof)EA 1.10.08 Roof core cut per roof section (all roof sections on campus(s))EA 1.11 Comprehensive reporting 1.11.01 Comprehensive report for visual survey (Roof by Roof)EA 1.11.02 Comprehensive report for visual survey(All Roof Sections on Campus(es)EA 1.11.03 Comprehensive report for each roof section(s) surveyed (Item 1.07) or scanned (Item 1.08)EA 1.11.04 Comprehensive report enertered into on-line data base for dynamic reporting and tracking all roofing sections on Campus(s)EA 1.12 Manufacturer's Technical Representative Contractor Training Session at Job Start-Up DAILY 1.13 Wind Uplift Testing – Mobilize and provide wind uplift testing per Factory Mutual System Roof Design Manual FM 1-52 EA 1.14 Roof drawings to scale with all rooftop equipment and penetrations 1.14.01 Roof drawings (Roof by Roof)EA 1.14.02 Roof drawings (All Roof Sections on Campus(es)EA 1.15 Project Building Code Review EA 1.16 Additional and Occasional Services 1.16.01 Project Architect for Design Professional Services HOUR 1.16.02 Principle Architect for Design Professional Services HOUR 1.16.03 Project Engineer for Engineering Reviews HOUR 1.16.04 Principle Architect for Engineering Reviews HOUR 1.16.06 Roof Consultant HOUR 1.16.07 Full-Time Job Site Superintendent DAY 1.16.08 CAD Draftsman HOUR 1.17 Laboratory Analysis 1.17.01 Laboratory Fungal Analysis: Cultured Fungi Identification & Enumeration (Not including engineering time for sampling) EA 1.17.02 Laboratory Fungal Analysis: Total Fungi Spore Count (Not including engineering time for sampling) EA 1.17.03 Laboratory Mold Analysis: Viable Airborne Mold Analysis (Not including engineering time for sampling) EA 1.17.04 Laboratory Analysis: Viable Surface Swab or Bulk Substrate Analysis (Not including engineering time for sampling)EA 1.17.05 Laboratory Analysis: Non-Viable Surface Swab or Bulk Substrate Analysis (Not including engineering time for sampling)EA 1.17.06 Destructive Roof Sample Analysis: Comprehensive laboratory testing of a core sample from an existing roof to include tensile/tear strength, scrim type, interply bitumen weight and roof composition; Repair the roof core area with similar materials.EA 1.18 Travel Expenses 1.18.01 Per Diem – Meals and Incidentals DAY 1.18.02 Lodging DAY 1.18.03 Mileage on Company / Personal Vehicle MILE 1.18.04 Airfare (Economy)JOB 1.18.05 Vehicle Rental DAY 1.19 Seamer Rental Charges DAY 1.20 Set-up Charges for Metal In-Shop Fabrication EA 1.21 Set-up On-Site Roll Forming EA 1.22 Roof Fastener Pull Tests (As Many as Required per Roof Section)EA 1.23 Wind Uplift Design Calculations EA 1.24 Roof Drainage Capacity Calculations EA IFB #PW1925 Roofing Supplies and Services, Waterproofing, and Related Products and Services Attachment C - Bid Form Page 80 - Attachment C 1.25 Roof Edge Metal Calculations - ANSI/SPRI ES-1 Standards EA 1.26 Dew Point Calculations EA 1.27 Energy Payback Calculations EA 1.28 Project Life-Cycle Cost Calculation EA 1.29 Substantial Completion Walkthrough with Report and Punchlist 1.30 Final Walkthrough with Report EA 1.31 On-Site Quality Control Inspections with Report from Manufacturer's Rep - 3 Days per Week WEEK 1.32 "As-Built" Drawings Upon Project Completion EA 1.33 R.A. or P.E. Reviewed and Stamped Shop Drawings EA 1.34 R.A. or P.E. Reviewed and Stamped Specifications EA 1.35 Non-R.A./P.E. Reviewed Shop Drawings EA 1.36 Project Design Assistance - Hourly Rate for Consultations with Architect of Record EA 1.37 Project Design Assistance - Development of a recommended specification for a roofing or waterproofing project EA 1.38 Roof Asset Management Report with recommended options for future course of actions and associated budgets for capital expense and maintenance planning.EA 1.39 Five year capital expense and maintenance plan ( All roof section on for campus(es))EA 1.40 Additional Professional Services 1.40.01 Option 1: Professional Services (Third party architectural design, engineering or consulting services quote on corporate letterhead) Cost plus added to quote % 1.40.02 Option 2: R.S. Means or Gordian Group Catalog (Used when professional services line item pricing is not available) Cost plus added to catalog pricing % 2.00 Tear-off & Dispose of Debris 2.01 SF 2.02 SF 2.03 SF 2.04 SF 2.05 SF 2.06 SF 2.07 SF 2.08 SF 2.09 SF 2.10 SF 2.11 SF 2.12 SF 2.13 SF 2.14 SF 2.15 SF 2.16 SF 2.17 SF 2.18 SF 2.19 SF 2.20 SF 2.21 SF 2.22 SF 2.23 SF SYSTEM TYPE Coal Tar BUR W/ Insulation and Gravel Surfacing - Wood / Tectum Deck SYSTEM TYPE Coal Tar BUR W/ Insulation and Gravel Surfacing - Lightweight / Gyp Deck SYSTEM TYPE Coal Tar BUR W/ Insulation and Gravel Surfacing - Concrete Deck SYSTEM TYPE Coal Tar BUR W/ Insulation and Mineral Surfacing - Metal Deck SYSTEM TYPE Coal Tar BUR W/ Insulation and Mineral Surfacing - Wood / Tectum Deck SYSTEM TYPE Coal Tar BUR W/ Insulation and Mineral Surfacing - Lightweight / Gyp Deck SYSTEM TYPE Single-Ply W/ Insulation - Concrete Deck SYSTEM TYPE Ballasted Single-Ply W/ Insulation - Metal Deck SYSTEM TYPE Ballasted Single-Ply W/ Insulation - Wood / Tectum Deck SYSTEM TYPE Ballasted Single-Ply W/ Insulation - Lightweight / Gyp Deck SYSTEM TYPE Ballasted Single-Ply W/ Insulation - Concrete Deck SYSTEM TYPE Coal Tar BUR W/ Insulation and Gravel Surfacing - Metal Deck SYSTEM TYPE BUR W/ Insulation and Mineral Surfacing - Wood / Tectum Deck SYSTEM TYPE BUR W/ Insulation and Mineral Surfacing - Lightweight / Gyp Deck SYSTEM TYPE BUR W/ Insulation and Mineral Surfacing - Concrete Deck SYSTEM TYPE Single-Ply W/ Insulation - Metal Deck SYSTEM TYPE Single-Ply W/ Insulation - Wood / Tectum Deck SYSTEM TYPE Single-Ply W/ Insulation - Lightweight / Gyp Deck SYSTEM TYPE BUR W/ Insulation and Gravel Surfacing - Metal Deck SYSTEM TYPE BUR W/ Insulation and Gravel Surfacing - Wood / Tectum Deck SYSTEM TYPE BUR W/ Insulation and Gravel Surfacing - Lightweight / Gyp Deck SYSTEM TYPE BUR W/ Insulation and Gravel Surfacing - Concrete Deck SYSTEM TYPE BUR W/ Insulation and Mineral Surfacing - Metal Deck Page 81 - Attachment C 2.24 SF 2.25 SF 2.26 SF 2.27 SF 2.28 SF 2.29 SF 2.30 SF 2.31 SF 2.32 SF 2.33 SF 2.34 SF 2.35 SF 2.36 SF 2.37 SF 2.38 SF 2.39 SF 2.40 SF 2.41 SF 2.42 SF 2.43 SF 2.44 SF 2.45 SF 2.46 SF 2.47 SF 2.48 SF 2.49 SF 2.99 % 3.00 Removal & Replacement of Roof Deck 3.01 SF 3.02 SF 3.03 SF 3.04 SF 3.05 SF 3.06 SF 3.07 SF DECK TYPE Spot Concrete Deck Replacement (Multiple areas under 1 square) DECK TYPE Spot Lightweight Deck Replacement (Multiple areas under 1 square) DECK TYPE Spot Tectum Deck Replacement (Multiple areas under 1 square) DECK TYPE Large Areas of Metal Deck Replacement (Replacement areas averaging greater than 1 square) SYSTEM TYPE Coal Tar BUR with Gravel Surfacing to the Existing Insulation (Insulation to be Re-Used) SYSTEM TYPE Coal Tar BUR with Mineral Surfacing to the Existing Insulation (Insulation to be Re-Used) MULTIPLIER - TEAR-OFF & DISPOSE OF DEBRIS Each Additional Roof System DECK TYPE Spot Metal Deck Replacement (Multiple areas under 1 square) DECK TYPE Spot Wood Deck Replacement (Multiple areas under 1 square) DECK TYPE Spot Gypsum Deck Replacement (Multiple areas under 1 square) SYSTEM TYPE Polyurethane Foam (PUF) Roof (Average of 2" thick) W/ Underlying Insulation and UV-Resistant Coating - Concrete Deck SYSTEM TYPE Add of Each Additional Average Depth 1" of Polyurethane Foam (PUF) Roofing SYSTEM TYPE BUR w/ Gravel Surfacing to the Existing Insulation (Insulation to be Re-Used) SYSTEM TYPE BUR w/ Mineral Surfacing to the Existing Insulation (Insulation to be Re-Used) SYSTEM TYPE Single-Ply to the Existing Insulation (Insulation to be Re-Used SYSTEM TYPE Ballasted Single-Ply to the Existing Insulation (Insulation to be Re-Used SYSTEM TYPE Add to save good Concrete Tile Shingles for reuse SYSTEM TYPE Add to save good Slate Tile Shingles for reuse SYSTEM TYPE Add to save good Cedar / Wood Shake Shingles for reuse SYSTEM TYPE Polyurethane Foam (PUF) Roof (Average of 2" thick) W/ Underlying Insulation and UV-Resistant Coating - Metal Deck SYSTEM TYPE Polyurethane Foam (PUF) Roof (Average of 2" thick) W/ Underlying Insulation and UV-Resistant Coating - Wood / Tectum Deck SYSTEM TYPE Polyurethane Foam (PUF) Roof (Average of 2" thick) W/ Underlying Insulation and UV-Resistant Coating - Lightweight / Gyp Deck SYSTEM TYPE 3-Tab Shingle Roof - Wood Deck SYSTEM TYPE Clay Tile Shingle Roof - Wood Deck SYSTEM TYPE Concrete Tile Shingle Roof - Wood Deck SYSTEM TYPE Slate Tile Shingle Roof - Wood Deck SYSTEM TYPE Cedar / Wood Shake Shingle Roof - Wood Deck SYSTEM TYPE Add to save good Clay Tile Shingles for reuse SYSTEM TYPE Coal Tar BUR W/ Insulation and Mineral Surfacing - Concrete Deck SYSTEM TYPE Metal Roofing System - Metal Deck SYSTEM TYPE Metal Roofing System - Wood / Tectum Deck SYSTEM TYPE Metal Roofing System - Lightweight / Gypsum Deck SYSTEM TYPE Metal Roofing System - Concrete Deck SYSTEM TYPE Dimensional/Architectural Shingle Roof - Wood Deck Page 82 - Attachment C 3.08 SF 3.09 SF 3.10 SF 3.11 SF 3.12 SF 4.00 Insulation Recovery Board & Insulations Options 4.01 SF 4.02 SF 4.03 SF 4.04 SF 4.05 SF 4.06 SF 4.07 SF 4.08 SF 4.09 SF 4.10 SF 4.11 SF 4.12 SF 4.13 SF 4.14 SF 4.15 SF 4.16 SF 4.17 SF 4.18 SF 4.19 SF 4.20 SF 4.21 SF ADDITIONAL INSULATION OPTION (OVER AN EXISTING ROOF) Install 2.5" of Polyisocyanurate Insulation Over an Existing Roof. All Wet Insulation Must be Replaced Prior to Installation of New Course of Insulation ADDITIONAL INSULATION OPTION (OVER AN EXISTING ROOF) Add for Cutting New Insulation to Match the Profile of an Existing Metal Roof. INSULATION SUBSTITUTION OPTION Deduct for Providing an R-Value of greater than or equal to 10, but less than 15; instead of the Standard R-Value of 20 (Should be Negatively Priced) - All Applications Other Than Metal Roof Systems INSULATION SUBSTITUTION OPTION Deduct for Providing an R-Value of greater than or equal to 15, but less than 18; instead of the Standard R-Value of 20 (Should be Negatively Priced) - All Applications Other Than Metal Roof Systems INSULATION SUBSTITUTION OPTION: Deduct for Providing an R-Value of greater than or equal to 18, but less than 20 instead of the Standard R-Value of 20 (Should be Negatively Priced) - All Applications Other Than Metal Roof Systems INSULATION SUBSTITUTION OPTION: Add for Providing an R-Value of 25 Instead of the Standard R-Value of 20 - All Applications Other Than Metal Roof Systems RECOVERY BOARD TYPE 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) Installed Over an Existing Roof Mechanically Fastened to Roof Deck - Wood / Tectum Deck RECOVERY BOARD TYPE 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) Installed Over an Existing Roof Mechanically Fastened to Roof Deck - Lightweight / Gypsum Deck RECOVERY BOARD TYPE 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) Installed Over an Existing Roof Mechanically Fastened to Roof Deck - Concrete Deck ADDITIONAL INSULATION OPTION (OVER AN EXISTING ROOF) Install 1.0" of Polyisocyanurate Insulation Over an Existing Roof. All Wet Insulation Must be Replaced Prior to Installation of New Course of Insulation ADDITIONAL INSULATION OPTION (OVER AN EXISTING ROOF) Install 1.5" of Polyisocyanurate Insulation Over an Existing Roof. All Wet Insulation Must be Replaced Prior to Installation of New Course of Insulation ADDITIONAL INSULATION OPTION (OVER AN EXISTING ROOF) Install 2.0" of Polyisocyanurate Insulation Over an Existing Roof. All Wet Insulation Must be Replaced Prior to Installation of New Course of Insulation RECOVERY BOARD TYPE 1/2" Wood Fiber or Perlite Board Installed Over an Existing Roof Mechanically Fastened to Roof Deck - Wood / Tectum Deck RECOVERY BOARD TYPE 1/2" Wood Fiber or Perlite Board Installed Over an Existing Roof Mechanically Fastened to Roof Deck - Lightweight / Gypsum Deck RECOVERY BOARD TYPE 1/2" Wood Fiber or Perlite Board Installed Over an Existing Roof Mechanically Fastened to Roof Deck - Concrete Deck RECOVERY BOARD TYPE 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) Installed Over an Existing Roof Adhered in Hot ASTM D 312 Type III or IV Asphalt; Mopped RECOVERY BOARD TYPE 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) Installed Over an Existing Roof Adhered with Insulation Adhesive RECOVERY BOARD TYPE 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) Installed Over an Existing Roof Mechanically Fastened to Roof Deck - Metal Deck DECK TYPE Large Areas of Concrete Deck Replacement (Replacement areas averaging greater than 1 square) DECK TYPE Large Areas of Lightweight Deck Replacement (Replacement areas averaging greater than 1 square) DECK TYPE Large Areas of Tectum Deck Replacement (Replacement areas averaging greater than 1 square) RECOVERY BOARD TYPE 1/2" Wood Fiber or Perlite Board Installed Over an Existing Roof Adhered in Hot ASTM D 312 Type III or IV Asphalt; Mopped RECOVERY BOARD TYPE 1/2" Wood Fiber or Perlite Board Installed Over an Existing Roof Adhered with Insulation Adhesive RECOVERY BOARD TYPE 1/2" Wood Fiber or Perlite Board Installed Over an Existing Roof Mechanically Fastened to Roof Deck - Metal Deck DECK TYPE Large Areas of Wood Deck Replacement (Replacement areas averaging greater than 1 square) DECK TYPE Large Areas of Gypsum Deck Replacement (Replacement areas averaging greater than 1 square) Page 83 - Attachment C 4.22 SF 4.23 SF 4.24 SF 4.25 SF 4.26 SF 4.27 SF 4.28 SF 4.29 SF 4.30 SF 4.31 SF 4.32 SF 5.00 Coat New Roofing With Elastomeric Coating 5.01 SF 5.02 SF 5.03 SF 5.04 SF 5.05 SF 5.06 SF 5.07 SF 5.08 SF 5.09 SF 5.10 SF 5.11 SF 6.00 Roof Deck and Insulation Option 6.01 6.01.01 INSULATION OPTION: Mechanically Fasten Polyisocyanurate / Hot Mop Wood Fiber or Perlite to Provide an Average R-Value of 20 In Compliance with FM 1-90 Requirements SF 6.02 ROOF SYSTEM TYPE Apply a single-component, aliphatic, polyurea liquid adhesive per Specifications (Apply 1.0 gallon per Square on Seams & wait 24 Hours / Apply base coat at 1.0 gallon per Square / broadcast mineral at 35 lbs. per Square or white gravel at 200 lbs. per Square / wait 24 hours and apply top coat at 1.0 gallon per Square - Mineral-Surfaced Modified ROOF SYSTEM TYPE Apply a single-component, aliphatic, polyurea liquid adhesive per Specifications (apply base coat at 1.0 gallon per Square / broadcast mineral at 35 lbs. per Square or white gravel at 200 lbs. per Square / wait 24 hours and apply top coat at 1.0 gallon per Square - Smooth-Surfaced Modified ROOF SYSTEM TYPE Apply an Aluminum Coating per Specifications (3/4 Gallon per Square per Coat - 2 Coats Required) - Smooth or Mineral Surfaced Modified ROOF SYSTEM TYPE Apply a Fibered Aluminum Coating per Specifications (2 Gallons per Square per Coat - 1 Coat Required) - Smooth or Mineral Surfaced Modified METAL ROOF DECK - HOT APPLICATION - ASTM D 312 TYPE III OR IV ASPHALT WOOD ROOF DECK - HOT APPLICATION - ASTM D 312 TYPE III OR IV ASPHALT ROOF SYSTEM TYPE Apply an Acrylic Coating per Specifications (1.0 Gallon per Square per Coat - 2 Coats Required) - Smooth-Surfaced Modified Roof ROOF SYSTEM TYPE Apply a bright white, water-based, acrylic-urethane hybrid roof coating per Specifications (1.5 Gallons per Square per Coat - 2 Coats Required) - Mineral-Surfaced Modified Roof ROOF SYSTEM TYPE Apply a bright white, water-based, acrylic-urethane hybrid roof coating per Specifications (1.0 Gallon per Square per Coat - 2 Coats Required) - Smooth-Surfaced Modified Roof ROOF SYSTEM TYPE Apply an Acrylic base coat and a PVDF top coat per Specifications (1.5 Gallons per Square Base Coat - 1/2 Gallon per Square Top Coat) - Mineral-Surfaced Modified Roof ROOF SYSTEM TYPE Apply an Acrylic base coat and a PVDF top coat per Specifications (1 Gallon per Square Base Coat - 1/2 Gallon per Square Top Coat) -Smooth-Surfaced Modified Roof ROOF SYSTEM TYPE Apply an Urethane Coating per Specifications (1 Gallon per Square per Coat - 2 Coats Required) - Smooth or Mineral Surfaced Modified; With Reinforced Seams (Base Coat Seam with 1.5 Gallons per Square & Reinforcement) INSULATION SLOPE OPTION Provide a 1/8" Tapered Polyisocyanurate Insulation System while Maintaining the Average R-Value; Adhered with Insulation Adhesive INSULATION SUBSTITUTION OPTION Provide a 1/4" Tapered Insulating Lightweight Concrete System while Maintaining Average R-Value INSULATION SUBSTITUTION OPTION Provide a 1/8" Tapered Insulating Lightweight Concrete System while Maintaining Average R-Value INSULATION ATTACHMENT OPTION: Provide Attachment Pattern in Compliance with FM 1-60 Wind Uplift Instead of FM 1-90 INSULATION ATTACHMENT OPTION: Provide Attachment Pattern in Compliance with FM 1-120 Wind Uplift Instead of FM 1-90 ROOF SYSTEM TYPE Apply an Acrylic Coating per Specifications (1.5 Gallons per Square per Coat - 2 Coats Required) - Mineral-Surfaced Modified Roof INSULATION SUBSTITUTION OPTION: Add for Providing an R-Value of 30 Instead of the Standard R-Value of 20 - All Applications Other Than Metal Roof Systems INSULATION SUBSTITUTION OPTION Substitute 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) in Place of the Wood Fiber or Perlite - Adhered in Hot ASTM D 312 Type III or IV Asphalt; Mopped INSULATION SUBSTITUTION OPTION Substitute 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) in Place of the Wood Fiber or Perlite - Adhered with Insulation Adhesive INSULATION SLOPE OPTION Provide a 1/4" Tapered Polyisocyanurate Insulation System while Maintaining the Average R-Value Including Tapered Crickets; Adhered in ASTM D 312 Type III or IV Hot Asphalt; Mopped INSULATION SLOPE OPTION Provide a 1/8" Tapered Polyisocyanurate Insulation System while Maintaining the Average R-Value; Adhered in ASTM D 312 Type III or IV Hot Asphalt; Mopped INSULATION SLOPE OPTION Provide a 1/4" Tapered Polyisocyanurate Insulation System while Maintaining the Average R-Value Including Tapered Crickets; Adhered with Insulation Adhesive Page 84 - Attachment C 6.02.01 INSULATION OPTION: Mechanically Fasten Polyisocyanurate / Hot Mop Wood Fiber or Perlite to Provide an Average R-Value of 20 SF 6.02.02 INSULATION OPTION: Without Insulation - Must Include Rosin & Mechanically Fasten Glass Base Sheet SF 6.03 6.03.01 INSULATION OPTION: Mechanically Attach Base Sheet Utilizing FM 1-90 Attachment Patterns & Hot Mop Polyisocyanurate / Hot Mop Wood Fiber or Perlite to Provide an Average R-Value of 20 SF 6.03.02 INSULATION OPTION: Without Insulation - Must Include Rosin & Mechanically Fasten Glass Base Sheet SF 6.04 6.04.01 INSULATION OPTION: Must Mechanically Attach a Base Sheet; Hot Mop Polyisocyanurate / Hot Mop Wood Fiber or Perlite to Provide an Average R-Value of 20 In Compliance FM 1-90 Requirements SF 6.04.02 INSULATION OPTION: Without Insulation - Must at Least Mechanically Fasten a Base Sheet to the Roof Deck Prior to Installation Installed with FM 1-90 Attachment Patterns SF 6.05 6.05.01 INSULATION OPTION: Prime Roof Deck; Hot Mop Polyisocyanurate / Hot Mop Wood Fiber or Perlite to Provide an Average R-Value of 20 In Compliance FM 1-90 Requirements SF 6.05.02 INSULATION OPTION: Without Insulation - Prime Roof Deck; Must at Least 1/2" Wood Fiber or Perlite Hot Mopped to Deck In Compliance FM 1-90 Requirements SF 6.06 METAL ROOF DECK - COLD PROCESS APPLICATION 6.06.01 INSULATION OPTION: Mechanically Fasten Polyisocyanurate / Adhere High Density Asphalt Coated Wood Fiber with Insulation Adhesive to Provide an Average R-Value of 20 In Compliance FM 1-90 Requirements SF 6.07 WOOD ROOF DECK - COLD PROCESS APPLICATION 6.07.01 INSULATION OPTION: Mechanically Fasten Polyisocyanurate / Adhere High Density Asphalt Coated Wood Fiber with Insulation Adhesive to Provide an Average R-Value of 20 SF 6.07.02 INSULATION OPTION: Without Insulation - Must Include Rosin & Mechanically Fasten Glass Base Sheet SF 6.08 TECTUM ROOF DECK - COLD PROCESS APPLICATION 6.08.01 INSULATION OPTION: Mechanically Attach Base Sheet & Adhere Polyisocyanurate in Insulation Adhesive / Adhere High Density Asphalt Coated Wood Fiber with Insulation Adhesive to Provide an Average R-Value of 20 SF 6.08.02 INSULATION OPTION: Without Insulation - Must Include Rosin & Mechanically Fasten Glass Base Sheet SF 6.09 6.09.01 INSULATION OPTION: Must Mechanically Attach a Base Sheet; Adhere Polyisocyanurate in Insulation Adhesive / Adhere High Density Asphalt Coated Wood Fiber with Insulation Adhesive to Provide an Average R-Value of 20 In Compliance FM 1-90 Requirements SF 6.09.02 INSULATION OPTION: Without Insulation - Must at Least Mechanically Fasten a Base Sheet to the Roof Deck Installed with FM 1-90 Attachment Patterns SF 6.10 CONCRETE ROOF DECK - COLD PROCESS APPLICATION 6.10.01 INSULATION OPTION: Adhere Polyisocyanurate in Insulation Adhesive / Adhere High Density Asphalt Coated Wood Fiber with Insulation Adhesive to Provide an Average R-Value of 20 In Compliance FM 1-90 Requirements SF TECTUM ROOF DECK - HOT APPLICATION - ASTM D 312 TYPE III OR IV ASPHALT LIGHTWEIGHT CONCRETE / GYPSUM ROOF DECK - HOT APPLICATION - ASTM D 312 TYPE III OR IV ASPHALT CONCRETE ROOF DECK - HOT APPLICATION - ASTM D 312 TYPE III OR IV ASPHALT LIGHTWEIGHT CONCRETE / GYPSUM ROOF DECK - COLD PROCESS APPLICATION Page 85 - Attachment C 6.10.02 INSULATION OPTION: Without Insulation - Must at Least 1/2" High Density Asphalt Coated Wood Fiber Adhered with Insulation Adhesive to Deck In Compliance FM 1-90 Requirements SF 6.11 METAL ROOF DECK - TORCH APPLIED / SELF-ADHERING APPLICATION 6.11.01 INSULATION OPTION: Mechanically Fasten Polyisocyanurate / Adhere Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) with Insulation Adhesive to Provide an Average R-Value of 20 In Compliance FM 1-90 Requirements SF 6.12 WOOD ROOF DECK - TORCH APPLIED / SELF-ADHERING APPLICATION 6.12.01 INSULATION OPTION: Mechanically Fasten Polyisocyanurate / Adhere Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) with Insulation Adhesive to Provide an Average R-Value of 20 SF 6.12.02 INSULATION OPTION: Without Insulation - Must Mechanically Attach 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal)SF 6.13 6.13.01 INSULATION OPTION: Mechanically Attach Base Sheet & Adhere Polyisocyanurate in Insulation Adhesive / Adhere Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) with Insulation Adhesive to Provide an Average R-Value of 20 SF 6.13.02 INSULATION OPTION: Without Insulation - Must Mechanically Attach 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal)SF 6.14 6.14.01 INSULATION OPTION: Must Mechanically Attach a Base Sheet; Adhere Polyisocyanurate in Insulation Adhesive / Adhere Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) with Insulation Adhesive to Provide an Average R-Value of 20 In Compliance FM 1-90 Requirements SF 6.14.02 INSULATION OPTION: Without Insulation - Must at Least Mechanically Fasten a Base Sheet to the Roof Deck Prior to Installation Installed with FM 1-90 Attachment Patterns SF 6.15 6.15.01 INSULATION OPTION: Adhere Polyisocyanurate in Insulation Adhesive / Adhere Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) with Insulation Adhesive to Provide an Average R-Value of 20 In Compliance FM 1-90 Requirements SF 6.15.02 INSULATION OPTION: Without Insulation - Must Adhere 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) in Insulation Adhesive In Compliance FM 1-90 Requirements SF 6.16 6.16.01 VAPOR BARRIER OPTION: HOT ASPHALT-APPLIED VAPOR BARRIER ON METAL DECK: Mechanically-Fasten Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal), Apply 2 Plies of Glass Felt in Hot ASTM D 312 Type III OR IV Asphalt In Compliance with FM 1-90 Requirements SF CONCRETE ROOF DECK - TORCH APPLIED / SELF-ADHERING APPLICATION INSTALL PRIOR TO ROOF SYSTEM INSULATION: TECTUM ROOF DECK - TORCH APPLIED / SELF-ADHERING APPLICATION LIGHTWEIGHT CONCRETE / GYPSUM ROOF DECK - TORCH APPLIED / SELF-ADHERING APPLICATION Page 86 - Attachment C 6.16.02 VAPOR BARRIER OPTION: HOT ASPHALT-APPLIED VAPOR BARRIER ON WOOD, TECTUM, LIGHTWEIHT CONCRETE OR GYPSUM DECK: Mechanically Fasten Glass Base Sheet, Apply 2 Plies of Glass Felt in Hot ASTM D 312 Type III OR IV Asphalt In Compliance with FM 1-90 Requirements SF 6.16.03 VAPOR BARRIER OPTION: HOT ASPHALT-APPLIED VAPOR BARRIER ON CONCRETE DECK: Prime Deck Prior to Applying 2 Plies of Glass Felt in Hot ASTM D 312 Type III OR IV Asphalt SF 6.16.04 VAPOR BARRIER OPTION: COLD ASPHALT-APPLIED VAPOR BARRIER ON METAL DECK: Mechanically-Fasten Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal); Apply 2 Plies of Glass Base in Cold Process Modified Asphalt In Compliance with FM 1-90 Requirements SF 6.16.05 VAPOR BARRIER OPTION: COLD ASPHALT-APPLIED VAPOR BARRIER ON WOOD, TECTUM, LIGHTWEIHT CONCRETE OR GYPSUM DECK: Mechanically Fasten Glass Base Sheet, Apply 2 Plies of Glass Base in Cold Process Modified Asphalt In Compliance with FM 1-90 Requirements SF 6.16.06 VAPOR BARRIER OPTION: COLD ASPHALT-APPLIED VAPOR BARRIER ON CONCRETE DECK: Prime Deck Prior to Applying 2 Plies of Glass Base in Cold Process Modified Asphalt SF 6.16.07 VAPOR BARRIER OPTION: TORCH-APPLIED VAPOR BARRIER ON METAL DECK: Mechanically-Fasten Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal); Heat Weld with Torch 1 Ply of SBS Modified Asphalt-Based, Fiberglass Reinforced Torch Base Sheet - Minimum of 80 lbf/in tensile Torch-Applied Base Sheet (ASTM D 5147) In Compliance with FM 1-90 Requirements SF 6.16.08 VAPOR BARRIER OPTION: TORCH-APPLIED VAPOR BARRIER ON WOOD, TECTUM, LIGHTWEIHT CONCRETE OR GYPSUM DECK: Mechanically Fasten Glass Base Sheet, Heat Weld with Torch 1 Ply of SBS Modified Asphalt-Based, Fiberglass Reinforced Torch Base Sheet - Minimum of 80 lbf/in tensile Torch-Applied Base Sheet (ASTM D 5147) In Compliance with FM 1-90 Requirements SF 6.16.09 VAPOR BARRIER OPTION: TORCH-APPLIED VAPOR BARRIER ON CONCRETE DECK: Prime Deck Prior to Heat Welding with Torch 1 Ply of SBS Modified Asphalt- Based, Fiberglass Reinforced Torch Base Sheet - Minimum of 80 lbf/in tensile Torch-Applied Base Sheet (ASTM D 5147)SF 6.16.10 VAPOR BARRIER OPTION: HOT ASPHALT-APPLIED VAPOR BARRIER ON METAL DECK: Mechanically-Fasten Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal), ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - 70 lbf/in tensile in Hot ASTM D 312 Type III OR IV Asphalt In Compliance with FM 1-90 Requirements SF Page 87 - Attachment C 6.16.11 VAPOR BARRIER OPTION: HOT ASPHALT-APPLIED VAPOR BARRIER ON WOOD, TECTUM, LIGHTWEIHT CONCRETE OR GYPSUM DECK: Mechanically Fasten Glass Base Sheet, ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - 70 lbf/in tensile in Hot ASTM D 312 Type III OR IV Asphalt In Compliance with FM 1-90 Requirements SF 6.16.12 VAPOR BARRIER OPTION: HOT ASPHALT-APPLIED VAPOR BARRIER ON CONCRETE DECK: Prime Deck Prior to ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - 70 lbf/in tensile in Hot ASTM D 312 Type III OR IV Asphalt SF 6.16.13 VAPOR BARRIER OPTION: COLD ASPHALT-APPLIED VAPOR BARRIER ON METAL DECK: Mechanically-Fasten Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal); ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - 70 lbf/in tensile in Cold Process Modified Asphalt In Compliance with FM 1-90 Requirements SF 6.16.14 VAPOR BARRIER OPTION: COLD ASPHALT-APPLIED VAPOR BARRIER ON WOOD, TECTUM, LIGHTWEIHT CONCRETE OR GYPSUM DECK: Mechanically Fasten Glass Base Sheet, ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - 70 lbf/in tensile in Cold Process Modified Asphalt In Compliance with FM 1-90 Requirements SF 6.16.15 VAPOR BARRIER OPTION: COLD ASPHALT-APPLIED VAPOR BARRIER ON CONCRETE DECK: Prime Deck Prior to ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - 70 lbf/in tensile in Cold Process Modified Asphalt SF 7.00 BUILT-UP MODIFIED ROOF WITH FLOOD COAT AND AGGREGATE IN HOT ASTM D 312 TYPE III OR IV ASPHALT 7.01 7.01.01 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - Minimum of 70 lbf/in tensile SF 7.01.02 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - Minimum of 220 lbf/in tensile SF 7.01.03 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 310 lbf/in tensile SF 7.01.04 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 500 lbf/in tensile SF 7.01.05 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 600 lbf/in tensile SF 7.02 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 7.00 Must includes coverage for roof uplift pressures up to 90 MPH SF 7.03 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 7.04 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF ROOF CONFIGURATION 2 Plies of Glass Felt, Cap Sheet, Flood Coat and Aggregate All in Hot ASTM D 312 Type III OR IV Asphalt Page 88 - Attachment C 7.05 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 7.06 DEDUCT TO SQUARE FOOT COST - Hot Applied Modified BUR Substitute Additional Glass Felt (Hot Applications) in Place of ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - Minimum of 70 lbf/in tensile (i.e. 3 Ply BUR)SF 7.07 ADD TO PER SQUARE FOOT COST - Hot Applied Modified BUR Each Additional Glass Felt (Hot Applications) Inter-ply Installed SF 8.00 BUILT-UP MODIFIED ROOF WITH FLOOD COAT AND AGGREGATE IN COLD PROCESS ASPHALT 8.01 8.01.01 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - Minimum of 70 lbf/in tensile SF 8.01.02 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - Minimum of 220 lbf/in tensile SF 8.01.03 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 310 lbf/in tensile SF 8.01.04 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 500 lbf/in tensile SF 8.01.05 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 600 lbf/in tensile SF 8.02 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 8.00 Must includes coverage for roof uplift pressures up to 90 MPH SF 8.03 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 8.04 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF 8.05 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 8.06 DEDUCT TO SQUARE FOOT COST - Cold Applied Modified BUR Substitute Additional Glass Base Sheet in Place of ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - Minimum of 70 lbf/in tensile (i.e. 3 Ply BUR)SF 8.07 ADD TO PER SQUARE FOOT COST - Cold Applied Modified BUR Each Additional Glass Base (Cold Applications) Inter-ply Installed SF 9.00 BUILT-UP MODIFIED ROOF ADHERED IN HOT ASTM D 312 TYPE III OR IV ASPHALT - FLOOD COAT & AGGREGATE IN MODIFIED COAL TAR PITCH 9.01 9.01.01 ROOFING MEMBRANE & COATING OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - Minimum of 70 lbf/in tensile, Flood Coat in Modified Hot Coal Tar Pitch With 2000% Elongation SF 9.01.02 ROOFING MEMBRANE & COATING OPTION ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 220 lbf/in tensile, Flood Coat in Modified Hot Coal Tar Pitch With 2000% Elongation SF 9.01.03 ROOFING MEMBRANE & COATING OPTION ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 310 lbf/in tensile, Flood Coat in Modified Hot Coal Tar Pitch With 2000% Elongation SF 9.01.04 ROOFING MEMBRANE & COATING OPTION ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 500 lbf/in tensile, Flood Coat in Modified Hot Coal Tar Pitch With 2000% Elongation SF ROOF CONFIGURATION 2 Plies of Glass Base, Cap Sheet, Flood Coat and Aggregate All in Cold Process Modified Asphalt ROOF CONFIGURATION 2 ply of Glass Felt, Cap Sheet, Set in Hot Asphalt, Flood Coat in Modified Coal Tar Pitch and Aggregate Page 89 - Attachment C 9.01.05 ROOFING MEMBRANE & COATING OPTION ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 600 lbf/in tensile, Flood Coat in Modified Hot Coal Tar Pitch With 2000% Elongation SF 9.02 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 9.00 Must includes coverage for roof uplift pressures up to 90 MPH SF 9.03 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 9.04 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF 9.05 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 9.06 COATING OPTION: Add/Deduct for Installing Flood Coat in Cold Process Coal Tar Pitch SF 10.00 BUILT-UP MODIFIED ROOF WITH MINERAL CAP SHEET ADHERED IN HOT ASTM D 312 TYPE III OR IV ASPHALT 10.01 10.01.01 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - Minimum of 70 lbf/in tensile SF 10.01.02 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - Minimum of 220 lbf/in tensile SF 10.01.03 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 310 lbf/in tensile SF 10.01.04 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 500 lbf/in tensile SF 10.01.05 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 600 lbf/in tensile SF 10.02 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 10.00 Must includes coverage for roof uplift pressures up to 90 MPH SF 10.03 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar SF 10.04 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar SF 10.05 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 11.00 BUILT-UP MODIFIED ROOF WITH MINERAL CAP SHEET ADHERED IN COLD PROCESS ASPHALT 11.01 11.01.01 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - Minimum of 70 lbf/in tensile SF 11.01.02 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - Minimum of 220 lbf/in tensile SF 11.01.03 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 310 lbf/in tensile SF 11.01.04 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 500 lbf/in tensile SF 11.01.05 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 600 lbf/in tensile SF ROOF CONFIGURATION 2 ply Glass Base, Mineral Cap Sheet, Set in Cold Process Modified Asphalt ROOF CONFIGURATION 2 ply of Glass Felt, Mineral Surfaced Cap Sheet, Set in Hot ASTM D 312 Type III or IV Asphalt Page 90 - Attachment C 11.02 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 11.00 Must includes coverage for roof uplift pressures up to 90 MPH SF 11.03 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar SF 11.04 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar SF 11.05 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 12.00 2-PLY ROOF SYSTEMS - COMBINATIONS OF A BASE PLY & A CAP SHEET (TOP PLY) PLEASE NOTE: BASE PLY & CAP SHEET COMBINATIONS MUST BE APPROVED BY THE MANUFACTURER 12.01 12.01.01 BASE PLY OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - 70 lbf/in tensile SF 12.01.02 BASE PLY OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - 220 lbf/in tensile SF 12.01.03 BASE PLY OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 310 lbf/in tensile SF 12.01.04 SF 12.02 12.02.01 BASE PLY OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - 70 lbf/in tensile SF 12.02.02 BASE PLY OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - 220 lbf/in tensile SF 12.02.03 BASE PLY OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 310 lbf/in tensile SF 12.02.04 SF 12.02.05 INTERPLY ADHESIVE OPTION: Add/Deduct for Cold Applied Modified Multi-ply Systems Substitute Cold Process Adhesive with Alternative Solvent Free Adhesive SF 12.03 12.03.01 BASE PLY OPTION: SBS Modified Asphalt-Based, Fiberglass Reinforced Torch Base Sheet - Minimum of 80 lbf/in tensile Torch-Applied Base Sheet (ASTM D 5147)SF 12.03.02 BASE PLY OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - 210 lbf/in tensile SF 12.03.03 SF 12.04 12.04.01 BASE PLY OPTION: SBS Modified Asphalt-Based, Polyester OR Fiberglass/Polyester OR Fiberglass Reinforced Self-Adhering Base Sheet - Minimum of 50 lbf/in tensile SF 12.04.02 SF 12.05 ADD/DEDUCT TO PER SQUARE FOOT COST - Torch-Applied Modified Multi-ply Systems Each Additional Modified Base Sheet (All Torch-Applied Applications) Installed. To be combined with line items above for a labor cost reduction to installed price of two plies of the same modified base sheet vs. the installation of a single base sheet (i.e. 12.03.02 + 12.03.02 + 12.03.03 = Two Plies Installed) ROOF CONFIGURATION 1 Ply of Self-Adhering Base Installed Using Self-Adhering Backing ADD/DEDUCT TO PER SQUARE FOOT COST - Torch-Applied Modified Multi-ply Systems Each Additional Modified Base Sheet (All Torch-Applied Applications) Installed. To be combined with line items above for a labor cost reduction to installed price of two plies of the same modified base sheet vs. the installation of a single base sheet (i.e. 12.04.01 + 12.04.01 + 12.04.02 = Two Plies Installed) ROOF CONFIGURATION 1 Ply Cap Sheet, Flood Coat and Aggregate Adhered in Hot ASTM D 312 Type III OR IV Asphalt ROOF CONFIGURATION 1 Ply Modified Base Sheet Adhered in Hot ASTM D 312 Type III or IV Asphalt ADD/DEDUCT TO PER SQUARE FOOT COST - Hot Applied Modified Multi-ply Systems Each Additional Modified Base Sheet (All Hot Applications) Installed. To be combined with line items above for a labor cost reduction to installed price of two plies of the same modified base sheet vs. the installation of a single base sheet (i.e. 12.01.02 + 12.01.02 + 12.01.04 = Two Plies Installed) ROOF CONFIGURATION 1 Ply Modified Base Sheet Adhered in Cold Process Modified Asphalt ADD/DEDUCT TO PER SQUARE FOOT COST - Cold Applied Modified Multi-ply Systems Each Additional Modified Base Sheet (All Cold Applications) Installed. To be combined with line items above for a labor cost reduction to installed price of two plies of the same modified base sheet vs. the installation of a single base sheet (i.e. 12.02.02 + 12.02.02 + 12.02.04 = Two Plies Installed) ROOF CONFIGURATION 1 Ply of Torch Base Sheet Installed with Torch Application Page 91 - Attachment C 12.05.01 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - Minimum of 70 lbf/in tensile SF 12.05.02 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - Minimum of 220 lbf/in tensile SF 12.05.03 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 310 lbf/in tensile SF 12.05.06 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 12.05 Must includes coverage for roof uplift pressures up to 90 MPH SF 12.05.07 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 12.05.08 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF 12.05.09 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 12.06 12.06.01 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - Minimum of 70 lbf/in tensile SF 12.06.02 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - Minimum of 220 lbf/in tensile SF 12.06.03 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 310 lbf/in tensile SF 12.06.04 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 500 lbf/in tensile SF 12.06.05 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 600 lbf/in tensile SF 12.06.06 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 12.06 Must includes coverage for roof uplift pressures up to 90 MPH SF 12.06.07 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 12.06.08 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF 12.06.09 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 12.07 12.07.01 ROOFING MEMBRANE & COATING OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - Minimum of 70 lbf/in tensile, Flood Coat in Modified Hot Coal Tar Pitch With 2000% Elongation SF 12.07.02 ROOFING MEMBRANE & COATING OPTION ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 220 lbf/in tensile, Flood Coat in Modified Hot Coal Tar Pitch With 2000% Elongation SF 12.07.03 ROOFING MEMBRANE & COATING OPTION ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 310 lbf/in tensile, Flood Coat in Modified Hot Coal Tar Pitch With 2000% Elongation SF ROOF CONFIGURATION 1 Ply Mineral Surfaced Cap Sheet Adhered in Hot ASTM D 312 Type III or IV Asphalt ROOF CONFIGURATION 1 Ply Cap Sheet, Set in Hot ASTM D 312 Type III or IV Asphalt, Flood Coat & Aggregate in Hot Modified Coal Tar Pitch Page 92 - Attachment C 12.07.04 ROOFING MEMBRANE & COATING OPTION ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 500 lbf/in tensile, Flood Coat in Modified Hot Coal Tar Pitch With 2000% Elongation SF 12.07.05 ROOFING MEMBRANE & COATING OPTION ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum 600 lbf/in tensile, Flood Coat in Modified Hot Coal Tar Pitch With 2000% Elongation SF 12.07.06 COATING OPTION: Add/Deduct for Installing Flood Coat in Cold Process Coal Tar Pitch SF 12.07.07 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 12.07 Must includes coverage for roof uplift pressures up to 90 MPH SF 12.07.08 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 12.07.09 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF 12.07.10 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 12.08 12.08.01 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - Minimum of 70 lbf/in tensile SF 12.08.02 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - Minimum of 220 lbf/in tensile SF 12.08.03 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 310 lbf/in tensile SF 12.08.04 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 500 lbf/in tensile SF 12.08.05 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 600 lbf/in tensile SF 12.08.06 MEMBRANE ADHESIVE & COATING OPTION: Add/Deduct for Cold Applied Modified BUR Substitute Cold Process Adhesive with Alternative Solvent Free Adhesive SF 12.08.07 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 12.08 Must includes coverage for roof uplift pressures up to 90 MPH SF 12.08.08 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 12.08.09 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF 12.08.10 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 12.09 12.09.01 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - Minimum of 70 lbf/in tensile SF 12.09.02 ROOFING MEMBRANE OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - Minimum of 220 lbf/in tensile SF 12.09.03 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 310 lbf/in tensile SF ROOF CONFIGURATION 1 Ply Cap Sheet, Flood Coat and Aggregate Adhered in Cold Process Modified Asphalt ROOF CONFIGURATION 1 Ply Mineral Surfaced Cap Sheet Adhered in Cold Process Modified Asphalt Page 93 - Attachment C 12.09.04 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 500 lbf/in tensile SF 12.09.05 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 600 lbf/in tensile SF 12.09.06 MEMBRANE ADHESIVE OPTION: Add/Deduct for Cold Applied Modified BUR Substitute Cold Process Adhesive with Alternative Solvent Free Adhesive SF 12.09.07 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 12.09 Must includes coverage for roof uplift pressures up to 90 MPH SF 12.09.08 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 12.09.09 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF 12.09.10 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 12.10 12.10.01 ROOFING MEMBRANE & COATING OPTION: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type I - Minimum of 70 lbf/in tensile SF 12.10.02 ROOFING MEMBRANE & COATING OPTION ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 220 lbf/in tensile SF 12.10.03 ROOFING MEMBRANE & COATING OPTION ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 310 lbf/in tensile SF 12.10.04 ROOFING MEMBRANE & COATING OPTION ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 500 lbf/in tensile SF 12.10.05 ROOFING MEMBRANE & COATING OPTION ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum 600 lbf/in tensile SF 12.10.06 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 12.10 Must includes coverage for roof uplift pressures up to 90 MPH SF 12.10.07 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 12.10.08 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF 12.10.09 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 12.11 12.11.01 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum 300 lbf/in tensile Torch-Applied Membrane SF 12.11.02 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 12.11 Must includes coverage for roof uplift pressures up to 90 MPH SF 12.11.03 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 12.11.04 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF ROOF CONFIGURATION 1 Ply Cap Sheet, Set in Cold Process Asphalt, Flood Coat & Aggregate in Cold Applied Modified Coal Tar Pitch and Aggregate ROOF CONFIGURATION 1 Ply of Mineral Surfaced, Torch-Applied Cap Sheet Installed with Torch Application Page 94 - Attachment C 12.11.05 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 12.12 12.12.01 ROOFING MEMBRANE OPTION: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - Minimum of 300 lbf/in tensile Torch-Applied Membrane SF 12.12.02 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 12.12 Must includes coverage for roof uplift pressures up to 90 MPH SF 12.12.03 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar SF 12.12.04 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar SF 12.12.05 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 12.13 12.13.01 ROOF CONFIGURATION OPTION: ASTM D 6161 (Polyester) OR 6162 (Fiberglass/Polyester) OR 6163 (Fiberglass) Self-Adhering Reinforced Modified Bituminous Sheet Material Type III - Minimum of 130 lbf/in tensile SF 12.13.02 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 12.13 Must includes coverage for roof uplift pressures up to 90 MPH SF 12.13.03 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 12.13.04 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF 12.13.05 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 12.14 12,14.01 POLYMERIC TOP PLY OPTION: ASTM D 6754 - Ketone Ethylene Ester (KEE) - 50 Mil Thickness SF 12.14.02 POLYMERIC TOP PLY OPTION: ASTM D 6754 - Ketone Ethylene Ester (KEE) - 60 Mil Thickness SF 12.14.03 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 12.14 Must includes coverage for roof uplift pressures up to 90 MPH SF 12.14.04 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 12.14.05 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF 12.14.06 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 12.15 12.15.01 POLYMERIC TOP PLY OPTION: ASTM D 6754 - Ketone Ethylene Ester (KEE) - 50 Mil Thickness SF 12.15.02 POLYMERIC TOP PLY OPTION: ASTM D 6754 - Ketone Ethylene Ester (KEE) - 60 Mil Thickness SF 12.15.03 MEMBRANE ADHESIVE OPTION: Add/Deduct for Cold Applied Fleece- Back Polymeric Cap Sheet (Top Ply) Substitute Membrane Adhesive with Cold Applied Asphalt Adhesive SF 12.15.04 MEMBRANE ADHESIVE OPTION: PER SQUARE FOOT COST - Cold Applied Fleece-Back Polymeric Cap Sheet (Top Ply) Substitute Membrane Adhesive with Solvent-Free Asphalt Adhesive SF ROOF CONFIGURATION 1 Ply Fleece-Back Polymeric Cap Sheet (Top Ply) Adhered in Hot ASTM D 312 Type III OR IV Asphalt with Heat Welded Seams ROOF CONFIGURATION 1 Ply Fleece-Back Polymeric Cap Sheet (Top Ply) Adhered in Membrane Adhesive with Heat Weld Seams ROOF CONFIGURATION 1 Ply of Torch-Applied Cap Sheet Installed with Torch Application and Finished with a Flood Coat & Aggregate in Cold Process Modified Asphalt ROOF CONFIGURATION 1 Ply of Mineral Surfaced, Self-Adhering Cap Sheet Installed Using Self-Adhering Backing Page 95 - Attachment C 12.15.05 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 12.15 Must includes coverage for roof uplift pressures up to 90 MPH SF 12.15.06 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar SF 12.15.08 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar SF 12.15.09 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 13.00 BUILT-UP COAL TAR ROOF WITH FLOOD COAT AND AGGREGATE IN MODIFIED HOT COAL TAR PITCH 13.01 13.01.01 ROOF CONFIGURATION OPTION: 4-Ply ASTM D 4990 Type I Coal Tar Saturated Felts in Modified Coal Tar Pitch; Modified CTP with 2000% Elongation SF 13.01.02 ROOF CONFIGURATION OPTION: 3-Ply Continuous Filament Polyester Mat (5.0 oz./yd2) in Modified Coal Tar Pitch; Modified CTP with 2000% Elongation SF 13.02 INTERPLY ADHESIVE & FLOOD COAT OPTION: PER SQUARE FOOT COST - SUBSTITUTE STANDARD COAL TAR PITCH Add/Deduct for Using Standard Coal Tar Pitch Instead of Modified Coal Tar Pitch SF 13.03 FLOOD COAT OPTION: PER SQUARE FOOT COST - SUBSTITUTE COLD PROCESS+ MODIFIED COAL TAR PITCH FOR FLOOD COAT Add/Deduct for Using Cold Process Modified Coal Tar Pitch for Flood Coat Instead of Hot Modified Coal Tar Pitch+B222 SF 13.04 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 13.00 Must includes coverage for roof uplift pressures up to 90 MPH SF 13.05 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 13.06 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF 13.07 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 14.00 METAL ROOFING SYSTEMS - LOW SLOPE & STEEP SLOPE (2) 14.01 14.01.01 INSULATION OPTION: Architectural Application - No Insulation; 30 lbs. Felt Underlayment Over Deck SF 14.01.02 INSULATION OPTION: Architectural Application - No Insulation - WOOD DECK: Class A Fire-Retardant Underlayment SF 14.01.03 INSULATION OPTION: Architectural Application - Minimal Insulation - WOOD OR METAL DECK: Must Have 1/2" Treated Gypsum Board with Glass-Mat (e.g. DensDeck / Securock / Equal); & 40 mil Self-Adhering Underlayment SF 14.01.04 INSULATION OPTION: Architectural Application - Mechanically Fasten Polyisocyanurate to Provide an Average R-Value of 20; with 40 mil Self-Adhering Underlayment SF 14.01.05 INSULATION OPTION: Structural Application Over Open Framing; Over Retrofit Framing; Over an Existing Roof Using Steel Furring - No Insulation SF 14.01.06 INSULATION OPTION: Structural Application Over Open Framing or Over Retrofit Framing - Fiberglass Batten Insulation with an R- Value of 30 SF 14.01.07 INSULATION OPTION: Structural Application Over Retrofit Framing - Loose Laid Fiberglass Blanket on Existing Deck with an R-Value of 30 SF ROOF CONFIGURATION 1 Ply of Glass Base, 3 Plies of Polyester Mat or 4 ply of Coal Tar Felts in Modified Hot Coal Tar Pitch (CTP), [Insulation & Glass Base] Set in Hot ASTM D 312 Type III or IV Asphalt INSULATION OPTIONS FOR ARCHITECTURAL STANDING SEAM ROOF INSTALLATION OVER SUBSTRATE Page 96 - Attachment C 14.01.08 INSULATION OPTION: Structural Application Over an Existing Roof Using Steel Furring - Fiberglass Batten Insulation with an R- Value of 20 SF 14.01.09 INSULATION OPTION: Structural Application Over an Existing Roof Using Steel Furring - Mechanically Fastened Polyisocyanurate on Existing Roof with an R-Value of 20 SF 14.02 14.02.01 THICKNESS OPTION: Bare Aluminum Panel Price - 0.032" Aluminum, 18" - 19" Wide Panels SF 14.02.02 THICKNESS OPTION: Add for Bare Aluminum 0.040" Aluminum , 18" - 19" Wide Panels SF 14.02.03 PANEL WIDTH OPTION:Add for 12" - 13" Panel Width - Aluminum SF 14.02.04 PANEL WIDTH OPTION:Add for 16" - 17" Panel Width - Aluminum SF 14.02.05 PANEL WIDTH OPTION:Add for 24" - 25" Panel Width - Aluminum SF 14.02.06 THICKNESS OPTION: Bare Galvalume Coated Steel or Equal Panel Price - 24 Ga, 18" - 19" Wide Panels SF 14.02.07 THICKNESS OPTION: Bare Galvalume Coated Steel or Equal Panel Price - 22 Ga, 18" - 19" Wide Panels SF 14.02.08 PANEL WIDTH OPTION: Add for 12" - 13" Panel Width - Galvalume Coated Steel or Equal SF 14.02.09 PANEL WIDTH OPTION: Add for 16" - 17" Panel Width - Galvalume Coated Steel or Equal SF 14.02.10 PANEL WIDTH OPTION: Add for 24" - 25" Panel Width - Galvalume Coated Steel or Equal SF 14.02.11 COLOR OPTION: Add for Standard Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 14.02.12 COLOR OPTION: Add for Designer Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 14.02.13 COLOR OPTION: Add for Premium or Custom Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 14.02.14 THICKNESS OPTION: Stainless Steel Panel Price - 24 Ga , 18" - 19" Wide Panels SF 14.02.15 THICKNESS OPTION: Stainless Steel Panel Price - 22 Ga, 18" - 19" Wide Panels SF 14.02.16 PANEL WIDTH OPTION: Add for 12" - 13" Panel Width - Stainless Steel SF 14.02.17 PANEL WIDTH OPTION: Add for 16" - 17" Panel Width - Stainless Steel SF 14.02.18 PANEL WIDTH OPTION: Add for 24" - 25" Panel Width - Stainless Steel SF 14.02.19 THICKNESS OPTION: Copper Panel Price - 16 oz,18" - 19" Wide Panels SF 14.02.20 THICKNESS OPTION: Copper Panel Price - 20 Oz, 18" - 19" Wide Panels SF 14.02.21 PANEL WIDTH OPTION:Add for 12" - 13" Panel Width - Copper SF 14.02.22 PANEL WIDTH OPTION:Add for 16" - 17" Panel Width - Copper SF 14.02.23 PANEL WIDTH OPTION:Add for 24" - 25" Panel Width - Copper SF 14.02.24 THICKNESS OPTION: Zinc Panel Price - 0.032", 18" - 19" Wide Panels SF 14.02.25 THICKNESS OPTION: Zinc Panel Price - 0.040", 18" - 19" Wide Panels SF 14.02.26 PANEL WIDTH OPTION:Add for 12" - 13" Panel Width - Zinc SF 14.02.27 PANEL WIDTH OPTION:Add for 16" - 17" Panel Width - Zinc SF 14.02.28 PANEL WIDTH OPTION:Add for 24" - 25" Panel Width - Zinc SF 14.02.29 PANEL INSTALLATION OPTION: Architectural Application - Installed Over a Deck At or Above 3:12 Slope SF 14.02.30 PANEL INSTALLATION OPTION: Architectural Application - Installed Over a Deck Below 3:12 Slope SF 14.02.31 PANEL INSTALLATION OPTION: Structural Application - Installed Over Open Framing At or Above 3:12 Slope SF ROOF CONFIGURATION Architectural or Structural Standing Seam Roof System; Seam Height At or Above 2" Page 97 - Attachment C 14.02.32 PANEL INSTALLATION OPTION: Structural Application - Installed Over Open Framing Below 3:12 Slope SF 14.02.33 PANEL INSTALLATION OPTION: Structural Application - At or Above 3:12 Slope - Installed Over Retrofit Framing System SF 14.02.34 PANEL INSTALLATION OPTION: Structural Application - Installed Over Retrofit Framing System Below 3:12 Slope SF 14.02.35 PANEL INSTALLATION OPTION: Structural Application - Installed Over Existing Roof Using Steel Furring At or Above 3:12 Slope SF 14.02.36 PANEL INSTALLATION OPTION: Structural Application - Installed Over Existing Roof Using Steel Furring Below 3:12 Slope SF 14.02.37 PANEL FABRICATION OPTION: On-Site Roll Forming - To achieve panel lengths in excess of shipping or transportation limitations SF 14.02.38 PANEL FABRICATION OPTION: Curving Panels - Curving panels to meet architectural requirements SF 14.02.39 PANEL FABRICATION OPTION: Tapering Panels - Tapering panels to meet architectural requirements SF 14.02.40 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 13.00 Must includes coverage for roof uplift pressures up to 90 MPH SF 14.02.41 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 14.02.42 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF 14.02.43 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 14.03 14.03.01 THICKNESS OPTION: Bare Aluminum Panel Price - 0.032" Aluminum, 18" Wide Panels SF 14.03.02 THICKNESS OPTION: Add for Bare Aluminum 0.040" Aluminum , 18" Wide Panels SF 14.03.03 PANEL WIDTH OPTION:Add for 12" Panel Width - Aluminum SF 14.03.04 PANEL WIDTH OPTION:Add for 16" Panel Width - Aluminum SF 14.03.05 THICKNESS OPTION: Bare Galvalume Coated Steel or Equal Panel Price - 24 Ga, 18" Wide Panels SF 14.03.06 THICKNESS OPTION: Bare Galvalume Coated Steel or Equal Panel Price - 22 Ga, 18" Wide Panels SF 14.03.07 PANEL WIDTH OPTION: Add for 12" Panel Width - Galvalume Coated Steel or Equal SF 14.03.08 PANEL WIDTH OPTION: Add for 16" Panel Width - Galvalume Coated Steel or Equal SF 14.03.09 COLOR OPTION: Add for Standard Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 14.03.10 COLOR OPTION: Add for Designer Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 14.03.11 COLOR OPTION: Add for Premium or Custom Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 14.03.12 THICKNESS OPTION: Stainless Steel Panel Price - 24 Ga , 18" Wide Panels SF 14.03.13 THICKNESS OPTION: Stainless Steel Panel Price - 22 Ga, 18" Wide Panels SF 14.03.14 PANEL WIDTH OPTION:Add for 12" Panel Width - Stainless Steel SF 14.03.15 PANEL WIDTH OPTION:Add for 16" Panel Width - Stainless Steel SF 14.03.16 THICKNESS OPTION: Copper Panel Price - 16 oz,18" Wide Panels SF 14.03.17 THICKNESS OPTION: Copper Panel Price - 20 Oz, 18" Wide Panels SF 14.03.18 PANEL WIDTH OPTION:Add for 12" Panel Width - Copper SF 14.03.19 PANEL WIDTH OPTION:Add for 16" Panel Width - Copper SF 14.03.20 THICKNESS OPTION: Zinc Panel Price - 0.032", 18" Wide Panels SF ROOF CONFIGURATION Architectural or Structural Standing Seam Roof System; Seam Height At or Above 1" Below 2"; Aluminum Panels Page 98 - Attachment C 14.03.21 THICKNESS OPTION: Zinc Panel Price - 0.040", 18" Wide Panels SF 14.03.22 PANEL WIDTH OPTION:Add for 12" Panel Width - Zinc SF 14.03.23 PANEL WIDTH OPTION:Add for 16" Panel Width - Zinc SF 14.03.24 PANEL INSTALLATION OPTION: Architectural Application - Installed Over Substrate At or Above 3:12 Slope SF 14.03.25 PANEL INSTALLATION OPTION: Architectural Application - Installed Over Substrate Below 3:12 Slope SF 14.03.26 PANEL INSTALLATION OPTION: Structural Application - Installed Over Open Framing At or Above 3/12 Slope SF 14.03.27 PANEL INSTALLATION OPTION: Structural Application - Installed Over Retrofit Framing System At or Above 3:12 Slope SF 14.03.28 PANEL INSTALLATION OPTION: Structural Application - Installed Over Existing Roof Using Steel Furring At or Above 3:12 Slope SF 14.03.30 WARRANTY CHARGE: Cost to Provide 20 Year - Labor & Material Warranty with No Dollar Limitations as a Standard Warranty for All Applications in this Section 14.03 Must includes coverage for roof uplift pressures up to 90 MPH SF 14.03.31 WARRANTY UPCHARGE: Add to provide coverage for a 25 Year Labor & Material Warranty with No Dollar Limitations SF 14.03.32 WARRANTY UPCHARGE: Add to provide coverage for a 30 Year Labor & Material Warranty with No Dollar Limitations SF 14.03.33 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 14.04 14.04.01 THICKNESS OPTION: Bare Aluminum Panel Price - 0.032" Aluminum, 14.5" Wide Panels SF 14.04.02 THICKNESS OPTION: Add for Bare Aluminum 0.040" Aluminum, 14.5" Wide Panels SF 14.04.03 THICKNESS OPTION: Bare Galvalume Coated Steel or Equal Panel Price - 24 Ga, 14.5" Wide Panels SF 14.04.04 THICKNESS OPTION: Bare Galvalume Coated Steel or Equal Panel Price - 22 Ga, 14.5" Wide Panels SF 14.04.05 COLOR OPTION: Add for Standard Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 14.04.06 COLOR OPTION: Add for Designer Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 14.04.07 COLOR OPTION: Add for Premium or Custom Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 14.04.08 THICKNESS OPTION: Stainless Steel Panel Price - 24 Ga, 14.5" Wide Panels SF 14.04.09 THICKNESS OPTION: Stainless Steel Panel Price - 22 Ga, 14.5" Wide Panels SF 14.04.10 THICKNESS OPTION: Copper Panel Price - 16 Oz., 14.5" Wide Panels SF 14.04.11 THICKNESS OPTION: Copper Panel Price - 20 Oz., 14.5" Wide Panels SF 14.04.12 THICKNESS OPTION: Zinc Panel Price - 0.032" , 14.5" Wide Panels SF 14.04.13 THICKNESS OPTION: Zinc Panel Price - 0.040", 14.5" Wide Panels SF 14.04.14 PANEL INSTALLATION OPTION: Architectural Application - Installed Over Substrate At or Above 3:12 Slope SF 14.04.15 PANEL INSTALLATION OPTION: Architectural Application - Installed Over Substrate Below 3:12 Slope SF ROOF CONFIGURATION Architectural Standing Seam Roof System; Seam Height Below 1" Page 99 - Attachment C 14.04.16 WARRANTY CHARGE: Cost to Provide 15 Year - Material Warranty Limited to the Dollar Amount of the Material Original Purchase as a Standard Warranty for All Applications in this Section 14.04 Must includes coverage for roof uplift pressures up to 90 MPH SF 14.05 ROOF CONFIGURATION Flat Seam Metal Roof System - 8' Wide / 30 Gauge 14.05.01 INSULATION OPTION: 3/4" of Expanded Polystyrene (Minimum 1.5 lbs./cft) - Includes Panel and Installation of Roof System SF 14.05.02 INSULATION OPTION: Mechanically Fastened Polyisocyanurate with an Average R-Value of 20 - Includes Panel and Installation of Roof System SF 14.05.03 UNDERLAYMENT OPTION: Add Install 40 mil self-adhesive membrane as an Underlayment SF 14.05.04 PANEL WIDTH OPTION:Add/Deduct for 6' Wide Option SF 14.05.05 PANEL WIDTH OPTION:Add/Deduct for 10' Wide Option SF 14.05.06 PANEL WIDTH OPTION:Add/Deduct for 12' Wide Option SF 14.05.07 WARRANTY CHARGES: Cost to Provide 15 Year - Material Warranty Limited to the Dollar Amount of the Material Original Purchase as a Standard Warranty for All Applications in this Section 14.05 Must includes coverage for roof uplift pressures up to 90 MPH SF 15.00 RESTORATIONS - RECOATING OF EXISTING ROOF SYSTEMS 15.01 SF 15.02 LF 15.03 SF 15.04 SF 15.05 SF 15.06 SF 15.07 SF 15.08 SF 15.09 SF 15.10 SF RESTORATION OF METAL ROOF SYSTEM WITH SYNTHETIC RUBBER COLD-APPLIED COATING Prepare Metal Roof Surface by Scraping, Sanding, Wire Brush or Blasting (USE SEPRATE LINE ITEM FOR BLASTING OR WIRE BRUSHING); Clean with TSP or Simple Green; Use Portable Blowers to Clear Roof of Moisture; Apply seam sealer to seams (1 Gallon per 14 left) Base Coat / Top Coat with Synthetic Rubberized Restorative Coating (1.5 Gallons per Sq.) According to Manufacturer's Specifications RESTORATION OF A METAL ROOF SYSTEM WITH SINGLE-COMPONENT URETHANE Prepare Metal Roof Surface by Scraping, Sanding, Wire Brush or Blasting (USE SEPARATE LINE ITEM FOR BLASTING OR WIRE BRUSHING); Clean with TSP or Simple Green, Apply Primer with Rust Inhibiting and Chemical Corrosion Resistance at a Rate of 1/4 Gallon per Square; Wait at least 3 Hours for Primer to Dry; Strip in Seams, Around Penetrations and Fasteners with a Single-Component, Aliphatic Urethane at a Rate of 2 Gallons per Square / Reinforcement / 1 Gallon per Square (3 Gallons per Square on All Stripped in Areas) USE SEPARATE LINE ITEM; Wait 24-48 Hours; Apply Single-Component, Aliphatic Urethane as a Base Coat at a Rate of 1.5 Gallons per Square and Top Coat at a Rate of 1.0 Gallon per Square Over the Entire Roof According to Manufacturer's Specifications. RESTORATION OF A METAL ROOF SYSTEM WITH TWO-COMPONENT, LOW-ODER URETHANE Prepare Metal Roof Surface by Scraping, Sanding, Wire Brush or Blasting (USE SEPARATE LINE ITEM FOR BLASTING OR WIRE BRUSHING); Clean with TSP or Simple Green, Apply Primer with Rust Inhibiting and Chemical Corrosion Resistance at a Rate of 1/4 Gallon per Square; Wait at least 3 Hours for Primer to Dry; Strip in Seams, Around Penetrations and Fasteners with a Two-Component, Low-Oder Urethane at a Rate of 2 Gallons per Square / Reinforcement / 1 Gallon per Square (3 Gallons per Square on All Stripped-In Areas) USE SEPARATE LINE ITEM; Wait 24-48 Hours; Apply Two-Component, Low-Oder Urethane as a Base Coat at a Rate of 1.5 Gallons per Square and Top Coat at a Rate of 1.0 Gallon per Square Over the Entire Roof According to Manufacturer's Specifications. COAT ROOF WITH HIGH PERFORMANCE FLUORPOLYMER PAINT SYSTEM FOR METAL ROOFS Prepare Metal Roof Surface by Scraping, Sanding, Wire Brushing or Blasting (USE SEPARATE LINE ITEM FOR BLASTING & WIRE BRUSHING); Clean with TSP or Simple Green, Prime at a Rate of (Primer 1/4" Gallon per Square); Wait; Install Base Coat and Top Coat at a Rate of 1/4 Gallon per Sq. per Coat According to Manufacturer's Specifications RESTORATION OF A SINGLE-PLY WITH SINGLE-COMPONENT URETHANE & STRIPPED SEAMS Prepare Roof Surface by Cleaning with TSP or Simple Green, Use Portable Blowers to Clear the Roof Surface of Moisture; Strip in Seams by Applying a Single-Component, Aliphatic Urethane 2 Gallons per Square USE SEPARATE LINE ITEM, Wait 24-48 Hours, Apply Single-Component, Aliphatic Urethane as a Base Coat at a Rate of 1.5 Gallons per Square and Top Coat at a Rate of 1.0 Gallon per Square Over the Entire Roof According to Manufacturer's Specifications. PREPARE METAL ROOF FOR RESTORATION BY WIRE BRUSHING ROOF SURFACE Wire Brush Metal Roof Surface to Remove Loose Paint, Rust or Expose Bare Metal PREPARE METAL ROOF FOR RESTORATION BY WIRE BRUSHING METAL ROOF SEAMS Wire Brush Metal Roof Seams to Remove Loose Paint, Rust or Expose Bare Metal PREPARE METAL ROOF FOR RESTORATION BY SANDBLASTING METAL ROOF Sand-Blast Metal Roof Surface and Seams to Remove Loose Paint, Rust or Expose Bare Metal RESATURATION OF ASPHALT ROOF SURFACE WITH ASPHALT COATING SYSTEM Wet Vac Roof to Remove Aggregate, Apply Cold Applied Modified Asphalt Flood Coat & New Aggregate - Coating Applied at 6-8 Gallons per Sq. w/ New Gravel According to Manufacturer's Specifications (New Flashings also Required Separate Line Item) RESATURATION OF ASPHALT OR COAL TAR PITCH BURs WITH COAL-TAR PITCH COATING SYSTEM Wet Vac Roof to Remove Aggregate, Apply Cold Applied Modified Coal Tar Flood Coat & New Aggregate as Specified Applied at 6-8 Gallons per Sq. w/ New Gravel According to Manufacturer's Specifications (New Flashings also Required Refer to Flashing Line Item) Page 100 - Attachment C 15.11 SF 15.12 SF 15.13 SF 15.14 SF 15.15 SF 15.16 SF 15.17 SF 15.18 SF 15.19 SF 15.20 SF 15.21 SF 15.22 SF RESTORATION OF A MINERAL-SURFACED BURs/MODIFIED BURS ROOF SYSTEMS WITH TWO-COMPONENT, LOW-ODOR URETHANE & REINFORCED SEAMS Prepare Roof Surface by Cleaning with TSP or Simple Green, Use Portable Blowers to Clear the Roof Surface of Moisture; Reinforce Seams by Applying a Two-Component, Low-Oder Urethane 2.0 Gallons per Square / Reinforcement / 1.0 Gallon per Square (3 Gallons per Square on Seams) USE SEPARATE LINE ITEM, Wait 24-48 Hours, Apply Two- Component, Low-Oder Urethane as a Base Coat at a Rate of 2.0 Gallons per Square and a Top Coat at a Rate of 2.0 Gallons per Square Over the Entire Roof According to Manufacturer's Specifications. RESTORATION OF A MINERAL-SURFACE BUR/MODIFIED BUR SYSTEMS WITH FULLY-REINFORCED, TWO- COMPONENT, LOW-ODER URETHANE Prepare Roof Surface by Cleaning with TSP or Simple Green, Use Portable Blowers to Clear the Roof Surface of Moisture; Reinforce Entire Roof Surface by Applying a Two-Component, Low-Oder Urethane 2 Gallons per Square / Reinforcement / 1.5 Gallon per Square (3.5 Gallons per Square Total Prior to Top Coat), Wait 24-48 Hours, Apply Two- Component, Low-Oder Urethane as a Top Coat at a Rate of 2 Gallons per Square Over the Entire Roof According to Manufacturer's Specifications. RESATURATION OF SMOOTH-SURFACED ASPHALT ROOF WITH FULLY REINFORCED FIBERED ASPHALT COATING SYSTEM Infrared roof scan roof system and replace all wet insulation (USE SEPARATE LINE ITEMS); Prime the roof surface at rate of 1/2 - 3/4 Gallons per Square; Apply heavy-bodied, fiber reinforced asphalt roof coating and embed firm polyester reinforcement at a rate of 3.0 Gallons per Square / Polyester /3.5 Gallons per Square. RESATURATION OF SMOOTH-SURFACED ASPHALT ROOF WITH FULLY REINFORCED FIBERED ASPHALT COATING SYSTEM Infrared roof scan roof system and replace all wet insulation (USE SEPARATE LINE ITEMS); Prime the roof surface at rate of 1/2 - 3/4 Gallons per Square; Apply heavy-bodied, fiber reinforced asphalt roof coating and embed soft polyester reinforcement at a rate of 1.2 Gallons per Square / Polyester /1.4 Gallons per Square. RESATURATION OF MINERAL-SURFACED ASPHALT ROOF WITH FULLY REINFORCED FIBERED ASPHALT COATING SYSTEM Infrared roof scan roof system and replace all wet insulation (USE SEPARATE LINE ITEMS); Prime the roof surface at rate of 1/2 - 3/4 Gallons per Square; Apply heavy-bodied, fiber reinforced asphalt roof coating and embed firm polyester reinforcement at a rate of 3.5 Gallons per Square / Polyester / 3.5 Gallons per Square. RESTORATION OF A SINGLE-PLY ROOF OR SMOOTH-SURFACE BUR/MODIFIED BUR SYSTEMS WITH FULLY- REINFORCED, SINGLE-COMPONENT URETHANE Prepare Roof Surface by Cleaning with TSP or Simple Green, Use Portable Blowers to Clear the Roof Surface of Moisture; Reinforce Entire Roof Surface by Applying a Single-Component, Aliphatic Urethane 2 Gallons per Square / Reinforcement / 1 Gallon per Square (3.0 Gallons per Square Total Prior to Top Coat), Wait 24-48 Hours, Apply Single- Component, Aliphatic Urethane as a Top Coat at a Rate of 2 Gallons per Square Over the Entire Roof According to Manufacturer's Specifications. RESTORATION OF A MINERAL-SURFACED BURs/MODIFIED BURS ROOF SYSTEMS WITH SINGLE-COMPONENT URETHANE & REINFORCED SEAMS Prepare Roof Surface by Cleaning with TSP or Simple Green, Use Portable Blowers to Clear the Roof Surface of Moisture; Reinforce Seams by Applying a Single-Component, Aliphatic Urethane 2 Gallons per Square / Reinforcement / 1 Gallon per Square (3 Gallons per Square on Seams) USE SEPARATE LINE ITEM, Wait 24-48 Hours, Apply Single- Component, Aliphatic Urethane as a Base Coat at a Rate of 2.0 Gallons per Square and Top Coat at a Rate of 2.0 Gallons per Square Over the Entire Roof According to Manufacturer's Specifications. RESTORATION OF A MINERAL-SURFACE BUR/MODIFIED BUR SYSTEMS WITH FULLY-REINFORCED, SINGLE- COMPONENT URETHANE Prepare Roof Surface by Cleaning with TSP or Simple Green, Use Portable Blowers to Clear the Roof Surface of Moisture; Reinforce Entire Roof Surface by Applying a Single-Component, Aliphatic Urethane 2 Gallons per Square / Reinforcement / 1.5 Gallon per Square (3.5 Gallons per Square Total Prior to Top Coat), Wait 24-48 Hours, Apply Single- Component, Aliphatic Urethane as a Top Coat at a Rate of 2 Gallons per Square Over the Entire Roof According to Manufacturer's Specifications. RESTORATION OF A SINGLE-PLY WITH TWO-COMPONENT, LOW-ODER URETHANE & STRIPPED SEAMS Prepare Roof Surface by Cleaning with TSP or Simple Green, Use Portable Blowers to Clear the Roof Surface of Moisture; Strip in Seams by Applying a Two-Component, Low-Oder Urethane 2 Gallons per Square USE SEPARATE LINE ITEM, Wait 24-48 Hours, Apply Two-Component, Low-Oder Urethane as a Base Coat at a Rate of 1.5 Gallons per Square and a Top Coat at a Rate of 1.0 Gallon per Square Over the Entire Roof According to Manufacturer's Specifications. RESTORATION OF SMOOTH-SURFACED BURs/MODIFIED BURS ROOF SYSTEMS WITH TWO-COMPONENT, LOW-ODER URETHANE & REINFORCED SEAMS Prepare Roof Surface by Cleaning with TSP or Simple Green, Use Portable Blowers to Clear the Roof Surface of Moisture; Reinforce Seams by Applying a Two-Component, Low-Oder Urethane 2 Gallons per Square / Reinforcement / 1 Gallon per Square (3 Gallons per Square on Seams) USE SEPARATE LINE ITEM, Wait 24-48 Hours, Apply Two- Component, Low-Oder Urethane as a Base Coat at a Rate of 2 Gallons per Square and a Top Coat at a Rate of 1.5 Gallons per Square Over the Entire Roof According to Manufacturer's Specifications. RESTORATION OF A SINGLE-PLY ROOF OR SMOOTH-SURFACE BUR/MODIFIED BUR SYSTEMS WITH FULLY- REINFORCED, TWO-COMPONENT, LOW-ODER URETHANE Prepare Roof Surface by Cleaning with TSP or Simple Green, Use Portable Blowers to Clear the Roof Surface of Moisture; Reinforce Entire Roof Surface by Applying a Two-Component, Low-Oder Urethane 2 Gallons per Square / Reinforcement / 1 Gallon per Square (3 Gallons per Square Total Prior to Top Coat), Wait 24-48 Hours, Apply Two- Component, Low-Oder Urethane as a Top Coat at a Rate of 2 Gallons per Square Over the Entire Roof According to Manufacturer's Specifications. RESTORATION OF SMOOTH-SURFACED BURs/MODIFIED BURS ROOF SYSTEMS WITH SINGLE-COMPONENT URETHANE & REINFORCED SEAMS Prepare Roof Surface by Cleaning with TSP or Simple Green, Use Portable Blowers to Clear the Roof Surface of Moisture; Reinforce Seams by Applying a Single-Component, Aliphatic Urethane 2 Gallons per Square / Reinforcement / 1 Gallon per Square (3 Gallons per Square on Seams) USE SEPARATE LINE ITEM, Wait 24-48 Hours, Apply Single- Component, Aliphatic Urethane as a Base Coat at a Rate of 2 Gallons per Square and a Top Coat of 1.5 Gallons per Square Over the Entire Roof According to Manufacturer's Specifications. Page 101 - Attachment C 15.23 SF 15.24 SF 15.25 SF 15.26 SF 15.27 SF 15.28 SF 15.29 SF 15.30 LF 15.31 LF 15.32 LF 15.33 LF 16.00 INSTALLATION OF SHAKE, TILE, OR SHINGLE ROOF SYSTEMS 16.01 SF 16.02 SF 16.03 SF 16.04 SF 16.05 SF 16.06 SF 16.07 SF 17.00 FULLY ADHERED SINGLE-PLY ROOF SYSTEMS 17.01 METAL DECK - SINGLE-PLY APPLICATION 17.01.01 INSULATION OPTION: Mechanically Fasten Polyisocyanurate / Adhere 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) with Insulation Adhesive to Provide an Average R-Value of 20 SF 17.02 WOOD/TECTUM DECK - SINGLE-PLY APPLICATION INSTALL NEW DIMENSIONAL SHINGLE ROOF SYSTEM - New Dimensional Shingle Roof System with Base Sheet as an Underlayment; Install Self-Adhering Underlayment on All Eaves, Peaks & Valleys INSTALL NEW CEDAR SHAKE ROOF SYSTEM - New Cedar Shake Roof System with Base Sheet as an Underlayment; Install Self-Adhering Underlayment on All Eaves, Peaks & Valleys INSTALL NEW BARREL CLAY/CEMENT TILE ROOF SYSTEM - New Barrel Clay/Cement Tile Roof System with Base Sheet as an Underlayment; Install Self-Adhering Underlayment on All Eaves, Peaks & Valleys INSTALL SLATE TILE ROOF SYSTEM - New Slate Tile Roof System with Base Sheet as an Underlayment; Install Self-Adhering Underlayment on All Eaves, Peaks & Valleys ADD/DEDIUCT TO INSTALL SELF-ADHERING UNDERLAYMENT OVER ENTIRE ROOF - Install Self-Adhering Underlayment on Entire Roof Deck REINFORCING SEAMS WITH SINGLE-COMPONENT URETHANE Reinforce Seams by Applying a Single-Component, Aliphatic Urethane 2 Gallons per Square / Reinforcement / 1 Gallons per Square (3 Gallons per Square on Seams) REINFORCING SEAMS WITH TWO-COMPONENT, LOW-ODER URETHANE Reinforce Seams by Applying a Two-Component, Low-Oder Urethane 2 Gallons per Square / Reinforcement / 1 Gallons per Square (3 Gallons per Square on Seams) STRIPPING IN SEAMS WITH SINGLE-COMPONENT URETHANE Strip in Seams by Applying a Single-Component, Aliphatic Urethane 2 Gallons per Square STRIPPING IN SEAMS WITH TWO-COMPONENT, LOW-ODER URETHANE Strip in Seams by Applying a Two-Component, Low Odor Urethane 2 Gallons per Square INSTALL NEW THREE-TAB SHINGLE ROOF SYSTEM - New Three-Tab Shingles with Base Sheet as an Underlayment; Install Self-Adhering Underlayment on All Eaves, Peaks & Valleys REPLACING ARCHITECTURAL SHINGLE ROOF SYSTEM - New Dimensional Shingle Roof System with Base Sheet as an Underlayment, Install Self-Adhering Underlayment on All Eaves, Peaks & Valleys COAT EXISTING ROOF SURFACE WITH FIBRATED ALUMINUM ROOF COATING Prepare Roof Surface by Sweeping Off All Dirt, Dust and Debris; If Existing Roof Surface is Weathered, Prime the Roof Surface at a Rate of 1 Gallon per Square; If Repairs to Any Cracks, Splits or Surface Irregularities Exist, Repair with a 3 Course Application of Mastic / Mesh / Mastic (USE SEPARATE LINE ITEM); Apply Fibrated Aluminum Roof Coating at a Rate of 2 Gallons per Square. RESTORATION OF SMOOTH-SURFACED OR MINERAL-SURFACED ASPHALT-BASED ROOF WITH FULLY- REINFORCED GLASS FIBERED ASPHALT EMULSION Prepare Roof Surface to be Clean & Free of Dust; Repair All Splits Tears of Blisters with a Three Course Application of Mastic / Mesh / Mastic (USE SEPARATE LINE ITEM); Prime the Roof Surface at a Rate of 1/2 Gallon per Square. Embed Polyester into the Asphalt Emulsion in a 2 Coat Application at a Rate of 3 Gallons per Square / Polyester / 3 Gallons per Square RESTORATION OF SMOOTH-SURFACED OR MINERAL-SURFACED ASPHALT-BASED ROOF WITH GLASS FIBERED ASPHALT EMULSION Prepare Roof Surface to be Clean & Free of Dust; Repair All Splits Tears of Blisters with a Three Course Application of Mastic / Mesh / Mastic (USE SEPARATE LINE ITEM); Prime the Roof Surface at a Rate of 1/2 Gallon per Square. Apply Asphalt Emulsion in a 2 Coat Application at a Rate of 2.5 Gallons per Square per Coat. RESTORATION OF SINGLE-PLY, SMOOTH-SURFACED OR MINERAL-SURFACED ASPHALT-BASED ROOF WITH SILICONE COATING Prepare Roof Surface to be Clean & Free of Dust; Apply Silicone Coating System in a Single Coat Application at a Rate of 2.5 Gallons per Square RESTORATION OF GRAVEL-SURFACED ASPHALT-BASED ROOF WITH SILICONE COATING Wet Vac or Spud Any Loose Gravel Off of Roof Surface & Dispose; Sweep Roof Surface to be Clean and Free of Dust; Apply Primer as a Bleed-Blocker at a Rate of 1/2 Gallon per Square; Apply Self-Leveling Silicone at a Rate of 6 Gallons per Square; Apply Silicone Coating System in a Single Coat Application at a Rate of 2.5 Gallons per Square. ELASTOMERIC ASPHALT-BASED LIQUID APPLIED MEMBRANE SYSTEM FOR SMOOTH OR MINERAL SURFACED ROOFS Clean and Prime then Install Base Coat / Top Coat as Specified with Reinforced Seams - Restoration Coating Fully Reinforced System w/ Reflective Top Coat (3 Gallons per Sq. of Restoration Coating - Reinforcement - Additional 3 Gallons per Sq. of Restoration Coating; Allow 30 Day Cure and Install Reflective Coating at 1 Gallon per Sq. (New Flashings also Required Refer to Flashing Line Item) RESATURATION OF MINERAL-SURFACED ASPHALT ROOF WITH FULLY REINFORCED FIBERED ASPHALT COATING SYSTEM Infrared Roof Scan Roof System And Replace All Wet Insulation (Use Separate Line Items); Prime The Roof Surface At Rate Of 1/2 - 3/4 Gallons Per Square; Apply Heavy-Bodied, Fiber Reinforced Asphalt Roof Coating And Embed Soft Polyester Reinforcement At A Rate Of 1.4 Gallons Per Square / Polyester /1.4 Gallons Per Square. Page 102 - Attachment C 17.02.01 INSULATION OPTION: WOOD DECK: Mechanically Fasten Polyisocyanurate / Adhere Treated 1/2" Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) with Insulation Adhesive to Provide an Average R-Value of 20 SF 17.02.02 INSULATION OPTION: TECTUM DECK: Mechanically Attach Base Sheet & Adhere Polyisocyanurate in Insulation Adhesive / Adhere 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) in Insulation Adhesive to Provide an Average R-Value of 20 SF 17.02.03 INSULATION OPTION: Without Insulation - Must Include Rosin & Mechanically Fasten Glass Base Sheet SF 17.03 LIGHTWEIGHT CONCRETE/GYPSUM DECK - SINGLE-PLY APPLICATION 17.03.01 INSULATION OPTION: Adhere Polyisocyanurate in Insulation Adhesive / Adhere 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) in Insulation Adhesive to Provide an Average R-Value of 20 SF 17.03.02 INSULATION OPTION: Without Insulation - Must Include Rosin & Mechanically Fasten Glass Base Sheet SF 17.04 CONCRETE DECK - SINGLE-PLY APPLICATION 17.04.01 INSULATION OPTION: Adhere Polyisocyanurate in Insulation Adhesive / Adhere 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) in Insulation Adhesive to Provide an Average R-Value of 20 SF 17.04.02 INSULATION OPTION: Minimal Insulation - Must Adhere 1/2" Treated Gypsum Insulation Board with Glass-Mat (e.g. DensDeck / Securock / Equal) in Insulation Adhesive to Provide an Average R-Value of 20 SF 17.05 17.05.01 SINGLE-PLY ROOF TYPE: ASTM D 4637 - Ethylene Propylene Diene Terpolymer (EPDM) - 45 Mil Thickness SF 17.05.02 SINGLE-PLY ROOF TYPE: ASTM D 4637 - Ethylene Propylene Diene Terpolymer (EPDM) - 60 Mil Thickness SF 17.05.03 SINGLE-PLY ROOF TYPE: ASTM D 4637 - Ethylene Propylene Diene Terpolymer (EPDM) - 90 Mil Thickness SF 17.05.04 SINGLE-PLY ROOF TYPE: ASTM D 6878 - Thermoplastic Polyolefin (TPO) - 45 Mil Thickness SF 17.05.05 SINGLE-PLY ROOF TYPE: ASTM D 6878 - Thermoplastic Polyolefin (TPO) - 60 Mil Thickness SF 17.05.06 SINGLE-PLY ROOF TYPE: ASTM D 6878 - Thermoplastic Polyolefin (TPO) - 90 Mil Thickness SF 17.05.07 SINGLE-PLY ROOF TYPE: ASTM D 4434 - Poly Vinyl Chloride (PVC) - 45 Mil Thickness SF 17.05.08 SINGLE-PLY ROOF TYPE: ASTM D 4434 - Poly Vinyl Chloride (PVC) - 60 Mil Thickness SF 17.05.09 SINGLE-PLY ROOF TYPE: ASTM D 4434 - Poly Vinyl Chloride (PVC) - 90 Mil Thickness SF 17.05.10 SINGLE-PLY ROOF TYPE: ASTM D 6754 - Ketone Ethylene Ester (KEE) - 45 Mil Thickness SF 17.05.11 SINGLE-PLY ROOF TYPE: ASTM D 6754 - Ketone Ethylene Ester (KEE) - 60 Mil Thickness SF 17.05.12 SINGLE-PLY ROOF TYPE: ASTM D 6754 - Ketone Ethylene Ester (KEE) - 80 Mil Thickness SF 17.05.13 INSTALLATION OPTION: Add / Deduct for Mechanically Attaching Single-Ply Roof System Vs. Fully Adhering SF 17.05.15 WARRANTY CHARGES: Cost to Provide 15 Year - Material Warranty Limited to the Dollar Amount of the Material Original Purchase as a Standard Warranty for All Applications in this Section 17.05 Must includes coverage for roof uplift pressures up to 90 MPH SF 17.05.16 WARRANTY UPCHARGE: Add to provide coverage for a 15 Year Labor & Material Warranty with No Dollar Limitations SF ROOF CONFIGURATION: Fully Adhered Single-Ply Roof System Installed Over Prepared Surface or Insulation Page 103 - Attachment C 17.05.17 WARRANTY UPCHARGE: Add to provide coverage for a 20 Year Labor & Material Warranty with No Dollar Limitations SF 17.05.18 WARRANTY UPCHARGE: Add to provide coverage for roof uplift pressures up to 120 MPH SF 18.00 FLUID APPLIED WATERPROOFING MEMBRANE SYSTEMS WITH POLYURETHANE RESIN COATINGS 18.01 18.01.01 FLUID APPLIED MEMBRANE SYSTEM:Two Coat System SF 18.01.02 FLUID APPLIED MEMBRANE SYSTEM:Three Coat System SF 18.01.03 FLUID APPLIED MEMBRANE SYSTEM:Three Coat Reinforced System SF 18.01.04 FLUID APPLIED MEMBRANE SYSTEM:Four Coat Reinforced System SF 18.01.05 WARRANTY CHARGES: 5 Year Waterproofing Material Warranty Limited to the Dollar Amount of the Material Original Purchase as a Standard Warranty for All Applications in this Section 18.01 SF 18.01.06 WARRANTY CHARGES: 10 Year Waterproofing Material Warranty Limited to the Dollar Amount of the Material Original Purchase as a Standard Warranty for All Applications in this Section 18.01 SF 18.02 POLYURETHANE COATINGS DIRECT TO WOOD SUBSTRATE 18.02.01 FLUID APPLIED MEMBRANE SYSTEM:Two Coat System SF 18.02.02 FLUID APPLIED MEMBRANE SYSTEM:Three Coat System SF 18.02.03 FLUID APPLIED MEMBRANE SYSTEM:Three Coat Reinforced System SF 18.02.04 FLUID APPLIED MEMBRANE SYSTEM:Four Coat Reinforced System SF 18.02.05 WARRANTY CHARGES: 5 Year Waterproofing Material Warranty Limited to the Dollar Amount of the Material Original Purchase as a Standard Warranty for All Applications in this Section 18.02 SF 18.02.06 WARRANTY CHARGES: 10 Year Waterproofing Material Warranty Limited to the Dollar Amount of the Material Original Purchase as a Standard Warranty for All Applications in this Section 18.02 SF 18.03 18.03.01 SF 18.03.02 SF 18.03.03 SF 18.03.04 SF 18.03.05 SF 18.03.06 SF 18.03.07 SF 18.03.08 SF 18.03.09 SF 18.03.10 SF 18.03.11 SF 18.03.12 SF 18.03.13 SF 18.03.14 SF 18.03.15 SF 18.04 18.04.01 LF STRUCTURAL EXPANSION JOINT Installation or replacement of an expansion joint that is necessary for structural integrity MILLING Mill an existing coating 1/8 inch to 1/4 inch PRESSURE WASHING - HORIZONTAL Pressure washing horizontal surfaces with 2000 PSI or greater PRESSURE WASHING - VERTICAL Pressure washing horizontal surfaces with 2000 PSI or greater SAND BLASTING Sand blast an existing coating SHOT BLASTING Shot blast an existing coating FLUID APPLIED WATERPROOFING MEMBRANE SYSTEM BASE ON POLYURETHANE RESINS - ANCILARY REPAIRS & SURFACE PREPARATION CONCRETE REPAIRS TO VERTICAL SURFACES - FULL DEPTH Removal and replacement of damaged concrete to exclude substrate repair / re-installation; includes reinforcement CONCRETE REPAIRS TO HORIZONTAL SURFACES: 2"-4" DEPTH Removal and replacement of damaged concrete to exclude substrate repair / re-installation CONCRETE REPAIRS TO HORIZONTAL SURFACES - 4"-6" DEPTH Removal and replacement of damaged concrete to exclude substrate repair / re-installation; includes reinforcement CONCRETE REPAIRS TO HORIZONTAL SURFACES - FULL DEPTH Removal and replacement of damaged concrete to exclude substrate repair / re-installation; includes reinforcement GRINDING Grind an existing coating HANDHELD GRINDING Grind an existing coating in areas that only can be done by hand POLYURETHANE COATINGS DIRECT TO PRIMED CONCRETE SUBSTRATE (INCLUDE PRIMER FOR CONCRETE SUBSTRATE) FLUID APPLIED WATERPROOFING MEMBRANE SYSTEM BASE ON POLYURETHANE RESINS - CONCRETE SURFACE REPAIRS & PREPARATION CONCRETE REPAIRS TO OVERHEAD SURFACES: 2"-4" DEPTH Removal and replacement of damaged concrete to exclude substrate repair / re-installation CONCRETE REPAIRS TO OVERHEAD SURFACES: FULL DEPTH Removal and replacement of damaged concrete to exclude substrate repair / re-installation CONCRETE REPAIRS TO VERTICAL SURFACES: 3"-5" DEPTH Removal and replacement of damaged concrete to exclude substrate repair / re-installation CONCRETE REPAIRS TO VERTICAL SURFACES - 5"-8" DEPTH Removal and replacement of damaged concrete to exclude substrate repair / re-installation; includes reinforcement Page 104 - Attachment C 18.04.02 LF 18.04.03 LF 18.04.04 LF 18.04.05 LF 18.04.06 SF 18.05 18.05.01 LF 18.05.02 LF 19.00 WALL COATINGS FOR COATING WALL SYSTEMS 19.01 SF 19.02 SF 19.03 SF 19.04 SF 20.00 NEW FLASHINGS FOR ROOFING SYSTEMS & RESTORATION OPTIONS 20.01 20.01.01 FLASHING OPTION: Separate Base & Top Ply: BASE PLY: SBS Modified Fiberglass Reinforced Base Flashing Ply w/ Tensile Strength of 100 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type II - 80 lbf/in tensile SF 20.01.02 FLASHING OPTION: BASE PLY: SBS Modified Fiberglass Reinforced Base Flashing Ply w/ Tensile Strength of 100 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - 220 lbf/in tensile SF 20.01.03 FLASHING OPTION: BASE PLY: SBS Modified Fiberglass Reinforced Base Flashing Ply w/ Tensile Strength of 100 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 310 lbf/in tensile SF 20.01.04 FLASHING OPTION: BASE PLY: SBS Modified Fiberglass Reinforced Base Flashing Ply w/ Tensile Strength of 100 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 500 lbf/in tensile SF 20.01.05 FLASHING OPTION: BASE PLY: SBS Modified Fiberglass Reinforced Base Flashing Ply w/ Tensile Strength of 100 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 600 lbf/in tensile SF 20.01.01 FLASHING OPTION: Separate Base & Top Ply: BASE PLY: SBS Modified Fiberglass Reinforced Base Flashing Ply w/ Tensile Strength of 200 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type II - 80 lbf/in tensile SF 20.01.02 FLASHING OPTION: BASE PLY: SBS Modified Fiberglass Reinforced Base Flashing Ply w/ Tensile Strength of 200 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - 220 lbf/in tensile SF ELASTOMERIC COATING FOR CONCRETE TILT WALL SYSTEM - Base Coat of Coating @ 1 Gallon per Sq. / Top Coat @ 1 Gallon per Sq. Applied as Specified ROOF FLASHINGS FOR MODIFIED & COAL TAR PITCH ROOF SYSTEMS: Minimum 1 Ply of Base Flashing and Mineral Cap Sheet Installed in Hot ASTM D 312 Type III or IV Asphalt FLUID APPLIED WATERPROOFING MEMBRANE SYSTEM BASE ON POLYURETHANE RESINS - ADDITIONAL OPTIONS FOR APPLICATION & SURFACING INSTALL REINFORCEMENT IN COATING SYSTEM Installation of reinforcement adjustment of coverage rates to accommodate reinforcement BROADCAST GRANULES TO PROVIDE SKID RESISTANCE Broadcast aggregate or granules to provide skid resistance in top coat ELASTOMERIC COATING FOR STUCCO WALL SYSTEM - Base Coat of Coating @ 1 Gallon per Sq. / Top Coat @ 1 Gallon per Sq. Applied as Specified ELASTOMERIC COATING FOR EFIS WALL SYSTEM - Base Coat of Coating @ 1 Gallon per Sq. / Top Coat @ 1 Gallon per Sq. Applied as Specified ELASTOMERIC COATING FOR CMU WALL SYSTEM - Base Coat of Coating @ 1 Gallon per Sq. / Top Coat @ 1 Gallon per Sq. Applied as Specified CAULKING JOINTS Installation of caulking in joints. See caulking chart ROUTING AND REMOVAL OF EXISTING CAULK Rout and remove of existing caulk out of expansion joints EPOXY INJECTION FOR CRACK REPAIR Route cracks, drill holes every 18" inches, and inject and seal with epoxy TAPE WOOD DECK JOINTS - INSTALLATION OF TAPE ON DECK JOINTS WOOD SUBSTRATE REPLACEMENT - REMOVAL AND REPLACEMENT Page 105 - Attachment C 20.01.03 FLASHING OPTION: BASE PLY: SBS Modified Fiberglass Reinforced Base Flashing Ply w/ Tensile Strength of 200 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 310 lbf/in tensile SF 20.01.04 FLASHING OPTION: BASE PLY: SBS Modified Fiberglass Reinforced Base Flashing Ply w/ Tensile Strength of 200 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 500 lbf/in tensile SF 20.01.05 FLASHING OPTION: BASE PLY: SBS Modified Fiberglass Reinforced Base Flashing Ply w/ Tensile Strength of 200 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 600 lbf/in tensile SF 20.01.06 FLASHING OPTION: BASE PLY: SBS Modified Polyester/Fiberglass Reinforced Base Flashing Ply - 300 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type II - 80 lbf/in tensile SF 20.01.07 FLASHING OPTION: BASE PLY: SBS Modified Polyester/Fiberglass Reinforced Base Flashing Ply - 300 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6163 SBS Fiberglass Reinforced Modified Bituminous Sheet Material Type III - 220 lbf/in tensile SF 20.01.08 FLASHING OPTION: BASE PLY: SBS Modified Polyester/Fiberglass Reinforced Base Flashing Ply - 300 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 310 lbf/in tensile SF 20.01.09 FLASHING OPTION: BASE PLY: SBS Modified Polyester/Fiberglass Reinforced Base Flashing Ply - 300 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 500 lbf/in tensile SF 20.01.10 FLASHING OPTION: BASE PLY: SBS Modified Polyester/Fiberglass Reinforced Base Flashing Ply - 300 lbf/in tensile (ASTM D 5147); TOP PLY: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 600 lbf/in tensile SF 20.01.11 SF 20.01.12 SF 20.02 Torch Applied Flashings - Minimum 1 Ply of Torch Base and Torch Mineral Cap Sheet; Torch Applied 20.02.01 FLASHING OPTION: BASE PLY: SBS Modified Polyester/Fiberglass Reinforced Base Torch Applied Flashing Ply - 80 lbf/inch tensile (ASTM D 5147); TOP PLY: ASTM D 6162 SBS Fiberglass/Polyester Reinforced Modified Bituminous Sheet Material Type III - 300 lbf/in Tensile Torch Applied Membrane SF 20.03 20.03.01 FLASHING OPTION: BASE PLY: SBS Polyester OR Fiberglass/Polyester OR Fiberglass Reinforced Self-Adhering Flashing Ply - 50 lbf/ tensile (ASTM D 5147); TOP PLY: ASTM D 6161 (Polyester) OR 6162 (Fiberglass/Polyester) OR 6163 (Fiberglass) Self-Adhering Reinforced Modified Bituminous Membrane Type III - 130 lbf/in tensile SF PER SQUARE FOOT COSTS - INSTALLING IN COLD PROCESS FLASHING ADHESIVE Substitute Hot Asphalt Application for Cold Process Flashing Adhesive Application PER SQUARE FOOT COSTS - INSTALLING IN COLD PROCESS FLASHING ADHESIVE Substitute Hot Asphalt Application for No VOCs, 100% Solids Cold Process Flashing Adhesive Application Self-Adhering Flashings - Minimum 1 Ply of Self-Adhering Base and Self-Adhering Mineral Cap Sheet; Self-Adhering Page 106 - Attachment C 20.04 20.04.01 ROOF MEMBRANE OPTION: ASTM D 4637 - Ethylene Propylene Diene Terpolymer (EPDM) - 45 Mil Thickness SF 20.04.02 ROOF MEMBRANE OPTION: ASTM D 4637 - Ethylene Propylene Diene Terpolymer (EPDM) - 60 Mil Thickness SF 20.04.03 ROOF MEMBRANE OPTION: ASTM D 4637 - Ethylene Propylene Diene Terpolymer (EPDM) - 90 Mil Thickness SF 20.04.04 ROOF MEMBRANE OPTION: ASTM D 6878 - Thermoplastic Polyolefin (TPO) - 45 Mil Thickness SF 20.04.05 ROOF MEMBRANE OPTION: ASTM D 6878 - Thermoplastic Polyolefin (TPO) - 60 Mil Thickness SF 20.04.06 ROOF MEMBRANE OPTION: ASTM D 6878 - Thermoplastic Polyolefin (TPO) - 90 Mil Thickness SF 20.04.07 ROOF MEMBRANE OPTION: ASTM D 4434 - Poly Vinyl Chloride (PVC) - 45 Mil Thickness SF 20.04.08 ROOF MEMBRANE OPTION: ASTM D 4434 - Poly Vinyl Chloride (PVC) - 60 Mil Thickness SF 20.04.09 ROOF MEMBRANE OPTION: ASTM D 4434 - Poly Vinyl Chloride (PVC) - 90 Mil Thickness SF 20.04.10 ROOF MEMBRANE OPTION: ASTM D 6754 - Ketone Ethylene Ester (KEE) - 45 Mil Thickness SF 20.04.11 ROOF MEMBRANE OPTION: ASTM D 6754 - Ketone Ethylene Ester (KEE) - 60 Mil Thickness SF 20.04.12 ROOF MEMBRANE OPTION: ASTM D 6754 - Ketone Ethylene Ester (KEE) - 80 Mil Thickness SF 21.00 METAL WALL PANEL SYSTEMS 21.01 WALL SYSTEM Exposed Fastener Wall Panel System 21.01.01 THICKNESS OPTION: Bare Aluminum Panel Price - 0.032" Aluminum, 36" Wide Panels SF 21.01.02 THICKNESS OPTION: Add for Bare Aluminum 0.040" Aluminum, 36" Wide Panels SF 21.01.03 PANEL WIDTH OPTION:Add for 32" Panel Width - Aluminum SF 21.01.04 THICKNESS OPTION: Bare Galvalume Coated Steel or Equal Panel Price - 24 Ga, 36" Wide Panels SF 21.01.05 THICKNESS OPTION: Bare Galvalume Coated Steel or Equal Panel Price - 22 Ga, 36" Wide Panels SF 21.01.06 PANEL WIDTH OPTION: Add for 32" Panel Width - Galvalume Coated Steel or Equal SF 21.01.07 COLOR OPTION: Add for Standard Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 21.01.08 COLOR OPTION: Add for Designer Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 21.01.09 COLOR OPTION: Add for Premium or Custom Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 21.01.10 THICKNESS OPTION: Stainless Steel Panel Price - 24 Ga, 36" Wide Panels SF 21.01.11 THICKNESS OPTION: Stainless Steel Panel Price - 22 Ga, 36" Wide Panels SF 21.01.12 PANEL WIDTH OPTION:Add for 32" Panel Width - Stainless Steel SF 21.01.13 THICKNESS OPTION: Copper Panel Price - 16 Oz., 36" Wide Panels SF 21.01.14 THICKNESS OPTION: Copper Panel Price - 20 Oz., 36" Wide Panels SF 21.01.15 PANEL WIDTH OPTION:Add for 32" Panel Width - Copper SF 21.01.16 THICKNESS OPTION: Zinc Panel Price - 0.032", 36" Wide Panels SF 21.01.17 THICKNESS OPTION: Zinc Panel Price - 0.040", 36" Wide Panels SF 21.01.18 PANEL WIDTH OPTION:Add for 32" Panel Width - Zinc SF 21.01.19 PANEL INSTALLATION & INSULATION OPTION: Over Girts; 3/4" of Expanded Polystyrene (Minimum 1.5 lbs./cft) Installed Between Girts SF 21.01.20 PANEL INSTALLATION & INSULATION OPTION: Over Girts; Mechanically Fastened Polyisocyanurate with an Average R- Value of 19 Installed Between Girts SF 21.01.21 PANEL INSTALLATION & INSULATION OPTION: Over Girts; Mechanically Attach Batten Fiberglass Insulation with an Average R- Value of 19 Installed Between Girts SF Single-Ply Flashings - Fully Adhered Single-Ply Roof Flashings Installed on Corresponding Single-Ply Roof Systems Page 107 - Attachment C 21.01.22 PANEL INSTALLATION & INSULATION OPTION: RAIN SCREEN CONFIGURATION: Over Steel Stud Wall - Exterior Gypsum Sheeting 1/2" to 5/8" Thickness, Air Barrier (Priced Separately Below), Rock Wool or Extruded Polystyrene Insulation (Priced Separately Below) & Metal Wall Panel Drainage, Ventilation and Attachment System SF 21.01.23 PANEL INSTALLATION & INSULATION OPTION: RAIN SCREEN CONFIGURATION: Over Existing Wall Construction - Air Barrier (Priced Separately Below), Rock Wool or Extruded Polystyrene Insulation (Priced Separately Below) & Metal Wall Panel Drainage, Ventilation and Attachment System SF21.01.24 PANEL INSTALLATION & INSULATION OPTION:Over Plywood; No Insulation SF 21.02 WALL SYSTEM Concealed Fastener Wall Panel System - 12" Wide Panels 21.02.01 THICKNESS OPTION: Bare Aluminum Panel Price - 0.032" Aluminum Thickness SF 21.02.02 THICKNESS OPTION: Add for Bare Aluminum, 0.040" Aluminum SF 21.02.03 THICKNESS OPTION: Bare Galvalume Coated Steel or Equal Panel Price - 24 Ga SF 21.02.04 THICKNESS OPTION: Bare Galvalume Coated Steel or Equal Panel Price - 22 Ga SF 21.02.05 COLOR OPTION: Add for Standard Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 21.02.06 COLOR OPTION: Add for Designer Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 21.02.07 COLOR OPTION: Add for Premium or Custom Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal SF 21.02.08 THICKNESS OPTION: Stainless Steel Panel Price - 24 Ga Thickness SF 21.02.09 THICKNESS OPTION: Stainless Steel Panel Price - 22 Ga Thickness SF 21.02.10 THICKNESS OPTION: Copper Panel Price - 16 Oz Thickness SF 21.02.11 THICKNESS OPTION: Copper Panel Price - 20 Oz Thickness SF 21.02.12 THICKNESS OPTION: Zinc Panel Price - 0.032" Thickness SF 21.02.13 THICKNESS OPTION: Zinc Panel Price - 0.040" Thickness SF 21.02.14 PANEL INSTALLATION & INSULATION OPTION: Over Girts; 3/4" of Expanded Polystyrene (Minimum 1.5 lbs./cft) Installed Between Girts SF 21.02.15 PANEL INSTALLATION & INSULATION OPTION: Over Girts; Mechanically Fastened Polyisocyanurate with an Average R- Value of 19 Installed Between Girts SF 21.02.16 PANEL INSTALLATION & INSULATION OPTION: Over Girts; Mechanically Attach Batten Fiberglass Insulation with an Average R- Value of 19 Installed Between Girts SF 21.02.17 PANEL INSTALLATION & INSULATION OPTION:Over Plywood; No Insulation SF 21.02.18 PANEL INSTALLATION & INSULATION OPTION: RAIN SCREEN CONFIGURATION: Over Steel Stud Wall - Exterior Gypsum Sheeting 1/2" to 5/8" Thickness, Air Barrier (Priced Separately Below), Rock Wool or Extruded Polystyrene Insulation (Priced Separately Below) & Metal Wall Panel Drainage, Ventilation and Attachment System SF 21.02.19 PANEL INSTALLATION & INSULATION OPTION: RAIN SCREEN CONFIGURATION: Over Existing Wall Construction - Air Barrier (Priced Separately Below), Rock Wool or Extruded Polystyrene Insulation (Priced Separately Below) & Metal Wall Panel Drainage, Ventilation and Attachment System SF 21.02.20 PANEL TYPE OPTION: Add for Factory Insulated Concealed Fastener Wall Panel SF 21.03 21.03.01 Non-Permeable Option:Fluid Applied System - ASTM 2178 SF 21.03.02 Non-Permeable Option: Fluid Applied Water Based System - ASTM 2178 SF AIR BARRIER FOR WALL APPLICATIONS (BRICK, CMU, MASONARY WALLS OR STUD WALL WITH EXTERIOR GYPSUM SHEETING) Page 108 - Attachment C 21.03.03 Non-Permeable Option:Membrane System - ASTM E 2178 SF 21.03.04 Permeable Option: Fluid Applied System - ASTM E 2178 & ASTM E 96 SF 21.03.05 Permeable Option: Fluid Applied Water Based System - ASTM 2178 & ASTM E 96 SF 21.03.06 Permeable Option: Membrane System - ASTM 2178 & ASTM E 96 SF 21.04 21.04.01 Insulation Option:1" Rock Wool Insulation Installed SF 21.04.02 Insulation Option:2" Rock Wool Insulation Installed SF 21.04.03 Insulation Option:3" Rock Wool Insulation Installed SF 21.04.04 Insulation Option:4" Rock Wool Insulation Installed SF 21.04.05 Insulation Option: 1" Extruded Polystyrene Insulation Installed SF 21.04.06 Insulation Option: 2" Extruded Polystyrene Insulation Installed SF 21.04.07 Insulation Option: 3" Extruded Polystyrene Insulation Installed SF 21.04.08 Insulation Option: 4" Extruded Polystyrene Insulation Installed SF 22.00 22.01 % 22.02 % 22.03 % 22.04 % 22.05 % 22.06 % 22.07 % 22.08 % 22.09 % 22.10 % MULTIPLIER - ROOF HEIGHT IS GREATER THAN 100 FT Multiplier is applied when labor production is effected by the roof height. This multiplier applies to roof heights that exceed an estimated 10 stories. Additional roof height can require increased safety requirements, larger crane equipment, tie-offs, etc. MULTIPLIER - ACCELERATED SCHEDULE Multiplier is applied when increased labor burdens are required due to an accelerated work schedule. Situations include, but are not limited to requiring multiple concurrent trade crews beyond what is normally expected for project size, work to be performed on two (back-to-back) shifts, work requires larger than standard crew sizes, etc. MULTIPLIER - NIGHT, WEEKEND OR HOLIDAY WORKING HOURS Multiplier is applied when increased labor burdens are required due to working hours being limited to nights (equivalent of 3rd shift), weekends or holidays. MULTIPLIER - ROOF OR WALLS HAVE LARGE AMOUNT OF PENETRATIONS / ROOF TOP OBSTRUCTIONS Multiplier is applied when labor production is effected a large number of roof penetrations, a limited amount of open roof areas or low overhead clearance requiring more hand work. Situations include, but are not limited to rooftop penetrations like: soil stacks, sky lights, roof drains, exhaust vents, HVAC equipment, etc. or rooftop obstructions such as: pipes, duct work, electrical wires, hoses or raised equipment, etc. MULTIPLIER - CLEARENCE RESTRICTIONS REQUIRE WORKING FROM KNEE-LEVEL OR BELOW (APPLIES TO ONLY THE EFFECTED ROOF AREA) Multiplier is applied when labor production is effected by height restrictions. Situations that can cause low overhead clearance requiring more hand work include, but are not limited to rooftop equipment. MULTIPLIER - ROOF HEIGHT IS GREATER THAN 20 FT, BUT LESS THAN OR EQUAL TO 50 FT STORIES Multiplier is applied when labor production is effected by the roof height. This multiplier applies to roof heights that exceed an estimated 2 stories, but are less than or equal to an estimated 5 stories. Additional roof height can require increased safety requirements, larger lift equipment, tie-offs, etc. MULTIPLIER - ROOF HEIGHT IS GREATER THAN 50 FT, BUT LESS THAN OR EQUAL TO 100 FT Multiplier is applied when labor production is effected by the roof height. This multiplier applies to roof heights that exceed an estimated 5 stories, but are less than or equal to an estimated 10 stories. Additional roof height can require increased safety requirements, larger crane equipment, tie-offs, etc. INSULATION FOR WALL APPLICATIONS (INSTALLED OVER AIR BARRIERS) JOB SITE SPECIFIC MULTIPLIERS The multipliers are applied to all line items in total (unless the contrary is specifically identified in the description) for the project because the conditions they address effect overall labor production, construction complexity and/or equipment requirements. Multiple Job Site Specific Multipliers can be used on a single project, but they are not meant to compound on each other. For Reference: Attachment B Pricing in this IFB is for material, equipment, tools, labor and supervision necessary to install the line item. It is based upon a 200 - 300 square roofing project that is being performed on a box- or rectangular-shaped building. It is also assumed that the project will have only one roof level that is not more than 20 ft high from the ground. The roof is anticipated to have clear access point and minimal penetrations/obstructions. It is also based upon a 200 - 300 square masonry, wall panel or waterproofing project. The exterior sides of the building are assumed to be box- or rectangular- shaped with minimal doors, windows, penetrations or obstructions. It is anticipated that the sides of the building will have clear tie-off points and easy to access while work is being performed. MULTIPLIER - DIFFICULT ROOF OR BUILDING ACCESS Multiplier is applied when labor production is effected by roof or building access. Situations that can cause roof access to be more difficult include, but are not limited to: no access for lifts or cranes, access is dependent upon road closure, access point requires the closure of a building entrance, roof level is not accessible from the ground, roof area is interior to adjacent roofs or roof materials and materials and equipment must be loaded to one roof area and carried to another roof area, roof materials and equipment must be carried to the roof through an interior building access point, no or limited staging areas on the ground, etc. MULTIPLIER - SECURE ACCESS IS REQUIRED TO WORK ON ROOF OR WALLS Multiplier is applied when labor production is effected daily by the lost time in getting through security or getting access to the job site. Situations include, but are not limited to clearing each employee and all tools through metal detectors, passing through security gates with vehicles, tradespeople and equipment, stringent background checks or higher clearance levels, etc. MULTIPLIER - MULTIPLE MATERIAL STAGINGS Multiplier is applied when labor production is effected by the time it takes to stage a roof multiple times. Situations include, but are not limited to staging materials to perform work on multiple roof levels, planned shutdowns and restarts, portion of the job is over sensitive work areas requiring staging from more than one point, etc. Page 109 - Attachment C 22.11 22.12 % 22.13 % 22.14 % 22.15 % 22.16 % 22.17 % 22.18 % 22.19 % 22.20 % 22.21 % 22.22 % 22.23 % 22.24 % 22.25 % MULTIPLIER - ROOF SIZE IS GREATER THAN 30,000 SF, BUT LESS THAN 50,000 SF Multiplier is applied when Roof Size is greater than 30,000 SF, but less than 50,000 SF. Situation creates the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across a larger than average roof area resulting in fixed costs being a lower portion of the overall job costs MULTIPLIER - ROOF SIZE IS GREATER THAN 50,000 SF, BUT LESS THAN 100,000 SF Multiplier is applied when Roof Size is greater than 50,000 SF, but less than 100,000 SF. Situation creates the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across a large roof area resulting in fixed costs being a small impact on the overall job costs MULTIPLIER - ROOF SIZE IS GREATER THAN 100,000 SF, BUT LESS THAN 200,000 SF Multiplier is applied when Roof Size is greater than 100,000 SF, but less than 200,000 SF. Situation creates the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across larger roof area resulting in fixed costs being a slight impact on the overall job costs MULTIPLIER - ROOF SIZE IS GREATER THAN 200,000 SF Multiplier is applied when Roof Size is greater than 200,000 SF. Situation creates the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across very large roof area resulting in fixed costs being a minimal impact on the overall job costs MULTIPLIER - ROOF SIZE IS GREATER THAN 500 SF, BUT LESS THAN 1,000 SF Multiplier is applied when Roof Size is greater than 500 SF, but less than 1,000 SF. Situation creates the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across a very small roof area resulting in fixed costs having a significant impact on the overall job costs MULTIPLIER - ROOF SIZE IS GREATER THAN 1,000 SF, BUT LESS THAN 2,000 SF Multiplier is applied when Roof Size is greater than 1,000 SF, but less than 2,000 SF. Situation creates the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across a very small roof area resulting in fixed costs having a significant impact on the overall job costs MULTIPLIER - ROOF SIZE IS GREATER THAN 2,000 SF, BUT LESS THAN 3,000 SF Multiplier is applied when Roof Size is greater than 2,000 SF, but less than 3,000 SF. Situation creates the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across a very small roof area resulting in fixed costs having a significant impact on the overall job costs MULTIPLIER - ROOF SIZE IS GREATER THAN 3,000 SF, BUT LESS THAN 5,000 SF Multiplier is applied when Roof Size is greater than 3,000 SF, but less than 5,000 SF. Situation creates the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across a smaller roof area resulting in fixed costs being a larger portion of the overall job costs MULTIPLIER - ROOF SIZE IS GREATER THAN 5,000 SF, BUT LESS THAN 10,000 SF Multiplier is applied when Roof Size is greater than 5,000 SF, but less than 10,000 SF. Situation creates the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across a smaller roof area resulting in fixed costs being a larger portion of the overall job costs MULTIPLIER - ROOF SIZE IS GREATER THAN 10,000 SF, BUT LESS THAN 20,000 SF Multiplier is applied when Roof Size is greater than 10,000 SF, but less than 20,000 SF. Situation creates the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across more of an average roof area resulting in fixed costs being a slightly larger portion of the overall job costs MULTIPLIER - WALL COATING, MASONRY REPAIRS OR WATERPROOFING REQUIRES A SWING STAGE Multiplier is applied when labor production is effected by the requirement to use a swing stage. This multiplier applies to wall coatings, masonry repairs or waterproofing work that requires the use of a swing stage. MULTIPLIER - ROOF IS CONSIDERED NON-STANDARD ARCHITECTURE Multiplier is applied when labor production is effected because the roof area is not a box- or rectangular-shaped. Situations considered to be non-standard architecture can include, but are not limited roof areas that contains sharp angles and/or curves, have multiple roof area dividers or expansion joints, long and narrow MULTIPLIER - ROOF HAS GREATER THAN 4/12 SLOPE Multiplier is applied when Roof Area has a Greater than 4/12 Slope, Steeper slope reduces overall labor production and requires additional safety precautions. MULTIPLIER - ROOF HAS GREATER THAN 8/12 SLOPE Multiplier is applied when Roof Area has a Greater than 8/12 Slope; Very steep slopes have a greater impact on overall labor production and require additional safety precautions. MULTIPLIER - ROOF SIZE IS LESS THAN 500 SF Multiplier is applied when Roof Size is less than 500 SF. Situation creates the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across a very small roof area resulting in fixed costs having a significant impact on the overall job costs Page 110 - Attachment C Cleaning & Caulking 23.01 Pressure Wash to Clean Horizontal Surfaces SF 23.02 Pressure Wash to Clean Vertical Surfaces SF 23.03 Pressure Wash with TSP or Simple Green to Clean Horizontal Surfaces SF 23.04 Pressure Wash with TSP or Simple Green to Clean Vertical Surfaces SF 23.05 Use a Brush to Wash Surface with TSP or Simple Green to Clean Horizontal Surfaces SF 23.06 Use a Brush to Wash Surface with TSP or Simple Green to Clean Vertical Surfaces SF 23.07 Prime Existing Asphalt-Based Roof Surface SF 23.08 Blow-Off Surface Area with Portable Blower to Remove Moisture SF 23.09 Spud and Scrape Aggregate from Roof Surface Asphalt BUR (Size Reference: 100' X 12")SF 23.10 Spud and Scrape of Aggregate from Roof Surface Coal Tar BUR (Size Reference: 100' X 12")SF 23.11 Remove & Dispose Loose Aggregate from Roof Surface (Wet Vac)SF 23.12 Power Broom Roof Surface SF 23.13 Remove & Dispose Ballast from Roof Surface SF 23.14 Remove & Dispose Ballast from Roof Surface at Approved Disposal Site SF 23.15 Remove Ballast from Roof Surface & Save for Reuse SF 23.16 Scrape / Sand Loose Paint from Exterior Building Surfaces and Clean-Up Debris SF 23.17 Sandblasting Paint from Exterior Building Surfaces and Re-Claim Sand SF 23.18 Apply Coating (Paint) to Horizontal Surface SF 23.19 Apply Coating (Paint) to Vertical Surface SF 23.20 Caulking: Remove Existing Caulking & Clean and Prime Joint LF 23.21 Install Backer Rod in Properly Prepared Opening, Polyethylene - 3/8” Diameter LF 23.22 Install Backer Rod in Properly Prepared Opening, Polyethylene - 1/2” Diameter LF 23.23 Install Backer Rod in Properly Prepared Opening, Polyethylene - 3/4” Diameter LF 23.24 Install Backer Rod in Properly Prepared Opening, Polyethylene - 1” Diameter LF Masonry section UNIT $ per Unit 23.25 Remove and Reset Bricks; 1-50 SF SF 23.26 Remove and Reset Bricks; Over 50 SF SF 23.27 Remove and Reset Blocks SF 23.28 Remove and Reset Coping Stones Each 23.29 Remove Bricks, Blocks, Coping Stones; 1-50 SF SF 23.30 Remove Bricks, Blocks, Coping Stones; Over 50 SF SF Brick, block and brick exterior wall maintenance, repair and application of protective coatings.UNIT $ per Unit 23.31 Selective Demolition of Concrete Block Masonry Units (CMU) with perimeter saw cutting- swing stage 4”, 6” and 8” block (high-rise)Each 23.32 Selective Demolition of Brick Masonry Units with perimeter saw cutting SF Selective Demolition of Mortar Joint with Perimeter Saw cutting UNIT $ per Unit 23.33 Removal of existing mortar ( ½” wide by ¾” depth)SF 23.34 Removal of existing mortar (¾” wide by ¾” depth)SF 23.35 Removal of existing mortar (½” wide by 1½” depth)SF 23.36 Removal of existing mortar (¾” wide by 1½” depth)SF New Pointing Work UNIT $ per Unit 23.37 Furnish and install new mortar (½” wide by ¾” depth)SF 23.38 Furnish and install new mortar (¾” wide by ¾” depth)SF 23.39 Furnish and install new mortar (½” wide by 1 ½” depth)SF 23.40 Furnish and install new mortar (¾” wide by 1 ½” depth)SF Removal of Roof Parapets UNIT $ per Unit 23.41 Removal of parapet wall (24” high)SF 23.42 Removal of parapet wall (42” high)SF 23.43 Removal of parapet wall (24” high)SF 23.44 Removal of parapet wall (42” high)SF Reconstruction of Brick Masonry Roof Parapets UNIT $ per Unit 23.45 New brick masonry parapet w/stone coping and flashings (24” high)SF 23.46 New brick masonry parapet w/stone coping and flashings (42” high)SF 23.47 New brick masonry parapet w/stone coping and flashings (24” high)SF 23.48 New brick masonry parapet w/stone coping and flashings (42” high)SF New Through wall Flashings UNIT $ per Unit 23.49 Removal of 4 courses brick wall w/Temporary Shoring SF 23.50 Removal and replacement of steel lintel SF 23.51 Furnish and install new flashings (Bituthane)SF 23.52 Furnish and install new flashings (Lead coated copper)SF 23.53 Furnish and Install New Brick Masonry w/Weep Holes and Screens SF 23.54 Parging and waterproofing of back-up wall SF Page 111 - Attachment C Roof Coping Stones.UNIT $ per Unit 23.55 Removal of existing roof coping stones (16 inches)SF 23.56 Removal and parging of existing substrate SF 23.57 Furnish and install new lead coated copper flashings SF 23.58 Drilling and epoxy grouting stainless steel pins SF 23.59 Reinstallation of existing stones with cleaning SF 23.60 Furnish and install new coping stones SF 23.61 Furnish and install new sealants between coping stones.SF 23.62 Cleaning and coating of existing stones.SF CMU Backup Wall Repair and Waterproofing.UNIT $ per Unit 23.63 Replacement of Deteriorated CMU Back-up SF 23.64 Parging of CMU back-up wall SF 23.65 Waterproofing of back-up wall SF Crack Repair UNIT $ per Unit 23.66 Drill and install new stainless steel pins.Each 23.67 Grouting of open cracks SF 23.68 Replacement of cracked bricks SF New Concrete and Coating UNIT $ per Unit 23.69 Placement of new high strength patching mortar (2” depth)SF 23.70 Placement of new high strength patching mortar (3.5” depth).SF 23.71 Cleaning and coating of concrete surface.SF 23.72 Sidewalk Bridging.SF 23.73 Temporary Roof Protection SF Roof Drainage, Scuppers, Stacks, Curbs and Pitch Pockets UNIT $ per Unit 23.74 Install & Connect new 4" roof drain & Flashing; Excluding Plumbing EA 23.75 Install & Connect new 6" roof drain & Flashing; Excluding Plumbing EA 23.76 Install & Connect new 8" roof drain & Flashing; Excluding Plumbing EA 23.77 Pitch pocket, 24 gauge, GI, 12” x 12”, with storm collar, hemmed to outside, soldered corners and seams EA 23.78 Pitch pocket, 24 gauge, GI, 6” x 6”, with storm collar hemmed to outside, soldered corners and seams EA 23.79 Pitch pocket, 24 gauge, GI, 8” x 8”, with storm collar, hemmed to outside, soldered corners and seams EA 23.80 Plumbing stack, 16 oz. copper flashing EA 23.81 Plumbing stack, 24 gad Zinc flashing EA 23.82 Plumbing stack, 4# lead flashing EA 23.83 Pre-Cast Molded Pitch Pan (e.g. Chemcurb) - 12" Straight EA 23.84 Pre-Cast Molded Pitch Pan (e.g. Chemcurb) - 2" Corners EA 23.85 Pre-Cast Molded Pitch Pan (e.g. Chemcurb) - 3" Kit EA 23.86 Pre-Cast Molded Pitch Pan (e.g. Chemcurb) - 5" Kit EA 23.87 Pre-Cast Molded Pitch Pan (e.g. Chemcurb) - 5" Rounds EA 23.88 Pre-Cast Molded Pitch Pan (e.g. Chemcurb) - 6" Kit EA 23.89 Pre-Cast Molded Pitch Pan (e.g. Chemcurb) - 6" Straight EA 23.90 Pre-Cast Molded Pitch Pan (e.g. Chemcurb) - 7.5" Kit EA 23.91 Pre-Cast Molded Pitch Pan (e.g. Chemcurb) - 7.5" Kit with 2-Part Filler EA 23.92 Pre-Cast Molded Pitch Pan (e.g. Chemcurb) - 7.5" Rounds EA 23.93 Pre-Cast Molded Pitch Pan (e.g. Chemcurb) - 9" Kit EA 23.94 Installation of Roof Curbs 2" X 4"LF 23.95 Installation of Roof Curbs 2" X 6"LF 23.96 Installation of Roof Curbs 2" X 8"LF 23.97 Installation of Coping/Edge Nailers 2" X 4"LF 23.98 Installation of Coping/Edge Nailers 2" X 6"LF 23.99 Installation of Coping/Edge Nailers 2" X 8"LF 23.100 Installation of Coping/Edge Nailers 2" X 10"LF 23.101 Installation of Coping/Edge Nailers 2" X 12"LF 23.102 Installation of Coping/Edge Nailers 2" X 14"LF 23.103 Installation of Coping/Edge Nailers 2" X 16"LF 23.104 Provide a cast iron drain strainer EA 23.105 Reflash existing roof drain EA 23.106 Scupper, .050 Aluminum, match existing configuration LF 23.107 Scupper, 16 oz Copper, match existing configuration LF 23.108 Scupper, 20 gad Stainless Steel, match existing configuration LF 23.109 Sleeper Cap - 24 Gad Galvanized LF Roof Accessories UNIT $ per Unit Page 112 - Attachment C 23.110 Walkway Pads 23.111 30" wide roll goods, tape attached EA 23.112 30" wide roll, hot asphalt attached EA 23.113 30" wide roll, adhesive attached EA 23.114 Expansion joint, butyl or neoprene bellows, galvanized flange LF 23.115 Roof ladder, security ladder guard EA 23.116 Roof ladder, steel, bolted to concrete, 20 feet and up, with cage; with intermediate landings as required by Code EA 23.117 Roof ladder, steel, bolted to concrete, up to 20 feet, without cage EA 23.118 Roof ventilators EA 23.119 Termination bar, aluminum, 1/4” x 1”LF Common Roof Repair Items UNIT $ per Unit 23.120 3-Course Application; Mastic-Mesh-Mastic; 15" Wide Total; 12" Wide Mesh LF 23.121 3-Course Application; Mastic-Mesh-Mastic; 9" Wide Total; 6" Wide Mesh LF 23.122 3-Course Application; Urethane-Reinforcement-Urethane (< 500 SF)SF 23.123 3-Course Application; Urethane-Reinforcement-Urethane (> 500 SF)SF 23.124 Install Self-Adhering Cap Sheet Over Repair Area (< 500 SF)SF 23.125 Install Self-Adhering Cap Sheet Over Repair Area (> 500 SF)SF 23.126 Torch Cap Sheet Over Repair Area (< 500 SF)SF 23.127 Torch Cap Sheet Over Repair Area (> 500 SF)SF 23.128 Set Roofing Cap Sheet Membrane in Mastic Installed Over Repair Area (< 500 SF)SF 23.129 Set Roofing Cap Sheet Membrane in Mastic Installed Over Repair Area (> 500 SF)SF Leak Response & Preventive Maintenance UNIT $ per Unit 23.153 Leak Response Work Order Tracking & Dispatch EA 23.154 Leak Response Completion Report with Back-Up EA 23.155 Preventive Maintenance (Single Campus - All Roof Sections)SF 23.156 Preventive Maintenance (Multiple Campuses City-/County-wide - All Roof Sections)SF 23.157 Preventive Maintenance (Multiple Campuses State-wide - All Roof Sections)SF 23.155 Preventive Maintenance Performed Concurrent with Visual Inspection (Single Campus - All Roof Sections)SF 23.156 Preventive Maintenance Performed Concurrent with Visual Inspection (Multiple Campuses City- /County-wide - All Roof Sections)SF 23.157 Preventive Maintenance Performed Concurrent with Visual Inspection (Multiple Campuses State-wide - All Roof Sections) SF 23.158 Preventive Maitenance Completion Report with Back-Up EA Equipment UNIT $ per Unit 23.159 Folklift/Manlift Equipment Rental DAY 23.160 Crane Equipment Rental - up to 80'DAY 23.161 Crane Equipment Rental - up to 150'DAY 23.162 Manlift per day DAY 23.163 Skytrack DAY 23.164 Additional Equipment (rental) % off published price % Other Services UNIT $ per Unit 23.165 Demobilization - Pre-Planned or Additional Un-planned EA 23.166 Remobilization - Pre-Planned or Additional Un-planned EA Additional repair options UNIT $ per Unit 23.167 Option 1: Cost of Quote Plus Mark-Up (Used when repair and installation services line item pricing is not available and services performed are to be performed by a contractor. Requires a quote on corporate letterhead that cannot exceed $25,000) Cost plus added to quote % 23.168 Option 2: R.S. Means or Gordian Group Catalog (Used when repair and installation services line item pricing is not available) Cost plus added to catalog pricing % Catalog Pricing UNIT $ per Unit 23.169 Please provide a price list with your complete material catalog(s) - A manufacturers catalog can be used. You may provide a net-price or a catalog with a discount. Green Roofing UNIT $ per Unit 23.170 Please provide your green environmentally friendly roofing options, please provide as much information as possible to include line items necessary to complete a green roof Page 113 - Attachment C Aluminum Size / Gauge .032 .040 .050 .063 6" 8" 10" 12" 14" 16" 18" 20" 22" 24" 26" 28" 30" 32" 34" 36" 38" 40" 42" 44" 46" 48" Price Per Bend Sheet Metal Accessories Covered Under these Pricing Tables: -Drip Edge -Gravel Stop -Gutters, Straps, Hangers & Fasteners -Coping -Surface Mounted Counter Flashing -Reglet Mounted Counter Flashing -Skirt Flashing -Expansion Joints -Miscellaneous Metal Fabricated Details Page 114 - Attachment C Stainless Steel & Copper SS SS Copper Copper 24 Ga 26 Ga 16 oz 20 oz 6" 8" 10" 12" 14" 16" 18" 20" 22" 24" 26" 28" 30" 32" 34" 36" 38" 40" 42" 44" 46" 48" Price Per Bend Kynar Coated Steel Size / Gauge 16 Ga 20 Ga 22 Ga 24 Ga 6" 8" 10" 12" 14" 16" 18" 20" Size / Gauge / Thickness Page 115 - Attachment C 22" 24" 26" 28" 30" 32" 34" 36" 38" 40" 42" 44" 46" 48" Price Per Bend Galvanized Steel Size / Gauge 16 Ga 20 Ga 22 Ga 24 Ga 6" 8" 10" 12" 14" 16" 18" 20" 22" 24" 26" 28" 30" 32" 34" 36" 38" 40" 42" Page 116 - Attachment C 44" 46" 48" Price Per Bend Page 117 - Attachment C Caulking Chart pricing per Linear Foot Installed 2 Component Epoxied Urethane Compound Joint Size 1/8"3/16"1/4"5/16"3/18"7/16"1/2"5/8"3/4"7/8"1"1-1/8"1-1/4" 1/8" 3/16" 1/4" 5/16" 3/18" 7/16" 1/2" 5/8" 3/4" 7/8" 1" 1-1/8" 1-1/4" Caulking Chart pricing per Linear Foot Installed 1 Component Polyurethane Joint Size 1/8"3/16"1/4"5/16"3/18"7/16"1/2"5/8"3/4"7/8"1"1-1/8"1-1/4" 1/8" 3/16" 1/4" 5/16" 3/18" 7/16" 1/2" 5/8" 3/4" 7/8" 1" 1-1/8" 1-1/4" Caulking Chart pricing per Linear Foot Installed 1 Component Silicone Rubber Joint Size 1/8"3/16"1/4"5/16"3/18"7/16"1/2"5/8"3/4"7/8"1"1-1/8"1-1/4" 1/8" 3/16" 1/4" 5/16" 3/18" 7/16" 1/2" 5/8" 3/4" 7/8" 1" 1-1/8" 1-1/4" Page 118 - Attachment C Journeyman Prevailing Wage Rate Roofer Mason Sheet Metal $10.00 $12.50 $15.00 $17.50 $20.00 $22.50 $25.00 $27.50 $30.00 $32.50 $35.00 $37.50 $40.00 $42.50 $45.00 $47.50 $50.00 $52.50 $55.00 $57.50 $60.00 $62.50 $65.00 $67.50 $70.00 $72.50 $75.00 $77.50 $80.00 $82.50 $85.00 $87.50 $90.00 $92.50 $95.00 $97.50 $100.00 $102.50 $105.00 $107.50 $110.00 $112.50 $115.00 $117.50 $120.00 Line Item Multiplier to Adjust Labor Costs Based Upon the Prevailing Wage Rate. Prevailing wage found at http://www.wdol.gov/dba.aspx#0 Multiplier for Prevailing Wage Rates Page 119 - Attachment C Attachment D – Experience Record PUBLIC ENTITY PAST PERFORMANCE PROJECT EXAMPLES THAT ILLUSTRATE BIDDER’S QUALIFICATIONS FOR THIS CONTRACT Bidder’s shall complete this Experience Record which entails submitted this form for two (2) turn-key roofing or waterproofing projects for public agencies in twenty-five (25) states; totaling fifty (50) projects. Projects shall meet the requirements outlined in the IFB. Use additional space as necessary. Bidder must answer all questions completely and all information must be clear, accurate, and comprehensive. If all fields are not completed, the Bid is at risk for being rejected due to non- responsiveness. It is not acceptable to indicate “See Attached”. Project Title: Example Project Number: Project Location (City & State): Public Agency who Owned the Contract: Point of Contact at Public Agency (Name, Title, Working Phone Number, & Working E-mail Address) who can be reached and would be knowledgeable about the Project: Performance & Payment Bond #: Surety Company: Project Size (Sq. Ft.): Start & End Dates of Contract (to include original End Date as specified in the original Contract and Final End Date) – if applicable, include why project was delayed: Types of Roofing System Components: Original and Final Contract Amount – if applicable, include why Final Contract Amount was different: Brief Description of the Project to include Examples of its Relevance to this IFB: Prime Contractor Name & Location (City & State): If applicable, State License #: Subcontractor(s) Name & Location (City & State): If applicable, State License #(s): Page 120 - Attachment D Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1092 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Authorize a purchase order to Ten-8 Fire and Equipment, Inc of Bradenton, FL for one Osage Warrior Type 1 Rescue 2027 Ford F450 Crew Cab Chassis in the amount of $377,156.00, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), Piggyback, and 2.563(1)(d), Non-competitive purchase, and authorize the appropriate officials to execute same. (consent) SUMMARY: Clearwater Fire & Rescue (CFR) requests authorization to purchase an Osage Warrior Type I Rescue - 2027 Ford F450 4x2 Crew Cab Chassis (extended cab, gas engine option) to replace Rescue Unit G4476, in the amount of $377,156.00. The base vehicle cost is $290,680.00, with additional vehicle options totaling $102,568.00. These items were competitively procured through the Florida Sheriff’s Association (FSA) Contract FSA25-VEF19.0 - Fire & Rescue Vehicles, Boats & Equipment, valid through March 31, 2027, and authorization to piggyback this contract is requested. The City is also receiving a model-year discount of ($21,593.00), bringing the piggyback total to $371,655.00. Additional options totaling $5,501.00 are impractical to bid separately due to potential delays in vehicle delivery, risk of voiding manufacturer warranties on aftermarket installations, and manufacturer lead-time issues for specific components, resulting in a final total purchase amount of $377,156.00. The base model available under the FSA contract does not include features required to meet CFR’s operational needs and mission capabilities. The selected optional configurations are tailored for urban EMS response, including a heavier-duty chassis, reinforced drivetrain, and department-specific compartmentation. These specifications align with CFR’s current fleet, ensuring compatibility with existing equipment and efficiency in maintenance and training. All optional pricing has been verified under the FSA contract and is below Manufacturer’s Suggested Retail Price (MSRP) in accordance with Section 2.11 of the FSA contract. The $290,680.00 price from Ten-8 Fire & Equipment is based on a 2027 F450 4x2 Crew Cab chassis, which includes the quoted chassis cost of $72,600 ($69,100 base + $3,500 crew cab). Depending on manufacturer production schedules, a 2028 or 2029 model year chassis may be required at build time, which could result in additional cost. If necessary, any additional funds will remain within the City Manager’s approval authority. Early ordering of this apparatus is necessary due to the estimated two-year build time and the built by and shipped time from the manufacturer is approximately 24 months after the Company receives the City’s acceptance of the Proposal. CFR provides emergency medical services (EMS) under contract with the Pinellas County EMS Authority. This purchase is budgeted in the Capital Improvement Plan (91236, Rescue Vehicle) funded through Pinellas County EMS tax reimbursement planned for receipt of the rescue and reimbursement in fiscal Page 1 City of Clearwater Printed on 10/31/2025 File Number: ID#25-1092 year 2026/27. Annual operating and maintenance costs are included in CFR’s operating budget. Upon delivery, Rescue Unit G4476 will transition to reserve status once the new unit is placed in service. There are no units identified for surplus at this time. APPROPRIATION CODE AND AMOUNT: Funding for this rescue purchase is budgeted in capital project 91236, Rescue Vehicle, in fiscal year 2026/27 funded by revenues reimbursed from Pinellas County EMS Taxes. USE OF RESERVE FUNDS: NA STRATEGIC PRIORITY: Foster safe and healthy communities through first-class public safety and emergency response services. Page 2 City of Clearwater Printed on 10/31/2025 Equipment Proposal Proposal # J3804 This Equipment Proposal (the “Proposal”) has been prepared by Ten-8 Fire & Safety, LLC (“Company”) in response to the undersigned Customer’s request for a proposal. This Proposal is comprised of the special terms set forth below, the Proposal Option List, Warranty, and Company’s Purchasing Terms and Conditions. Through its signature below or other Acceptance (as defined below), Customer acknowledges having received, read and being bound by this Proposal, all attachments and Company’s Purchasing Terms and Conditions. Date: October 13, 2025 (“Proposal Date”) Customer: Clearwater Fire Rescue (“Customer”) Customer Address: 1140 Court Street Clearwater, FL 33756 Qty Product Description & Options Price 1 1 1 1 1 1 Osage Warrior on F450 FSA item #259 FSA options list 24 Seven Graphics STF items - SCBA Brackets and Iron Slot Kit STF install items - SCBA brackets and Iron Slot Kit Model Year Discount Performance load w/inductive charger *no cot quoted 2027 F450 4x2 Crew cab *quoted chassis price only** - $69,100 + 3500 (crew cab) $72,600 Per FSA25-VEF19.0 Item #259 $290,680 $102,568 $4,500 $688 $313 ($21,593) **Commercial chassis price is an estimate; final price is net price charged by the chassis manufacturer. Total: $377,156 Delivery Timing: The Product described above in the Product Description and Options Section of this document will be built by and shipped from the manufacturer approximately 30 (months) after Company receives Customer’s acceptance of this Proposal as defined below, subject to market and production conditions, Force Majeure, delays from the chassis manufacturer, changes to Order Specifications, or any other circumstances or cause beyond Company’s or manufacturer’s control. Other: Contingent on chassis reciept Unless accepted within 45 days from date of proposal, the right is reserved to withdraw this proposal. ACCEPTANCE OF THIS PROPOSAL CREATES AN ENFORCEABLE BINDING AGREEMENT BETWEEN COMPANY AND CUSTOMER. “ACCEPTANCE” MEANS THAT CUSTOMER DELIVERS TO COMPANY: (A) A PROPOSAL SIGNED BY AN AUTHORIZED REPRESENTATIVE, OR (B) A PURCHASE ORDER INCORPORATING THIS PROPOSAL, WHICH IS DULY APPROVED, TO THE EXTENT APPLICABLE, BY CUSTOMER’S GOVERNING BOARD. ACCEPTANCE OF THIS PROPOSAL IS EXPRESSLY LIMITED TO THE TERMS CONTAINED IN THIS PROPOSAL AND COMPANY’S PURCHASING TERMS AND CONDITIONS. ANY ADDITIONAL OR DIFFERENT TERMS, WHETHER CONTAINED IN CUSTOMER’S FORMS OR OTHERWISE PRESENTED BY CUSTOMER AT ANY TIME, ARE HEREBY REJECTED. INTENDING TO CREATE A BINDING AGREEMENT, Customer and Company have each caused this Proposal to be executed by their duly authorized representatives as of date of the last signature below. Customer: Clearwater Fire Rescue Ten-8 Fire & Safety, LLC By: __________________________________ By: Title: _________________________________ Title: Authorized Sales Representative Print: _________________________________ Print: Jason Adair Date: _________________________________ Date: 10/13/2025 EXHIBIT A PROPOSAL OPTION LIST EXHIBIT B WARRANTY EXHIBIT C PURCHASING TERMS AND CONDITIONS PURCHASING TERMS AND CONDITIONS These Purchasing Terms and Conditions, together with the Equipment Proposal and all attachments (collectively, the “Agreement”) are entered into by and between Ten-8 Fire & Safety, LLC, a Florida company (“Company”) and Customer (as defined in Ten-8 Fire & Safety LLC’s Equipment Proposal document) and is effective as of the date specified in Section 3 of these Purchasing Terms and Conditions. Both Company and Customer may be referred throughout this document individually as a “party” or collectively as the “parties.” 1. Definitions. a. “Acceptance” has the same meaning set forth in Company’s Equipment Proposal. b. “Company’s Equipment Proposal” means the Equipment Proposal provided by Company and prepared in response to Customer’s request for proposal for a fire apparatus, associated equipment or an ambulance. c. “Cooperative Purchasing Contract” means an Agreement between Company and a public authority, including without limitation, a department, division, agency of a municipal, county or state government (“Public Authority”), that adopts or participates in an existing agreement between Company and another non- party customer (including, but not limited to such non-party customer’s equipment proposal, its applicable exhibits, attachments and purchasing terms and conditions), often referred to as a “piggyback arrangement,” which is expressly agreed to, in writing, by Company. Company has sole discretion to determine whether it will agree to such a Cooperative Purchasing Contract. d. “Delivery” means when Company delivers physical possession of the Product to Customer. e. “Manufacturer” means the Manufacturer of any Product. f. “Prepayment Discount” means the prepayment discounts, if any, specified in Company’s Equipment Proposal. g. “Product” means the fire apparatus and any associated equipment, or ambulance manufactured or furnished for Customer by Company pursuant to the Specifications. h. “Purchase Price” means the Total price set forth in the Quotation, adjusted for the final net price for the chassis charged by the original equipment manufacturer set forth in the final invoice submitted to the Company by the manufacturer. i. “Purchasing Terms and Conditions” means these Purchasing Terms and Conditions; however, if the Company’s Equipment Proposal or the Customer’s related Purchase Order states that it is governed by a Cooperative Purchasing Agreement, “Purchasing Terms and Conditions” shall mean those terms and conditions set forth in the applicable Cooperative Purchasing Agreement. j. “Specifications” means the general specifications, technical specifications, training, and testing requirements for the Product contained in Company’s Equipment Proposal and its Exhibit A (Proposal Option List or for ambulance sales, the Quotation, or Order Form, as applicable), prepared in response to Customer’s request for such a proposal. 2. Purpose. This Agreement sets forth the terms and conditions of Company’s sale of the Product to Customer. 3. Term of Agreement. This Agreement will become effective on the date of Acceptance as defined in Company’s Equipment Proposal (“Effective Date”) and, unless earlier terminated pursuant to the terms of this Agreement, it will terminate upon Delivery and payment in full of the Purchase Price. 4. Purchase and Payment. Customer agrees to pay Company the Purchase Price for the Product(s). The Purchase Price is in U.S. dollars. Where Customer opts for a Prepayment Discount that specifies that Customer will tender one or more prepayments to Company, Customer must provide each prepayment within the time frame specified in the Equipment Proposal in order to receive the Prepayment Discount for that prepayment installment. To the extent permitted by applicable law, Company may in its sole discretion charge a convenience fee if Customer elects to pay the Purchase Price by means of a credit card. 5. Representations and Warranties. Customer hereby represents and warrants to Company that the purchase of the Product(s) has been approved by Customer in accordance with applicable general laws and, as applicable, Customer’s charter, ordinances and other governing documents, and funding for the purchase has been duly budgeted and appropriated. 6. Cancellation/Termination. a. Fire Equipment and Apparatus Sales. In the event this Agreement is cancelled or terminated by Customer before completion, Company may charge Customer a cancellation fee. The following charge schedule is based on costs incurred by Manufacturer and Company for the Product, which may be applied and charged to Customer: (a) 12% of the Purchase Price after the order for the Product(s) is accepted and entered into Manufacturer’s system by Company; (b) 22% of the Purchase Price after completion of approval drawings by Customer, and; (c) 32% of the Purchase Price upon any material requisition made by the Manufacturer for the Product. The cancellation fee will increase in excess of (c) in this Section 6, accordingly, as additional costs are incurred by Manufacturer and Company as the order progresses through engineering and into the manufacturing process. b. Ambulance Sales. This Section 6 for Cancellation/Termination does not apply to Ambulance Sales. An order for an ambulance cannot be cancelled or terminated once Company receives and processes Customer’s Acceptance of Company’s Equipment Proposal. 7. Delivery. The Product is scheduled to be delivered as specified in the Delivery Timing section of the Equipment Proposal (“Delivery Timing”), which will be F.O.B. Company’s facility. The Delivery Timing is an estimate, and Company is not bound to such date unless it otherwise agrees in writing. Company is not responsible for Delivery delays caused by or as the result of actions, omissions or conduct of the Manufacturer, its employees, affiliates, suppliers, contractors, and carriers. All right, title and interest in and to the Product, and risk of loss, shall pass to Customer upon Delivery of the Product(s) to Customer. 8. Standard Warranty. The manufacturer warranties applicable to this Agreement, if any, are attached to Company’s Equipment Proposal as Exhibit A and are incorporated herein as part of the Agreement. a. Disclaimer. EXCEPT AS OTHERWISE SET FORTH IN THIS AGREEMENT, COMPANY, INCLUDING ITS PARENT COMPANY, AFFILIATES, SUBSIDIARIES, AND THEIR RESPECTIVE OFFICERS, DIRECTORS, EMPLOYEES, SHAREHOLDERS, AGENTS OR REPRESENTATIVES DO NOT MAKE ANY REPRESENTATIONS OR WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THE PRODUCTS PROVIDED UNDER THIS AGREEMENT, WHETHER ORAL OR WRITTEN, EXPRESS, IMPLIED OR STATUTORY. WITHOUT LIMITING THE FOREGOING DISCLAIMER, ANY IMPLIED WARRANTY OR CONDITION OF MERCHANTABILITY, IMPLIED WARRANTY AGAINST INFRINGEMENT, AND IMPLIED WARRANTY OR CONDITION OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY EXCLUDED AND DISCLAIMED. STATEMENTS MADE BY SALES REPRESENTATIVES OR IN PROMOTIONAL MATERIALS DO NOT CONSTITUTE WARRANTIES. 9. Limitation of Liability. COMPANY WILL NOT BE LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL, INDIRECT, ECONOMIC, PUNITIVE, SPECIAL OR EXEMPLARY DAMAGES ARISING FROM OR IN ANY WAY CONNECTED WITH THIS AGREEMENT WITHOUT REGARD TO THE NATURE OF THE CLAIM OR THE UNDERLYING THEORY OR CAUSE OF ACTION (WHETHER IN CONTRACT, TORT, STRICT LIABILITY, EQUITY OR ANY OTHER THEORY OF LAW) ON WHICH SUCH DAMAGES ARE BASED. COMPANY’S LIMIT OF LIABILITY UNDER THIS AGREEMENT SHALL BE CAPPED AT THE TOTAL AMOUNT OF THE MONIES PAID BY CUSTOMER TO COMPANY UNDER THIS AGREEMENT. 10. Force Majeure. Company shall not be responsible nor deemed to be in default on account of delays in performance due to causes which are beyond Company’s control or which make Company’s performance impracticable, including but not limited to wars, insurrections, strikes, riots, fires, storms, floods, other acts of nature, explosions, earthquakes, accidents, transportation or delivery delays or losses outside of Company’s control, any act of government, inability or delay of Company or manufacture in obtaining necessary labor or adequate or suitable manufacturing components at reasonable prices, allocation regulations or orders affecting materials, equipment, facilities or completed products, failure to obtain any required license or certificates, acts of God or the public enemy, terrorism, epidemics, quarantine restrictions, failure of vendors to perform their contracts or labor troubles of Company or a manufacturer causing cessation, slowdown, or interruption of work. 11. Customer’s Obligations. Customer shall provide its timely and best efforts to cooperate with Company and Manufacturer during the manufacturing process to create the Product. Reasonable and timely cooperation includes, without limitation, Customer’s providing timely information in response to a request from Manufacturer or Company and Customer’s participation in traveling to Manufacturer’s facility for inspections and approval of the Product. 12. Default. The occurrence of one or more of the following shall constitute a default under this Agreement: (a) Customer’s failure to pay any amounts due under this Agreement or Customer’s failure to perform any of its obligations under this Agreement; (b) Company’s failure to perform any of its obligations under this Agreement; (c) either party becoming insolvent or becoming subject to bankruptcy or insolvency proceedings; (d) any representation made by either party to induce the other to enter into this Agreement, which is false in any material respect; (e) an action by Customer to dissolve, merge, consolidate or transfer a substantial portion of its property to another entity; or (f) a default or breach by Customer under any other contract or agreement with Company. 13. Manufacturer’s Statement of Origin. Company shall retain possession of the manufacturer’s statement of origin (“MSO”) for the Product until the entire Purchase Price has been paid. If more than one Product is covered by this Agreement, Company shall retain the MSO for each individual Product until the Purchase Price for that Product has been paid in full. 14. Arbitration. Any controversy or claim arising out of or relating to this Agreement, or the breach thereof, shall be settled by arbitration administered by the American Arbitration Association in accordance with its Commercial Arbitration Rules, and judgment on the award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. The Arbitration shall take place in Bradenton, Florida. 15. Miscellaneous. The relationship of the parties established under this Agreement is that of independent contractors and neither party is a partner, employee, agent, or joint venture of or with the other. Neither party may assign its rights and obligations under this Agreement without the prior written approval of the other party. This Agreement and all transactions between Ten-8 Fire & Safety, LLC will be governed by and construed in accordance with the laws of the State of Florida. The delivery of signatures to this Agreement may be via facsimile transmission or other electronic means and shall be binding as original signatures. This Agreement shall constitute the entire agreement and supersede any prior agreement between the parties concerning the subject matter of this Agreement. This Agreement may only be modified by an amendment, in writing, signed by duly authorized representatives of both parties with authority to sign such amendments to this Agreement. In the event of a conflict between the Ten-8 Proposal and these Terms and Conditions, the Ten-8 Proposal shall control except in the case of a Cooperative Purchasing Contract as set forth in Section 1(c) and (h) of these Purchasing Terms and Conditions. If any term of this Agreement is determined to be invalid or unenforceable by a competent legal authority, such term will be either reformed or deleted, as the case may be, but only to the extent necessary to comply with the applicable law, regulation, order or rule, and the remaining provisions of the Agreement will remain in full force and effect. Clearwater FSA options list Options MSRP 10% off MSRP Option: Liquid Spring Suspension (Front: 110lbs, Rear: 150lbs) $19,555.56 $17,600.00 Crew Cab instead of regular cab $3,888.89 $3,500.00 Chrome Flanges for M9 $633.33 $570.00 Chrome Flanges for M6 or M7 $111.11 $100.00 Additional 500 LED, R, B or A $272.22 $245.00 Upgrade 900 to M9 LED, R, B, A, R/B, R/A $1,200.00 $1,080.00 Upgrade 900 to M9, All or 1/2 Clear $150.00 $135.00 Additional M9, Red, B, A, R/B, R/A $3,422.22 $3,080.00 Upgrade ION-T to M6 Red, B, A $188.89 $170.00 Additional M6 LED, R, B or A $700.00 $630.00 Add Any Light to Interior of Door (Add to Light Price) $66.67 $60.00 M9 LED Scene, Upgrade $477.78 $430.00 Pioneer Spot & Flood w/Flange, Upgrade PCPSM2C $4,353.33 $3,918.00 Pioneer Single w/Flange, Additional PCPSM1C $1,350.00 $1,215.00 Upgrade Brake/Tail to M6 (Pair) $150.00 $135.00 Upgrade Turn to M6 (Pair) $166.67 $150.00 Upgrade Reverse to M6 (Pair) $194.44 $175.00 295 HFS2 Remote Head $244.44 $220.00 Whelen Howler (Only Available w/ Whelen Siren) $2,300.00 $2,070.00 Buell Dual Air Horns Mounted Under Front Bumper $3,000.00 $2,700.00 LED Running Board Lights $661.11 $595.00 Zico LED Under Body Lights (Per Pair) $1,222.22 $1,100.00 Techniques E-41 LED Strip Lighting in all Compartments $1,166.67 $1,050.00 Mount brake/reverse in lower kickplate $155.56 $140.00 Vanner Inverter / Conditioner w/ Remote Switch, Model LSC12-1100 $2,322.22 $2,090.00 Additional (3rd) Matching Battery (Requires Ordering Exterior Battery Compartment $533.33 $480.00 Upgrade to Kussmaul Auto Eject Shoreline Plug, 20 Amp $694.44 $625.00 Power Door Lock Control Head $722.22 $650.00 Power Door Lock Per Door $1,516.67 $1,365.00 Whelen Round LED Domelights w/Chrome Flange (Upgrade per Lt) $222.22 $200.00 Extra Switch & Pre-Wire (Separate From V-MUX System) $194.44 $175.00 Hidden Switch in Grill for Door Locks (F Series) $466.67 $420.00 Antenna Pre-Wire, (additional per Pre-Wire) All run to cab $311.11 $280.00 Pre-Wire & Ground for Radio, (additional per Pre-Wire) $177.78 $160.00 Auxiliary Condenser $2,088.89 $1,880.00 Upcharge to Install Condensor on Front of Module $972.22 $875.00 Brigade Color Reverse Camera $1,777.78 $1,600.00 6-12V prewires coiled in top of exterior compts. ( All Constant Hot ) $466.67 $420.00 Park override with reset switch in front console to deactivate Opticom and forward $194.44 $175.00 Horn/siren/air horn 3-position switch $194.44 $175.00 Air horn foot switch passenger cab floor $250.00 $225.00 add 1 1/2" conduit from cab to modular box $333.33 $300.00 NOTE: 3rd battery on tray at bottom of #1 Compt ( see Corey for wiring ) $750.00 $675.00 Osage Supply and install Motorola 800 MHZ antenna p/n HAF4016A $444.44 $400.00 Osage Supply and install Sierra Wireless 6-in-1 dome antenna $783.33 $705.00 Whelend Arges remote spotlight in lieu of the Go Light. $1,872.22 $1,685.00 Stryker Performance Load Cot Mount with Inductive Charging $16,800.00 $15,120.00 O2 Regulator for "M" Tank $155.56 $140.00 O2 Flow Meter /Tube-Type $188.89 $170.00 "M" tank mounted in Squad Bench Zico QR-M $694.44 $625.00 6-Point Seat Belt, Per Position Note: Specify Color (If no color is chosen, black will be provided: Black___X____ Orange_______ Red_______ Yellow_______$2,266.67 $2,040.00 Cabinet Over Squad Bench, (Requires 43" Between Bench Cushion & Cabinet) (Standard in 2168) $466.67 $420.00 Tilt-up Speed Load Cabinet Windows, w/latch (per window) $316.67 $285.00 Interior Access to Exterior Compartment $522.22 $470.00 Track-Type Adjustable Shelves in Interior Cabinets, (per shelf) $88.89 $80.00 Additional Adjustable Shelf & Light in ALS $177.78 $160.00 Glove Storage Over Side Entry Door $500.00 $450.00 Café Double Doors, (Warrior) $350.00 $315.00 Southco Stainless Steel Latches, (per Latch) $722.22 $650.00 Drawer for General Storage (Indicate Location) $1,366.67 $1,230.00 A-Bar w/Sharps & Waste @ Head of Squad Bench, SS Removable (Warrior Models Only) This Bar shall be treated with Agion Anit-Bacterial Coating $1,266.67 $1,140.00 Custom Headroom. Fill in Height ____72"____ $833.33 $750.00 Move exhaust vent to right side $111.11 $100.00 Glove Storage over CPR Seat $527.78 $475.00 Glove Boxes on rear of console $361.11 $325.00 Compartment Over Wheel Well w/ Rollout Drawer $1,555.56 $1,400.00 Change Exterior Compartment Size $888.89 $800.00 Double Door on Exterior Compartment ILO Single Door $1,222.22 $1,100.00 Dry Deck All Compartments $750.00 $675.00 Adjustable Shelving Unit in Exterior Compartment w/One Shelf 12"-30" wide $250.00 $225.00 Adjustable Shelving Unit in Exterior Compartment w/One Shelf 30"-48" wide $261.11 $235.00 Additional Shelf in Exterior Compartment 12"-30" wide $166.67 $150.00 Additional Shelf in Exterior Compartment 30"-48" wide $177.78 $160.00 Aluminum Backboard Divider $566.67 $510.00 Grip Strut in running boards $444.44 $400.00 1pr. Rubber Mud Flaps for Front Wheels $133.33 $120.00 Fire Extinguisher, 5lb $166.67 $150.00 C Channels in #5 for SCBA $244.44 $220.00 24" fixed shelf Compartment 4 exterior at 17" from the floor $166.67 $150.00 SCBA reinforcement back of #4 & #1 $527.78 $475.00 C-channel in #4 exterior $244.44 $220.00 Full-width fixed shelf for #1 Ship Loose $166.67 $150.00 False floor in #1 compartment above battery $250.00 $225.00 Paint Cab (Door jams included) $8,333.33 $7,500.00 Any Color of Paint other than White $1,666.67 $1,500.00 Wet Sand & Buff $4,088.89 $3,680.00 Paint Roof White $1,055.56 $950.00 Options Total $102,568.00 FSA Osage Warrior Item #259 $290,680.00 STF Items - SCBA Brackets, Iron Slot Kit $688.00 STF Labor - Installation of SCBA brackets, Iron Slot Kit $313.20 Model year discount ($21,593.20) Graphics at 24 Seven $4,500.00 Total $0.00 $377,156.00 25-744 Florida Sheriff’s Association Contract FSA25-VEF19.0 / Fire & Rescue Vehicles, Boats & Equipment Effective: 04/1/2025 thru 3/31/2027 The Florida Sheriffs Association (flsheriffs.org) Follow the purchasing instructions and remember to send a copy of your purchase order the FSA Cooperative Purchasing Program at COOP@FlSheriffs.org. FSA Cooperative Purchasing Program FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment Contract Packet NOTICE OF FINAL AWARD CONTRACT FSA25-VEF19.0 Fire & Rescue Vehicles, Boats & Equipment Date: April 1, 2025 To: All Prospective Bidders and Purchasers From: Matt Dunagan, Executive Director Sarrah Glassner, Deputy Executive Director of Administration Re: Contract Number FSA25-VEF19.0 Fire & Rescue Vehicles, Boats & Equipment: Contract Awards We are pleased to announce that the Florida Sheriffs Association (FSA) has successfully completed its latest nationwide cooperative bid for Fire & Rescue Vehicles, Boats & Equipment. This contract is in effect beginning April 1, 2025, through March 31, 2027. This notification is for the Florida Sheriffs Association (FSA), Cooperative Purchasing Program (CPP) Award for contract FSA25-VEF19.0 Fire & Rescue Vehicles, Boats & Equipment. All bids were received in a timely manner, reviewed, and evaluated by the FSA and its Fleet Advisory Committee. The contract specifications include: • Airport Rescue Fire Fighting Apparatus (ARFF) • Emergency Transport Utflity Vehicles • Fire Apparatus – Initfal Attack • High Water Rescue Vehicle – Amphibious • High Water Rescue Vehicle – Non-Amphibious • High Water Rescue Vehicle – UTV • Mid Mounted Aerial Apparatus • Mid Mounted Aerial Platiorm • Mobile Command Unit • Mobile Water Supply Fire Apparatus – Single or Dual Axle • Outboard Engines • Pumper Commercial 2-Door • Pumper- Electric (EV) • Pumper – Level 1 Custom 4-Door Chassis • Pumper – Level 2 Custom 4-Door Chassis • Rear Mounted Aerial Apparatus • Rear Mounted Aerial Platiorm • Rescue Apparatus – Heavy • Rescue Appartus – Medium • Resue Apparatus – Walk-In • Tractor-Drawn Aerial Apparatus • Type I Ambulance: 4x2 Wheel Drive (4x4 Optfon), Medium Duty, Diesel Engine (Gas Engine Optfon) • Type I Ambulance: 4x2 Wheel Drive (4x4 Optfon), Regular Cab, Diesel Engine (Gas Engine Optfon) • Type II Ambulance: 4x2 Wheel Drive, Van, Gas or Diesel Engine • Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine • Wildland Fire Apparatus The competitive process for this award began in August 2024, when FSA Fleet Advisory Committee, bidders, and stakeholders provided input regarding vehicle and equipment procurement needs. Specifications were developed based on prior years activity, and new additions were included based on feedback from the FSA Committee, bidders, and stakeholders. Advertisements of the Invitation to Bid (ITB) were placed on the FSA website on August 26, 2024, and within the Florida Administrative Register on August 26, 2024, and October 3, 2024. From the ITB, 33 bidders completed the pre-bid process. Of these respondents, 13 submitted bids. 10 responsive bidders were awarded after bids were evaluated by the FSA Fleet Advisory Committee and FSA staff. The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions to procure this contract. Contract prices are extended and guaranteed to any local government or political subdivision of the state, public educational institutions, other public agencies or authorities with the State of Florida, and other entities approved by the manufacturer to participate in this contract. Out-of-state sales are permitted under this contract. All purchasers are bound by their local governing purchasing ordinances, rules and regulations. All awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions. List of Intended Awards in Alphabetical Order: 1. ETR, L.L.C. 2. Excellance, Inc. 3. Love Power Equipment, Inc. 4. Matheny Fire & Emergency 5. Ring Power Corporatfon 6. Sherp USA 7. South Florida Emergency Vehicl 8. Ten-8 Fire & Safety, LLC 9. Toyne, Inc. 10. Warrior Brush Trucks The final award page document for all awarded bid items is attached. A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment Final Award Report Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Fire Apparatus - Initial Attack Item:33, E-ONE, Ford F-550 2-Door 4x2, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $357,668.00 480 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Fire Apparatus - Initial Attack Item:34, Fouts Bros, First Out Untility Rescue, Fouts F.O.U.R Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary South Florida Emergency Vehicle $368,241.00 8 Months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Fire Apparatus - Initial Attack Item:35, Pierce Manufacturing Inc., Ford F-550 MP, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $385,076.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Fire Apparatus - Initial Attack Item:37, Skeeter Emergency Vehicles, Initial Attack, Initial Attack Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $399,951.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Fire Apparatus - Initial Attack Item:38, Toyne, Ford Initial Attack, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Toyne, Inc.$337,714.00 825 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mid Mounted Aerial Platform Item:62, E-ONE, Typhoon - Aluminum, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,058,932.00 1320 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mid Mounted Aerial Platform Item:63, Ferrara Fire Apparatus, Inc., Ferrara Inferno XD100, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,069,485.00 720 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mid Mounted Aerial Platform Item:64, Pierce Manufacturing Inc., Enforcer Ascendant Aerial Tower - Steel, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,938,788.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mid Mounted Aerial Platform Item:66, Spartan ER, Gladiator LT, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,521,517.00 600 Days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mid Mounted Aerial Platform Item:67, Spartan ER, Gladiator SFA 100`, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,206,101.00 600 Days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mid Mounted Aerial Platform Item:70, Seagrave, Marauder 95` Aerialscope, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,984,118.00 1400 days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:132, E-ONE, Cyclone II 100` - Aluminum, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,428,181.00 1320 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:133, E-ONE, Cyclone II 137` - Aluminum, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,568,349.00 1320 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:134, E-ONE, Typhoon 75` - Aluminum, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,208,901.00 1320 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:135, E-ONE, Typhoon 78` - Aluminum, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,259,814.00 1320 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:136, Ferrara Fire Apparatus, Inc., Ferrara Cinder XD96, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,296,443.00 720 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:138, Ferrara Fire Apparatus, Inc., Ferrara Inferno XD100 77`, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,330,076.00 720 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:139, Ferrara Fire Apparatus, Inc., Ferrara Inferno XD100 107`, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,583,200.00 720 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:140, Pierce, Enforcer, Tandem 107` Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,475,633.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:141, Pierce Manufacturing Inc., Enforcer - Aluminum, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,570,401.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:142, Pierce Manufacturing Inc., Enforcer 105` - Steel, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,459,184.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:143, Pierce Manufacturing Inc., Enforcer 107` - Steel, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,416,945.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:144, Pierce Manufacturing Inc., Enforcer 75` - Steel, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,286,932.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:145, Pierce Manufacturing Inc., Saber - Aluminum, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,294,329.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:147, Spartan ER, Gladiator LT, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,035,902.00 850 Days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:148, Spartan ER, Gladiator SFA 105`, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,848,946.00 600 days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:149, Spartan ER, Gladiator SFA 125`, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,928,911.00 600 days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:150, Spartan ER, Metro LT, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,489,159.00 850 days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:151, Spartan ER, Metro SFA, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,620,878.00 600 days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:152, Seagrave, Marauder 75`- Steel, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,878,264.00 1400 days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:153, Seagrave, Marauder100`- Steel, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,100,870.00 1400 days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Apparatus Item:154, Toyne, Metro Star Rear Mounted Aerial 75`, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Toyne, Inc.$1,465,475.00 825 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Platform Item:155, E-ONE, Cyclone II - Platform Aluminum, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,740,487.00 1320 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Platform Item:156, Ferrara Fire Apparatus, Inc., Ferrara Inferno XD100, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,813,170.00 720 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Platform Item:157, Pierce, Enforcer, 100` Aluminum Rear Mount Platform Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,794,129.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Platform Item:158, Pierce Manufacturing Inc., Enforcer 100` - Steel, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,696,590.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Platform Item:159, Pierce Manufacturing Inc., Enforcer 110` - Steel, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,473,858.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rear Mounted Aerial Platform Item:161, Seagrave, Marauder105`- Steel, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,423,475.00 1400 days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Heavy Item:162, E-ONE, Cyclone II, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $849,023.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Heavy Item:163, E-ONE, Typhoon, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $805,076.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Heavy Item:164, Ferrara Fire Apparatus, Inc., Ferrara Cinder XD96, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $711,392.00 810 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Heavy Item:165, Pierce, Heavy Duty Rescue, Heavy Duty Rescue Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $856,287.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Heavy Item:166, Pierce Manufacturing Inc., Enforcer, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $856,287.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Heavy Item:168, Spartan ER, Gladiator, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $802,039.00 850 Days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Heavy Item:169, Spartan ER, Metro, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $752,722.00 850 Days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Heavy Item:170, Seagrave, Marauder, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,384,700.00 1300 days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Wildland Fire Apparatus Item:311, Matheny, Ford F-550 2-Door, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $187,550.00 550 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Wildland Fire Apparatus Item:314, Skeeter, Ford, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $223,335.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Wildland Fire Apparatus Item:315, Skeeter, Freightliner, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $319,938.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Wildland Fire Apparatus Item:317, South Florida Emergency Vehicles, Ford SFEV Brush, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary South Florida Emergency Vehicle $239,883.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Wildland Fire Apparatus Item:318, Toyne, Ford Wildland Attack Brush Rescue Unit, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Toyne, Inc.$251,209.00 825 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Wildland Fire Apparatus Item:319, Warrior Brush Trucks, Wildland Fire Brush Truck, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Warrior Brush Trucks $178,759.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Emergency Transport Utility Vehicles Item:32, Skeeter Emergency Vehicles, Polaris Emergency Transport Vehicle, Polaris Emergency Transport Vehicle Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $87,176.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Outboard Engines Item:101, Cox Marine, CX0300, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ring Power Corporation $62,056.00 30 days Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:199, Braun, Chevrolet CV5500 Chief XL, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $335,695.00 28 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:200, Braun, Freightliner M2 Super Chief, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $425,571.00 28 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:201, Braun, International MV Super Chief, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $429,040.00 28 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:202, Demers, Chevrolet CV5500 MXP170, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $290,430.00 25 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:203, ETR/AEV Chevrolet, Chevrolet 6500 Heavy Duty, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$273,051.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:204, ETR/AEV Freightliner, Freightliner M2, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$320,107.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:205, ETR/AEV International, International CV 515, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$281,335.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:206, ETR/AEV International, International MV 607, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$316,324.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:207, Excellance, Dodge 5500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Excellance, Inc.$321,363.00 18-30 after receipt of all customer-supplied items, signed documents, and receipt of chassis Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:208, Excellance, Freightliner M2, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Excellance, Inc.$328,386.00 18-30 after receipt of all customer-supplied items, signed documents, and receipt of chassis Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:209, Horton, Freightliner M2, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$321,913.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:210, Horton, International MV 607, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$315,669.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:211, Osage, Freightliner M2 Super Warrior, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $390,373.00 36 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:212, Osage, International MV Super Warrior, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $400,780.00 36 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:213, Road Rescue, Chevrolet 5500 Heavy Duty, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $307,336.00 1080 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:214, Road Rescue, Freightliner M2, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $326,585.00 1080 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:215, Road Rescue, International CV, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $317,653.00 1080 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:216, Road Rescue, International MV, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $315,995.00 1080 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:217, Wheeled Coach, Freightliner, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $299,001.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:218, Wheeled Coach, International 160x95x72, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $262,334.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) Item:219, Wheeled Coach, International 170x95x72, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $293,420.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:220, Braun, Chevy CK3500 Express Plus, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $275,188.00 28 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:221, Braun, Ford F-450 Express Plus, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $289,593.00 28 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:222, Braun, Ford F-550 Chief XL, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $328,695.00 28 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:223, Braun, Ram 4500 Express Plus, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $290,628.00 28 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:224, Braun, Ram 5500 Chief XL, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $326,941.00 28 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:225, Crestline, Chevy CK3500 CCL 150, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $196,422.00 24 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:226, Crestline, Ford F-350 CCL 150, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $199,700.00 24 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:227, Crestline, F450 CCLXL, F450 CCLXL Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $234,545.00 24 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:228, Demers, Ford F-450 MXP150, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $259,702.00 25 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:229, Demers, Ford F-550 MXP170, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $282,350.00 25 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:230, Demers, Ram 4500 MXP150, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $260,256.00 25 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:231, Demers, Ram 5500 MXP170, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $290,240.00 25 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:232, ETR/AEV Chevrolet, Chevrolet 3500 Heavy Duty, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$232,184.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:233, ETR/AEV Chevrolet, Chevrolet 4500 Heavy Duty, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$262,003.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:234, ETR/AEV Chevrolet, Chevrolet 5500 Heavy Duty, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$270,146.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:235, ETR/AEV Dodge, Dodge 3500 145x92x68, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$251,141.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:236, ETR/AEV Dodge, Dodge 3500 148x95x68, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$251,141.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:237, ETR/AEV Dodge, Dodge 4500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$271,924.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:238, ETR/AEV Dodge, Dodge Ram 5500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$276,067.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:239, ETR/AEV Ford, Ford F-350 145x92x68, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$231,062.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:240, ETR/AEV Ford, Ford F-350 148x95x68, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$258,115.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:241, ETR/AEV Ford, Ford F-450 148x95x68, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$268,805.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:242, ETR/AEV Ford, Ford F-450 172x95x68, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$273,475.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:243, ETR/AEV Ford, Ford F-550, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$273,883.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:244, Excellance, Dodge 4500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Excellance, Inc.$319,788.00 18-30 after receipt of all customer-supplied items, signed documents, and receipt of chassis Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:245, Excellance, Ford F-450, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Excellance, Inc.$316,663.00 18-30 after receipt of all customer-supplied items, signed documents, and receipt of chassis Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:246, Horton, Chevrolet C3500 Heavy Duty, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$275,317.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:248, Horton, Dodge Ram 4500 - 603, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$304,545.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:249, Horton, Dodge Ram 4500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$303,169.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:250, Horton, Dodge Ram 5500 - 603, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$303,047.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:251, Horton, Dodge Ram 5500 - 623, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$306,254.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:252, Horton, Dodge Ram 5500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$306,532.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:253, Horton, Ford F-350, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$286,656.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:254, Horton, Ford F-450 - 603, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$297,238.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:255, Horton, Ford F-450, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$297,238.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:256, Horton, Ford F-550 - 603, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$298,111.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:257, Horton, Ford F-550, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$290,881.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:258, Osage, Ford F-550 Super Warrior, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $308,671.00 36 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:259, Osage, Ford F-450 Warrior, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $290,680.00 36 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:260, Osage, Ram 4500 Warrior, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $281,295.00 36 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:261, Osage, Ram 5500 Super Warrior, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $298,829.00 36 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:262, Road Rescue, Dodge Ram 4500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $282,329.00 1080 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:263, Road Rescue, Dodge Ram 5500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $288,683.00 1080 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:264, Road Rescue, Ford F-450, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $277,827.00 1080 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:265, Road Rescue, Ford F-550, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $286,893.00 1080 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:266, Wheeled Coach, Chevrolet 3500 146x90x68, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $196,331.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:267, Wheeled Coach, Chevrolet 3500 153x95x67, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $229,701.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:268, Wheeled Coach, Dodge Ram 3500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $236,260.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:269, Wheeled Coach, Dodge Ram 4500 153x95x67, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $258,566.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:270, Wheeled Coach, Dodge Ram 4500 170x95x72, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $271,788.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:271, Wheeled Coach, Dodge Ram 5500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $269,855.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:272, Wheeled Coach, Ford F-350 146x90x68, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $201,958.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:273, Wheeled Coach, Ford F-350 153x95x67, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $235,340.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:274, Wheeled Coach, Ford F-450 153x95x67, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $256,094.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:275, Wheeled Coach, Ford F-450 170x95x72, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $266,077.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) Item:276, Wheeled Coach, Ford F-550, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $267,643.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:285, Braun, Chevrolet 4500 Chief XL, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $268,030.00 28 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:286, Braun, Ford E-450 Chief XL, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $270,232.00 28 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:287, Crestline, Chevrolet 3500 CCL 150, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $163,106.00 24 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:288, Crestline, Ford E-350 CCL 150, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $165,083.00 24 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:289, Crestline, E450 CCLXL, E450 CCLXL Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $188,768.00 24 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:290, Demers, Chevrolet 4500 MX170, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $230,667.00 25 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:291, Demers, Ford E-450 MX170, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $235,368.00 25 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:292, ETR/AEV Chevrolet, Chevrolet G3500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$214,555.00 12-24 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:293, ETR/AEV Chevrolet, Chevrolet G4500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$222,763.00 12-24 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:294, ETR/AEV Ford, Ford E-350 145x92x68, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$198,186.00 12-24 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:295, ETR/AEV Ford, Ford E-350 145x95x68, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$215,564.00 12-24 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:296, ETR/AEV Ford, Ford E-450, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$221,951.00 12-24 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:297, ETR/AEV Sprinter, Sprinter 3500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$226,820.00 12-24 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:298, Excellance, Ford E-450, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Excellance, Inc.$249,730.00 18-30 after receipt of all customer-supplied items, signed documents, and receipt of chassis Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:299, Horton, Ford XLE E-450, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$248,191.00 24-30 Months Based on Options Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:300, Osage, Chevrolet 4500 Super Warrior, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $250,578.00 36 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:301, Osage, Ford E-450 Super Warrior, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $250,819.00 36 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:302, Road Rescue, Chevrolet G3500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $242,296.00 1080 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:303, Road Rescue, Chevrolet G4500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $250,888.00 1080 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:304, Road Rescue, Ford E-450, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $249,099.00 1080 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:305, Wheeled Coach, Chevrolet G3500 146x90x68, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $166,897.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:306, Wheeled Coach, Chevrolet G3500 153x95x72, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $204,886.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:307, Wheeled Coach, Chevrolet G4500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $217,057.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:308, Wheeled Coach, Ford E-350 146x90x68, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $167,672.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:309, Wheeled Coach, Ford E-350 153x95x72, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $201,560.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Item:310, Wheeled Coach, Ford E-450, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $216,384.00 910 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type II Ambulance: 4x2 Wheel Drive, Van, Gas or Diesel Engine Item:277, Demers, T-250 Eco-Boost TES, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $128,932.00 8 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type II Ambulance: 4x2 Wheel Drive, Van, Gas or Diesel Engine Item:278, ETR/AEV Chevrolet, Chevrolet G3500, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$129,246.00 12 Months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type II Ambulance: 4x2 Wheel Drive, Van, Gas or Diesel Engine Item:279, ETR/AEV Ford, Ford Transit T-250 Gas, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary ETR, L.L.C.$137,379.00 12 Months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type II Ambulance: 4x2 Wheel Drive, Van, Gas or Diesel Engine Item:280, FR Conversions, Ford Transit Intrepid, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $115,436.00 6 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type II Ambulance: 4x2 Wheel Drive, Van, Gas or Diesel Engine Item:281, FR Conversions, Ram Promaster 2500 Pioneer II, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $109,542.00 6 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type II Ambulance: 4x2 Wheel Drive, Van, Gas or Diesel Engine Item:282, Osage, Ford Transit Travois, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $138,050.00 24 months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Type II Ambulance: 4x2 Wheel Drive, Van, Gas or Diesel Engine Item:284, Wheeled Coach, Ford Transit MR, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $126,577.00 210 days (please contact manufacturer for current build times)Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:78, E-ONE, Freightliner 1800 gal, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $382,358.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:79, E-ONE, Freightliner 2000 gal, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $385,143.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:80, E-ONE, Freightliner 2500 gal, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $419,771.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:81, E-ONE, Freightliner 3000 gal, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $434,097.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:82, E-ONE, International 1800 gal, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $398,341.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:83, E-ONE, International 2500 gal, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $429,789.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:84, E-ONE, International 3000 gal, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $437,899.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:86, Fouts Bros, Tanker - 2000 Gallons, WST3000 Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary South Florida Emergency Vehicle $493,171.00 8 Months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:87, Pierce Manufacturing Inc., Freightliner Dryside Single Rear Axle, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $474,970.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:88, Pierce Manufacturing Inc., Freightliner Dryside Tandem Rear Axle, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $505,533.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:89, Pierce Manufacturing Inc., Freightliner BX Single Rear Axle, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $437,166.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:90, Pierce Manufacturing Inc., Freightliner BX Tandem Rear Axle, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $468,183.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:93, Pierce Manufacturing Inc., Saber Dryside Single Rear Axle, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $760,197.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:94, Pierce Manufacturing Inc., Saber Dryside Tandem Rear Axle, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $844,060.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:96, Skeeter Emergency Vehicles, Single Axle Tanker, Single Axle Tanker Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $434,224.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:97, Skeeter Emergency Vehicles, Tandem Axle Tanker, Tandem Axle Tanker Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $497,436.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:98, Toyne, Freightliner 2100 gallon wetside, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Toyne, Inc.$354,869.00 825 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:99, Toyne, Freightliner 2500 gallon dryside, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Toyne, Inc.$424,061.00 825 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Water Supply Fire Apparatus - Single or Dual Axle Item:100, Toyne, Freightliner 3000 gallon dryside, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Toyne, Inc.$429,502.00 825 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Commercial 2-Door Item:103, E-ONE, Freightliner 2-Door, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $383,319.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Commercial 2-Door Item:104, E-ONE, International 2-Door, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $393,359.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Commercial 2-Door Item:106, Fouts Bros, Commercial Chassis Pumper, Commercial Chassis Pumper Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary South Florida Emergency Vehicle $496,194.00 8 Months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Commercial 2-Door Item:107, Pierce Manufacturing Inc., Freightliner, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $446,418.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Commercial 2-Door Item:108, Pierce Manufacturing Inc., Freightliner BXP, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $452,923.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Commercial 2-Door Item:110, Toyne, Freightliner Commercial Pumper, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Toyne, Inc.$376,701.00 825 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Commercial 2-Door Item:111, Toyne, International Commercial Pumper, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Toyne, Inc.$404,152.00 825 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Electric (EV) Item:112, E-ONE, Vector, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,399,712.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Electric (EV) Item:113, Ferrara Fire Apparatus, Inc., Vector, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,407,250.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Electric (EV) Item:114, Pierce, Enforcer, Volterra EV Pumper Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,967,084.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Electric (EV) Item:116, Spartan ER, Vector, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,408,283.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 1 Custom 4-Door Chassis Item:117, E-ONE, Cyclone II, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $740,130.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 1 Custom 4-Door Chassis Item:118, E-ONE, Typhoon, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $722,978.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 1 Custom 4-Door Chassis Item:119, Ferrara Fire Apparatus, Inc., Ferrara Cinder XD96, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $789,036.00 810 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 1 Custom 4-Door Chassis Item:120, Fouts Bros, Custom Pumper, FB-94 Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Price Lead Time Build File Nationwide Primary Vendor South Florida Emergency Vehicle $685,326.00 8 Months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 1 Custom 4-Door Chassis Item:121, Pierce Manufacturing Inc., Saber, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $727,028.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 1 Custom 4-Door Chassis Item:123, Spartan ER, Metro, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $972,344.00 800 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 1 Custom 4-Door Chassis Item:124, Toyne, Metro Star Level 1 Custom Pumper, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Toyne, Inc.$647,085.00 825 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 2 Custom 4-Door Chassis Item:125, E-ONE, Cyclone II, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $876,498.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 2 Custom 4-Door Chassis Item:126, E-ONE, Typhoon, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $830,938.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 2 Custom 4-Door Chassis Item:127, Ferrara Fire Apparatus, Inc., Ferrara Inferno XD100, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $838,997.00 810 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 2 Custom 4-Door Chassis Item:128, Pierce Manufacturing Inc., Enforcer, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $814,658.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 2 Custom 4-Door Chassis Item:130, Seagrave, Marauder, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,122,821.00 1300 days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 2 Custom 4-Door Chassis Item:131, Toyne, Gladiator Level 2 Custom Pumper, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Toyne, Inc.$714,960.00 825 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Medium Item:172, BME Fire Trucks, Medium Duty Rescue, Medium Duty Rescue Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $534,127.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Medium Item:173, E-ONE, Freightliner M2, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $319,928.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Medium Item:174, E-ONE, International, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $329,774.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Medium Item:176, Fouts Bros, Medium Duty Rescue, Medium Duty Rescue Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary South Florida Emergency Vehicle $551,106.00 8 Months Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Medium Item:180, Skeeter Emergency Vehicles, Medium Duty Rescue, Medium Duty Rescue Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $319,509.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Medium Item:181, Spartan ER, Freightliner M2, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $450,565.00 800 Days after order Receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Medium Item:183, Toyne, Freightliner Medium Duty Rescue, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Toyne, Inc.$399,714.00 825 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Walk-In Item:184, E-ONE, Typhoon, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $742,041.00 1050 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Walk-In Item:185, Frontline Communications, Freightliner Frontline C30, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $616,756.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Walk-In Item:186, Frontline Communications, Freightliner Frontline C35, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $708,142.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Walk-In Item:187, Frontline Communications, Freightliner Frontline C40, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $775,108.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Walk-In Item:188, Frontline Communications, Saber Frontline C40, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,216,851.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Walk-In Item:189, Pierce Manufacturing, Inc., Enforcer Walk-In, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $930,308.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Rescue Apparatus - Walk-In Item:192, Seagrave, Marauder, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $1,469,146.00 1300 days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Mobile Command Unit Item:77, Frontline Communications, CRU-22, CRU-22 Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $353,080.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Tractor-Drawn Aerial Apparatus Item:194, Ferrara Fire Apparatus, Inc., Ferrara Inferno XD100, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,349,167.00 810 after receipt of order Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Tractor-Drawn Aerial Apparatus Item:195, Pierce Manufacturing Inc., Enforcer - Steel, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,794,391.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Tractor-Drawn Aerial Apparatus Item:197, Spartan ER, Gladiator, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,207,560.00 850 Days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Tractor-Drawn Aerial Apparatus Item:198, Seagrave, Marauder - 100` Steel, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Matheny Fire & Emergency $2,482,518.00 1400 days after order receipt Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Airport Rescue Fire Fighting Apparatus (ARFF) Item:1, Oshkosh Airport Products, Striker 4x4, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,220,098.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Airport Rescue Fire Fighting Apparatus (ARFF) Item:2, Oshkosh Airport Products, Striker 6x6, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $1,287,869.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Airport Rescue Fire Fighting Apparatus (ARFF) Item:3, Oshkosh Airport Products, Striker 8x8, N/A Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $2,370,636.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Airport Rescue Fire Fighting Apparatus (ARFF) Item:4, Global ARFF, Attackmaster QRV, Attackmaster QRV Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $499,502.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:High Water Rescue Vehicle - Non-Amphibious Item:57, Skeeter Emergency Vehicles, High Water Rescue Vehicle 4x4, High Water Rescue Vehicle 4x4 Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Ten-8 Fire & Safety, LLC $319,825.00 Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:High Water Rescue Vehicle - Amphibious Item:55, Sherp, Sherp N, N1200 Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Sherp USA $169,650.00 6 Weeks Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:High Water Rescue Vehicle - UTV Item:58, ARGO, SASQUATCH, SASQUATCH XTX Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Love Power Equipment, Inc $187,999.00 6-8 weeks Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:High Water Rescue Vehicle - UTV Item:59, ARGO, AURORA, 950 SAR 8X8 Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Love Power Equipment, Inc $33,999.00 6-8 WEEKS Build Bid Award Contract: FSA25-VEF19.0, Fire & Rescue Vehicles, Boats, and Equipment Group:High Water Rescue Vehicle - UTV Item:60, ARGO, AURORA, 950 8X8 Description:Refer FSA Base Specications PDF document. Model Upgrade/Downgrade: Zone Rank Vendor Price Lead Time Build File Nationwide Primary Love Power Equipment, Inc $33,599.00 6-8 WKS Build A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment How to Order A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment Awarded Vendor Contract Signature Pages FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment Docusign Envelope ID: D3381740-8D51-4B1A-82D8-68572323C27A 700 S French Avenue, Sanford FL 32771 JERRY@ETRLLC.ORG Jerry Michaluk 3/24/2025 ETR, L.L.C. ETR, L.L.C. FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment Docusign Envelope ID: 6424CF30-BED6-4358-871B-6D1DC138E523 charlie@excellance.com Chalie Epps Excellance, INC. Excellance, INC. 1635 HARVEST, ALA. 35749 3/24/2025 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment Docusign Envelope ID: 75C1080C-532F-4A0F-B697-759D52F7E2F0 Ed Gurry 2081 South Suncoast Blvd Homosassa Fl 34448 ed.gurry@lovepowerequipment.com 3/20/2025 Love Power Equipment, Inc Love Power Equipment, Inc FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment Docusign Envelope ID: CDF945D2-5C5B-4317-B2BC-92E983041540 DDaniels@mathenyfire.com 725 SW 46th Ave, Ocala, FL 34474 3/21/2025 Dee Daniels Matheny Fire & Emergency Matheny Fire & Emergency FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment Docusign Envelope ID: 958379AA-13F3-4228-9D95-DC7841B7E5D0 3/21/2025 Jay Lusk jay.lusk@ringpower.com Ring Power Corporation Ring Power Corporation 500 World Commerce Parkway, St Augustine Fla 32092 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment Docusign Envelope ID: A5D3E66F-27C9-4D03-8C95-F31E5F1F8CA8 South Florida Emergency Vehicles LLC kcreese@sflev.com Ken Creese 3/20/2025 South Florida Emergency Vehicles LLC 4655 Cummins Court Fort Myers Florida 33905 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment Docusign Envelope ID: D804C4FD-BD71-44A5-8F73-E63632CAFF73 489 Amos Way NW Brian Wolf 3/26/2025 SHerp USA SHerp USA brian@sherpusa.com FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment Docusign Envelope ID: ED33E9EE-66F6-4753-8D26-7720BF3C0CD7 Ten-8 Fire & Safety, LLC 1112 Manatee Avenue E. Bradenton, FL 34208 Cindy Morgan cmorgan@ten8fire.com Ten-8 Fire & Safety, LLC 3/20/2025 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment Docusign Envelope ID: FDACEC6D-F466-4CF9-B6A9-D8F64BD0C7ED 104 Granite Ave., Breda IA 51436 Toyne Inc. Michael D. Schwabe royce@tacticalfirevehicles.com Toyne Inc. 3/24/2025 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment Docusign Envelope ID: 59CEE19D-AD68-4688-9AE7-3556B8209C61 Chemical Containers, Inc. 413 ABC Road Lake Wales, Florida 33859 Chemical Containers, Inc. 3/20/2025 Andrew Motis gov@chemicalcontainers.com A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment Base Specifications Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 1 Item Groups Summary ............................................................................................................................... 2 Airport Rescue Fire Fighting Apparatus (ARFF) ......................................................................................... 3 Fire Apparatus - Initial Attack .................................................................................................................... 4 Mid Mounted Aerial Apparatus ................................................................................................................. 6 Mid Mounted Aerial Platform ................................................................................................................... 9 Mobile Water Supply Fire Apparatus - Single or Dual Axle ..................................................................... 12 Pumper - Commercial 2-Door .................................................................................................................. 14 Pumper - Electric (EV) .............................................................................................................................. 16 Pumper - Level 1 Custom 4-Door Chassis ................................................................................................ 18 Pumper - Level 2 Custom 4-Door Chassis ................................................................................................ 20 Rear Mounted Aerial Apparatus .............................................................................................................. 22 Rear Mounted Aerial Platform ................................................................................................................ 25 Rescue Apparatus - Heavy ....................................................................................................................... 28 Rescue Apparatus - Medium ................................................................................................................... 30 Rescue Apparatus - Walk-In ..................................................................................................................... 32 Tractor-Drawn Aerial Apparatus .............................................................................................................. 34 Wildland Fire Apparatus 4x4 ................................................................................................................... 37 Battery Powered Rescue Tools ................................................................................................................ 39 Emergency Transport Utility Vehicles ...................................................................................................... 40 Enclosed Breathing Air Compressor - Vertical, Electric Motor ................................................................ 42 Fire Rescue, EMS, and Patrol Boats ......................................................................................................... 43 Outboard Engines .................................................................................................................................... 45 Personal Watercraft (PWC) ...................................................................................................................... 46 Stationary Containment Fill Station (SCFS) .............................................................................................. 47 Ambulance Item Group Requirements .................................................................................................... 48 Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) ..... 49 Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty Regular Cab, Diesel Engine (Gas Engine Option) ......................................................................................................................................... 51 Type II Ambulance: 4x2 Wheel Drive, Van, Gas or Diesel Engine ............................................................ 53 Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine ............................................ 55 High Water Rescue Vehicle - Amphibious ............................................................................................... 57 High Water Rescue Vehicle - Non-Amphibious ....................................................................................... 58 High Water Rescue Vehicle - UTV ............................................................................................................ 60 Mobile Command Unit ............................................................................................................................ 61 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 2 Item Groups Summary All bid items shall be built to manufacturer base specifications for the item or model number indicated and shall include all standard manufacturer equipment unless otherwise specified. All items factory installed unless otherwise indicated. Fire Apparatus • Airport Rescue Fire Fighting Apparatus (ARFF) • Fire Apparatus - Initial Attack • Mid Mounted Aerial Apparatus • Mid Mounted Aerial Platform • Mobile Water Supply Fire Apparatus - Single or Dual Axle • Pumper - Commercial 2-Door • Pumper - Electric (EV) • Pumper - Level 1 Custom 4-Door Chassis • Pumper - Level 2 Custom 4-Door Chassis • Rear Mounted Aerial Apparatus • Rear Mounted Aerial Platform • Rescue Apparatus - Heavy • Rescue Apparatus - Medium • Rescue Apparatus - Walk-In • Tractor-Drawn Aerial Apparatus • Wildland Fire Apparatus Fire & Rescue Equipment • Battery Powered Rescue Tools • Emergency Transport Utility Vehicles • Enclosed Breathing Air Compressor - Vertical, Electric Motor* • Fire Rescue, EMS, and Patrol Boats • Outboard Engines • Personal Watercraft • Stationary Containment Fill Station (SCFS)* Ambulance Vehicles • Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) • Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) • Type II Ambulance: 4x2 Wheel Drive, Van, Gas or Diesel Engine • Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine Other Vehicles • High Water Rescue Vehicle - Amphibious* • High Water Rescue Vehicle - Non-amphibious* • High Water Rescue Vehicle – UTV* • Mobile Command Unit *Indicates that this is a new item group for FSA25-VEF19.0 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 3 Airport Rescue Fire Fighting Apparatus (ARFF) In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). USDOT/FAA procurement specification AC 150/5220-10E. When requested by the purchaser, Vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient GVWR to safely accommodate all options selected by the purchaser. Bidders to bid Classes of ARFF that they produce. Documentation • Approval drawings provided prior to construction commencement Power Train • Engine certified by manufacturer for the application • Transmission certified by manufacturer for the application Fire Pump & Plumbing • Centrifugal pump Body • Shall be corrosion resistant • Minimum of 10 cubic feet of enclosed storage space Water Tank • AFFF Sized based on AC 150/5220-10E Emergency Warning • Fully compliant with AC 150/5210-5 • Electronic 100-watt siren with 100-watt siren speaker, minimum • All emergency warning lights, rear, stop/turn/back-up lights, DOT clearance, pump panel, compartment, step, license plate, perimeter scene and interior dome lights to be LED Paint Finish/Reflective Striping • Paint as required by 150/5220-10E • Striping as required by 150/5220-10E Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • Ten (10) year cab and body structural • Ten (10) year paint pro-rated • Five (5) year corrosion perforation on cab and body • Lifetime frame warranty • Two (2) year axle • Five (5) year engine • Five (5) year fire pump warranty • Lifetime booster tank warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 4 Fire Apparatus - Initial Attack In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval drawings to be provided prior to construction commencement Chassis • Chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase. • Cab to axle – 60 inches or more • Gross vehicle weight rating (GVWR) – 19,500 lbs. • Heavy service suspension • Power steering • Tires – all season • Alternator(s) meeting 12-volt system requirements • Battery system to meet 12-volt system requirements • Fuel tank, largest available • Front tow hooks Power Train • Turbo diesel engine • Automatic transmission • Limited slip differential, if available as standard equipment Cab • 2-door seating for a minimum of (2) passengers; crew-cab seating for a minimum of four (4) passengers; vinyl split-bench seat • Single tone cab paint finish • Air conditioning and heating • Power mirrors with separate flat and convex sections – extended trailer towing mirrors • Slip resistant running boards Fire Pump & Plumbing • Minimum 500 gallons per minute (GPM) water pump with in-cab interlocked pump shift for pump engagement • Primer • Three (3) 2.5-inch discharge Water Tank • Maximum sized polypropylene booster tank allowable Body • Bidders to state thickness, alloys and construction methods of all materials used in body construction Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 5 • Minimum of four (4) body compartments. Compartments to be configured per customer request. • Tailboard and/or stirrup type step for climbing from ground to rear of truck – bidders to state exact design • No wood used in mounting Emergency Warning • Electronic 100-watt siren with 100-watt siren speaker, minimum • All emergency warning lights, rear, stop, turn, back-up lights, DOT clearance, pump panel, compartment, step, license plate, perimeter scene and interior dome lights to be LED Paint Finish/Reflective Striping • Cab finish and body to be painted matching color • Single tone cab paint finish Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • Five (5) year engine • Five (5) transmission • OEM chassis manufacturer’s standard warranty • Lifetime booster tank warranty • Five (5) year fire pump warranty • Cab & chassis standard manufacturer paint warranty • Ten (10) year pro-rated paint warranty on body • Five (5) year corrosion perforation on body Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 6 Mid Mounted Aerial Apparatus In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). Aerial manufacturers (i.e., companies that manufacture the entire aerial device) must maintain a Quality Control Program. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval drawings provided prior to construction commencement Chassis • 110,000 psi steel frame rail with full length inner 110,000 psi C-channel liner • 6-inch minimum extended front bumper • Tow hooks or eyes front and rear attached to the frame • Front and rear mud flaps • S-cam air brakes or equivalent, as large as possible, with automatic slack adjusters • Minimum 5,000 cubic inch air reservoir capacity • Air dryer, turn drain valves on reservoirs • Power steering with tilt, telescopic wheel Powertrain • Minimum 450 horsepower emergency vehicle service rated turbocharged diesel engine • Secondary engine braking • Emergency vehicle service rated automatic transmission Cab • Medium length tilt aluminum cab • Seating for four (4), three (3) in self-contained breathing apparatus (SCBA) seats with SCBA brackets • Air ride driver seat, all others fixed position • Electric over hydraulic cab tilt with manual back-up • Single tone cab paint finish • Air conditioning and heating • Remote controlled mirrors, from driver’s position with separate flat and convex sections • Dual air horns with dual in-cab controls Aerial Apparatus • Mid-mounted configuration • Minimum two (2) section aerial • Turntable with pedestal mounted controls • Aerial rated load capacity not flowing water: 500 lbs. minimum in addition to equipment mounted at tip of ladder • Aerial rated load capacity while flowing 1,000 gallons per minute (GPM) with monitor at the ladder tip: 500 lbs. minimum in addition to equipment mounted at tip of ladder • Extend/retract, rotate and hydraulic or electric over hydraulic controls Hydraulic pressure gauge at turntable controls • Illuminated Angle of Elevation Indicator Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 7 • Flowmeter on pump panel • Fall protection provisions shall be provided • Bidders to state type of stabilizers and overall stabilizers spread • Lighted turntable area • Minimum 1,000 gallons per minute (GPM) waterway system • Controls at fly section and turntable control pedestal, with manual pinned waterway • Minimum 3-inch waterway discharge with 3-inch valve • Minimum 4-inch waterway inlet (non-gated) • Waterway relief valve and minimum 1.5-inch drain • Stabilizer controls and stabilizer to aerial controls Fire Pump & Plumbing • Minimum 1,250 gallons per minute (GPM) pump • Pump shall be capable of achieving rated aerial flow without exceeding design performance. • Air or electric operated pump shift • Intake pressure relief valve • Master drain valve • Electric dry type or air primer • Two (2) 2-inch cross-lay hose beds over the pump compartment • Two (2) 2.5-inch left side discharges • Two (2) 2.5-inch right side discharges • Stainless steel plumbing Water Tank • Minimum 300-gallon polypropylene booster tank Body • Bidders to state thicknesses, alloys and construction methods of all materials used in body construction • Ladder storage for minimum 85 ft. ground ladders, ladders to be included • Rear pike pole storage for minimum of six (6) pike poles fully enclosed • Hose bed with hose restraints • Rub rail along each side of body • Running boards at each pump panel Emergency Warning • Electronic 100-watt siren/PA with minimum 100-watt speaker • All emergency lights, stop, turn, back-up lights, DOT clearance, pump panel, compartment, step, license plate, perimeter scene, and interior dome lights to be LED Paint Finish/Reflective Striping • Cab and body to be painted single tone (excludes stainless steel not painted) Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • Ten (10) year cab and body structural • Ten (10) year paint pro-rated • Ten (10) year plumbing Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 8 • Five (5) year corrosion perforation on cab and body • Twenty (20) year aerial structural • Lifetime frame warranty • Two (2) year front axle • Two (2) year rear axle • Five (5) year engine • Five (5) year transmission • Five (5) year fire pump • Lifetime booster tank warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 9 Mid Mounted Aerial Platform In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). Aerial manufacturers (i.e., companies that manufacture the entire aerial device) must maintain a Quality Control Program. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval drawings provided prior to construction commencement Chassis • 110,000 psi steel frame rail with full length inner 110,000 psi C-channel liner • 6-inch minimum extended front bumper • Tow hooks or eyes front and rear attached to the frame • Front and rear mud flaps • S-cam air brakes or equivalent, as large as possible, with automatic slack adjusters • Minimum 5,000 cubic inch air reservoir capacity • Air dryer, turn drain valves on reservoirs • Power steering with tilt, telescopic wheel Powertrain • Minimum 450 horsepower emergency vehicle service rated turbocharged diesel engine • Secondary engine braking • Emergency vehicle service rated automatic transmission Cab • Medium length tilt aluminum cab meeting • Seating for four (4), three (3) in self-contained breathing apparatus (SCBA) seats with SCBA brackets • Air ride driver seat, all others fixed position • Electric over hydraulic cab tilt with manual back-up • Single tone cab paint finish • Air conditioning and heating • Remote controlled mirrors, from driver’s position with separate flat and convex sections • Dual air horns with dual in-cab controls Aerial Platform • Mid-mounted configuration • Minimum three (3) section aerial • Turntable with pedestal mounted controls • Aerial rated load capacity not flowing water: 1,000 lbs. minimum in addition to equipment mounted in platform • Aerial rated load capacity while flowing 1,000 gallons per minute (GPM): 500 lbs. minimum in addition to equipment mounted in platform • Extend/retract, rotate and hydraulic or electric over hydraulic controls Hydraulic pressure gauge at turntable controls • Illuminated Angle of Elevation Indicator Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 10 • Flowmeter to be mounted at pump panel or turntable pedestal • Man-saver gate or similar fall protection provisions at top of pedestal. • Bidders to state type of stabilizers and overall stabilizers spread • Lighted turntable area • Minimum 1,000 gallons per minute (GPM) waterway system with remote control nozzle • Controls at platform and at turntable control pedestal • Minimum 3-inch waterway discharge with 3-inch valve • Minimum 4-inch waterway inlet (non-gated) • Waterway relief valve and minimum 1.5-inch drain • Stabilizer controls and stabilizer to aerial controls • Platform shall have a minimum floor area of 14 square ft. and be provided with closed sides, 45-inch high all around • The platform shall be completely enclosed along the floorboard to protect occupants • Two (2) lightweight deck monitors installed Fire Pump & Plumbing • Minimum 1,250 gallon per minute (GPM) pump. • Pump shall be capable to achieve rated aerial flow without exceeding design performance. • Air or electric operated pump shift • Intake pressure relief valve • Master drain valve • Electric dry type or air primer • Two (2) 2-inch cross-lay hose beds over the pump compartment • Two (2) 2.5-inch left side discharges • Two (2) 2.5-inch right side discharges • Stainless steel plumbing Water Tank • Minimum 300-gallon polypropylene booster tank Body • Bidders to state thicknesses, alloys and construction methods of all materials used in body construction • Ladder storage for minimum 85 ft. ground ladders, ladders to be included • Rear pike pole storage for minimum of six (6) pike poles fully enclosed • Hose bed with hose restraints • Rub rail along each side of body • Running boards at each pump panel Emergency Warning • Electronic 100-watt siren/PA with minimum 100-watt speaker • All emergency lights, stop, turn, back-up lights, DOT clearance, pump panel, compartment, step, license plate, perimeter scene, and interior dome lights to be LED Paint Finish/Reflective Striping • Cab and body to be painted single tone (excludes stainless steel not painted) Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 11 Warranty • One (1) year manufacturer’s warranty on all vehicle components, excluding normal wear and tear items • Ten (10) year cab and body structural • Ten (10) year paint pro-rated • Ten (10) year plumbing • Five (5) year corrosion perforation on cab and body • Twenty (20) year aerial structural • Lifetime frame warranty • Two (2) year front axle • Two (2) year rear axle • Five (5) year engine • Five (5) year transmission • Five (5) year fire pump • Lifetime booster tank warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 12 Mobile Water Supply Fire Apparatus - Single or Dual Axle In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). The intent of the mobile water supply specification is for all bidders to bid a mobile water supply vehicle with as much side and rear compartmentation as possible; equipped with an apparatus body, hose-bed, and pump module that are separate of the water tank. The hose-bed shall be integral to the apparatus body. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval of drawings provided prior to construction commencement Chassis • Chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase. • Two-wheel drive • 110,000 psi heat treated steel frame with full length inner C-channel liner • Front bumper • Tow hooks or eyes front and rear attached to the frame • Front and rear mud flaps • S-cam air brakes, as large as possible, with automatic slack adjusters • Minimum 13.2 cubic feet per minute (cfm) gear driven air compressor • Air dryer, turn drain valves on reservoirs • Power steering with tilt, telescopic wheel, if available Powertrain • Minimum 330 horsepower emergency vehicle service rated turbocharged diesel engine • Secondary engine braking • Emergency vehicle service rated automatic transmission Cab • Minimum seating for two (2) • 12-volt switches and instruments • Air conditioning and heating • Single tone cab paint finish • Driver remote controlled mirrors with separate flat and convex sections • Dual air horns with dual in-cab controls • 110-volt battery charger receptacle near driver’s door Fire Pump & Plumbing • Minimum 500 gallons per minute (GPM) midship mounted PTO pump • Intake pressure relief valve • Master drain valve • Electric dry type or air primer • Two (2) 2-inch cross-lay hose beds with 1.5-inch connection over the pump compartment Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 13 • One (1) 2.5-inch left side discharge • One (1) 2.5-inch right side discharge • Stainless steel plumbing • Side mount pump panel (not in a compartment) Water Tank • Minimum 1,800-gallon polypropylene booster tank • Rear tank dump valve with 3-way dump capability Body • Bidders to state thicknesses, alloys and construction methods of all materials used in body construction • Hard suction rack for two (2) lengths 10 ft x 4-inch minimum of hard suction • Minimum of two (2) body compartments. • Minimum of two (2) adjustable shelves. Compartments and shelves to be configured per customer request. • Hose bed with hose restraints including one (1) adjustable divider • Rub rail along each side of body and rear of body • Running boards at each pump panel Emergency Warning • Electronic 100-watt siren with 100-watt siren speaker minimum • All emergency warning lights, rear, stop, turn, back-up lights, DOT clearance, pump panel, compartment, step, license plate, perimeter scene and interior dome lights to be LED Paint Finish/Reflective Striping • Cab OEM finish and body to be painted matching color • Single tone cab paint finish Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • Ten (10) year body structural • Ten (10) year paint pro-rated on body • Ten (10) year plumbing • Five (5) year corrosion perforation on body • OEM Chassis manufacturer’s standard warranty • OEM standard paint warranty • Five (5) year fire pump warranty • Five (5) year engine • Five (5) year transmission • Lifetime booster tank warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 14 Pumper - Commercial 2-Door In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval of drawings provided prior to construction commencement Chassis • Chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase. • Two-wheel drive • 110,000 psi heat treated steel frame rail system • Front bumper • Tow hooks or eyes front and rear attached to the frame • Front and rear mud flaps • S-cam air brakes or equivalent, as large as possible, with automatic slack adjusters • Minimum 13.2 cubic feet per minute (cfm) gear driven air compressor • Air dryer, turn drain valves on reservoirs • Power steering with tilt, telescopic wheel, if available Powertrain • Minimum 330 horsepower emergency vehicle service rated turbocharged diesel engine • Secondary engine braking • Emergency vehicle service rated automatic transmission Cab • Minimum seating for two (2) • Console between seats for 12-volt switches • Air conditioning and heating • Single tone cab paint finish • Driver remote controlled mirrors with separate flat and convex sections • Dual air horns with dual in-cab controls • 110-volt receptacle near driver’s door with onboard battery charger Emergency Warning • Electronic 100-watt siren with 100-watt siren speaker, minimum • All emergency warning lights, rear, stop, turn, back-up lights, DOT clearance, pump panel, compartment, step, license plate, perimeter scene, and interior dome lights to be LED Body • Bidders to state thicknesses, alloys and construction methods of all materials used in body construction • Minimum of six (6) body compartments. • Minimum of nine (9) total adjustable shelves. Compartments and shelves to be configured per customer request. Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 15 • Brackets for 24 ft. 2-section, 14 ft. roof, 10 ft. attic ladders and 2 pike poles, ladders to be included • Hose bed with hose restraints including one (1) adjustable divider • Rub rail along each side of body and rear of body • Running boards at each pump panel • No less than four (4) self-contained breathing apparatus (SCBA) Bottle Storage Fire Pump & Plumbing • Minimum 1,250 gallons per minute (GPM) drive shaft driven split shaft pump • One 3-inch deck gun discharge • Four (4) 2.5-inch discharge outlets including one (1) rear 2.5-inch discharge • Two 1.5-inch cross-lays/speedlays with 2-inch piping • Stainless steel plumbing • Side mount pump panel (not in a compartment) Water Tank • 750-gallon T-type tank, poly Paint Finish/Reflective Striping • Cab OEM finish and body to be painted matching color Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • Ten (10) year body structural • Ten (10) year paint pro-rated • Ten (10) year plumbing • Five (5) year corrosion perforation on body • OEM Chassis manufacturer’s standard warranty • Five (5) year fire pump warranty • Five (5) year engine warranty • Five (5) year transmission warranty • Lifetime booster tank warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 16 Pumper - Electric (EV) In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), and National Highway Traffic Safety Administration (NHTSA) standards. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient GVWR to safely accommodate all options selected by the purchaser. Vender must submit the minimum power requirement needed for vehicles charging system. Documentation • Approval of drawings provided prior to construction commencement Chassis • Chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase. • 110,000 psi heat treated steel frame rail system or equivalent that meets or exceeds NFPA standards • Heavy duty 16-inch to 24-inch extended front bumper • Tow hooks or eyes front and rear attached to the frame • Front and rear mud flaps • S-cam air brakes or equivalent, as large as possible, with automatic slack adjusters • Minimum 4,200 cubic inch air reservoir capacity • Air dryer, turn drain valves on reservoirs • Power steering with tilt, telescopic wheel Power Train • Primary drive shall be electric motor supplied power from onboard rechargeable EV batteries. • Secondary drive/range extender shall activate when battery reaches a state of charge no lower than 15% • Secondary braking Vehicle Charging • Daily use charger will need to be obtained from a third-party vendor. Awarded vendors must provide proper guidance for selection of charger to be used. Purchasers may consult the FSA24-PWR3.0 Electric Vehicle Charging contract for additional charging options. Fire Pump & Plumbing • 1,250 gallons per minute (GPM) pump • One (1) 3-inch deck gun discharge • Four (4) 2.5-inch discharge outlets (includes one (1) rear 2-1/2-inch discharge) • Two (2) 1.5-inch crosslays with 2-inch piping • Stainless steel plumbing • Side mount pump panel Cab • Manufacturer’s standard medium length tilt aluminum cab or equivalent meeting NFPA standards and seating requirements • Seating for four (4), three (3) in self-contained breathing apparatus (SCBA) seats with SCBA brackets • Air ride driver seat, all others fixed position • Electric over hydraulic cab with manual back-up, if applicable Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 17 • Single tone cab paint finish • Air conditioning and heating • Remote controlled mirrors, from driver’s position with separate flat and convex sections • Dual air horns with dual in-cab controls Emergency Warning • Electronic 100-watt siren, minimum; 100-watt siren speaker, minimum • All emergency warning lights, rear, stop, turn, back-up lights, DOT clearance, pump panel, compartment, step, license plate, perimeter scene, and interior dome lights to be LED Body • Bidders to state thicknesses, alloys and construction methods of all materials used in body construction • Minimum of six (6) body compartments • Minimum of nine (9) adjustable shelves. Compartments and shelves to be configured per customer request. • Brackets for 24 ft. 2-section, 14 ft. roof, 10 ft. attic ladders and 2 pike poles, ladders to be included • Hose bed with hose restraints including one (1) adjustable divider • Rub rail along each side of body and rear of body • No less than four (4) self-contained breathing apparatus (SCBA) bottle storage compartments • Running boards at each pump panel Water Tank • Minimum 500-gallon poly tank Paint Finish/Reflective Striping • Cab and body to be painted single tone (excludes stainless steel not painted) Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • Ten (10) year cab and body structural • Ten (10) year paint pro-rated • Ten (10) year plumbing • Five (5) year corrosion perforation on cab and body • Lifetime frame warranty • Two (2) year axle • Five (5) year engine • Five (5) year fire pump warranty • Lifetime booster tank warranty • EV Battery (Batteries) five (5) years or 100,000 miles Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 18 Pumper - Level 1 Custom 4-Door Chassis In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval of drawings provided prior to construction commencement Chassis • Chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase. • 110,000 psi heat treated steel frame rail system • 16-inch to 24-inch extended front bumper • Tow hooks or eyes front and rear attached to the frame • Front and rear mud flaps • S-cam air brakes or equivalent, as large as possible, with automatic slack adjusters • Minimum 4,200 cubic inch air reservoir capacity • Power steering with tilt, telescopic wheel Powertrain • Minimum 350 horsepower emergency vehicle service rated turbocharged diesel engine • Secondary engine braking • Emergency vehicle service rated automatic transmission Cab • Manufacturer’s standard medium length tilt aluminum cab. • Seating for four (4), three (3) in self-contained breathing apparatus (SCBA) seats with SCBA brackets • Air ride driver seat, all others fixed position • Electric over hydraulic cab tilt with manual back-up • Single tone cab paint finish • Air conditioning and heating • Remote controlled mirrors, from driver’s position with separate flat and convex sections • Dual air horns with dual in-cab controls Emergency Warning • Electronic 100-watt siren, minimum; 100-watt siren speaker, minimum • All emergency warning lights, rear, stop, turn, back-up lights, DOT clearance, pump panel, compartment, step, license plate, perimeter scene, and interior dome lights to be LED Body • Bidders to state thicknesses, alloys and construction methods of all materials used in body construction • Minimum of six (6) body compartments. • Minimum of nine (9) total adjustable shelves. Compartments and shelves to be configured per customer request. Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 19 • Brackets for 24 ft. 2-section, 14 ft. roof, 10 ft. attic ladders and 2 pike poles, ladders to be included • Hose bed with hose restraints including one (1) adjustable divider • Rub rail along each side of body and rear of body • No less than four (4) self-contained breathing apparatus (SCBA) bottle storage compartments • Running boards at each pump panel Fire Pump & Plumbing • Minimum 1,250 gallons per minute (GPM) drive shaft pump • One 3-inch deck gun discharge • Four (4) 2.5-inch discharge outlets including one (1) rear 2.5-inch discharge • Two (2) 1.5-inch cross-lays with 2-inch piping • Stainless steel plumbing • Side mount pump panel (not in a compartment) Water Tank • 750-gallon T-type tank, poly Paint Finish/Reflective Striping • Cab and body to be painted single tone (excludes stainless steel not painted) Warranty • One (1) year manufacturer’s warranty on all installed components excluding normal wear and tear items • Ten (10) year cab and body structural • Ten (10) year paint pro-rated • Ten (10) year plumbing • Five (5) year corrosion perforation on cab and body • Lifetime frame warranty • Two (2) year axle • Five (5) year engine • Five (5) year transmission • Five (5) year fire pump warranty • Lifetime booster tank warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 20 Pumper - Level 2 Custom 4-Door Chassis In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval of drawings provided prior to construction commencement Chassis • Chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase. • 110,000 psi steel frame rail system heat treated • 16-inch to 24-inch extended front bumper • 1.5-inch front jump line with enclosed compartment in center of front bumper to hold minimum 100 ft. of 1.75-inch DJ fire hose • Tow hooks or eyes front and rear attached to the frame • Front and rear mud flaps • S-cam air brakes or equivalent, as large as possible, with automatic slack adjusters • Minimum 5,000 cubic inch air reservoir capacity • Air dryer, color coded air lines, turn drain valves on reservoirs • Power steering with tilt/telescopic wheel Powertrain • Minimum 400 horsepower emergency vehicle service rated turbocharged diesel engine • Secondary engine braking • Automatic transmission emergency vehicle service rated Cab • Extended length tilt aluminum cab-minimum • Seating for six (6), five (5) in self-contained breathing apparatus (SCBA) seats with SCBA brackets • Air ride driver seat, all others fixed position • Electric over hydraulic cab tilt with manual back-up • Single tone cab paint finish • Air conditioning and heating • Remote controlled mirrors from driver’s position with separate flat and convex sections • Dual air horns with dual in-cab controls Emergency Warning • Electronic 100-watt siren, minimum; 100-watt siren speaker, minimum • All emergency warning lights, rear, stop, turn, back-up lights, DOT clearance, pump panel, compartment, step, license plate, perimeter scene, and interior dome lights to be LED Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 21 Body • Bidders to state thicknesses, alloys and construction methods of all materials used in body construction • Minimum of seven (7) body compartments. • Minimum of thirteen (13) adjustable shelves. Compartments and shelves to be configured per customer request. • Internal ladder storage compartment, to hold ground ladders and two (2) pike poles • Hose bed with hose restraints including one (1) adjustable divider • Minimum of six (6) self-contained breathing apparatus (SCBA) bottle storage compartments • Rub rail along each side of body with reflective stripe in rub rail • Running boards at each pump panel with a recessed hose well with hose restraint strap in the passenger side running board Fire Pump & Plumbing • Minimum 1,500 gallons per minute (GPM) • One (1) 3-inch deck gun discharge • Four (4) 2.5-inch discharge outlets-includes one (1) rear 2.5-inch discharge • Two (2) 1.5-inch cross-lays with 2-inch piping • Stainless steel plumbing • One (1) 4-inch LDH discharge, right side pump panel, hand wheel control with 4-inch discharge valve and piping Water Tank • 750-gallon rectangular tank polyethylene fill tower Paint Finish/Reflective Striping • Cab and body to be painted single tone (excludes stainless steel not painted) Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • Ten (10) year cab and body structural • Ten (10) year paint pro-rated • Ten (10) year plumbing • Five (5) year corrosion perforation on cab and body • Lifetime frame • Two (2) year axle • Five (5) year engine • Five (5) year transmission • Five (5) year fire pump • Lifetime booster tank warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 22 Rear Mounted Aerial Apparatus Bidders may and are encouraged to bid multiple lengths as long as specifications are met to provide more flexibility and choices to meet purchaser needs. In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). Aerial manufacturers (i.e., companies that manufacture the entire aerial device) must maintain a Quality Control Program. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval drawings provided prior to construction commencement Chassis • Chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase. • 110,000 psi steel frame rail with full length inner 110,000 psi C-channel liner • 16-inch to 24-inch extended front bumper • Tow hooks or eyes front and rear attached to the frame • Front and rear mud flaps • S-cam air brakes or equivalent, as large as possible, with automatic slack adjusters • Minimum 5,000 cubic inch air reservoir capacity • Air dryer, turn drain valves on reservoirs • Power steering with tilt, telescopic wheel Powertrain • Minimum 450 horsepower emergency vehicle service rated turbocharged diesel engine • Secondary braking system • Emergency vehicle service rated automatic transmission Cab • Medium length tilt aluminum cab • Seating for four (4), three (3) in self-contained breathing apparatus (SCBA) seats with SCBA brackets • Air ride driver seat, all others fixed position • Electric over hydraulic cab tilt with manual back-up • Single tone cab paint finish • Air conditioning and heating • Remote controlled mirrors from driver’s position with separate flat and convex sections • Dual air horns with dual in-cab controls Aerial Apparatus • Rear-mounted configuration • Minimum two (2) section aerial Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 23 • Turntable with pedestal mounted controls • Aerial rated load capacity not flowing water: 500 lbs. minimum in addition to equipment mounted at tip of ladder • Aerial rated load capacity while flowing 1,000 gallons per minute (GPM): 500 lbs. minimum in addition to equipment mounted at tip of ladder • Extend/retract, rotate and hydraulic or electric over hydraulic controls • Hydraulic pressure gauge at turntable controls • Illuminated Angle of Elevation Indicator • Flowmeter on turntable control pedestal • Fall protection provisions shall be provided • Bidders to state type of stabilizers and overall stabilizers spread • Lighted turntable area • Minimum 1,000 gallons per minute (GPM) waterway system with remote control nozzle • Controls at fly section and at turntable control pedestal with movable manual pinned waterway • Minimum 4-inch rear waterway inlet with pressure gauge • Minimum 4-inch waterway discharge with 4-inch valve • Waterway relief valve and minimum 1.5-inch drain • Stabilizer controls and stabilizer to aerial controls Fire Pump & Plumbing • Minimum 1,250 gallons per minute (GPM) pump. • Pump shall be capable to achieve rated aerial flow without exceeding design performance. • Air or electric operated pump shift • Intake pressure relief valve • Master drain valve • Electric dry type or air primer • Two (2) 2-inch cross-lay hose beds over the pump compartment with 1.5-inch connections • Two (2) 2.5-inch left side discharges • Two (2) 2.5-inch right side discharges • Stainless steel plumbing Water Tank • Minimum 300-gallon polypropylene booster tank Body • Bidders to state thicknesses, alloys and construction methods of all materials used in body construction • Minimum of two (2) body compartments. • Minimum of two (2) adjustable shelves. Compartments and shelves to be configured per customer request. • Ladder storage for minimum 85 ft. Ground ladders fully enclosed, ladders to be included • Rear pike pole storage for minimum of six (6) pike poles fully enclosed • Hose bed with hose restraints • Rub rail along each side of body • Running boards at each pump panel • No fewer than four (4) self-contained breathing apparatus (SCBA) bottle storage Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 24 Emergency Warning • Electronic 100-watt siren/PA with minimum 100-watt speaker recessed in bumper • All emergency lights, stop, turn, back-up lights, DOT clearance, pump panel, compartment, step, license plate, perimeter scene, and interior dome lights to be LED Paint Finish/Reflective Striping • Cab and body to be painted single tone (excludes stainless steel not painted) Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • Bidder shall provide copy of paint warranty on aerial • Ten (10) year cab and body structural • Ten (10) year paint pro-rated • Ten (10) year plumbing • Five (5) year corrosion perforation on cab and body • Twenty (20) year aerial structural • Lifetime frame warranty • Two (2) year axle • Five (5) year engine • Five (5) year transmission • Five (5) year fire pump • Lifetime booster tank warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 25 Rear Mounted Aerial Platform Bidders may and are encouraged to bid multiple lengths as long as specifications are met to provide more flexibility and choices to meet purchaser needs. In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). Aerial manufacturers (i.e., companies that manufacture the entire aerial device) must maintain a Quality Control Program. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval drawings provided prior to construction commencement Chassis • Chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase. • 110,000 psi heat treated steel frame rail with full length inner 110,000 psi C-channel liner or integral torque box frame • 16-inch to 24-inch extended front bumper • Tow hooks or eyes front and rear attached to the frame • Front and rear mud flaps • S-cam air brakes or equivalent, as large as possible, with automatic slack adjusters • Minimum 5,000 cubic inch air reservoir capacity • Air dryer, turn drain valves on reservoirs • Power steering with tilt, telescopic wheel Powertrain • Minimum 450 horsepower emergency service rated turbocharged diesel engine • Secondary engine braking • Emergency vehicle service rated automatic transmission Cab • Medium length tilt aluminum cab • Seating for four (4), three (3) in self-contained breathing apparatus (SCBA) seats with SCBA brackets • Air ride driver seat, all others fixed position • Electric over hydraulic cab tilt with manual back-up • Single tone cab paint finish • Air conditioning and heating • Remote controlled mirrors from driver’s position with separate flat and convex sections • Dual air horns with dual in-cab controls Aerial Apparatus • Rear-mounted configuration Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 26 • Minimum three (3) section aerial • Turntable with pedestal mounted controls • Single axle chassis: platform rated load capacity not flowing water: 750 lbs. plus equipment. Dual axle chassis: platform rated load capacity not flowing water: 1,000 lbs. plus equipment. • Platform rated load capacity while flowing 1,000 gallons per minute (GPM): 500 lbs. in addition to permanently affixed equipment • Extend, retract, rotate and hydraulic or electric over hydraulic controls • Hydraulic pressure gauge at turntable controls • Illuminated Angle of Elevation Indicator • Flowmeter on turntable control pedestal • Fall protection provisions shall be provided • Bidders to state type of stabilizers and overall stabilizers spread • Lighted turntable area • Minimum 1,000 gallons per minute (GPM) waterway system with remote control nozzle • Controls in platform and at turntable control pedestal • Minimum 4-inch rear waterway inlet with pressure gauge • Minimum 4-inch waterway discharge with 4-inch valve • Waterway relief valve and minimum 1.5-inch drain • Stabilizer controls and stabilizer to aerial controls Fire Pump & Plumbing • Minimum 1,500 gallons per minute (GPM) pump. • Pump shall be capable to achieve rated aerial flow without exceeding design performance. • Air or electric operated pump shift • Intake pressure relief valve • Master drain valve • Electric dry type or air primer • Two (2) 2-inch cross-lay hose beds over the pump compartment with 1.5-inch connection • Two (2) 2.5-inch left side discharges • Two (2) 2.5-inch right side discharges • Stainless steel plumbing Water Tank • Minimum 300-gallon polypropylene booster tank Body • Bidders to state thicknesses, alloys and construction methods of all materials used in body construction • Minimum of two (2) body compartments. • Minimum of eight (8) total adjustable shelves. Compartments and hose bed to be configured per customer request. • Ladder storage for minimum 115 ft. ground ladders fully enclosed, ladders to be included. • Rear pike pole storage for minimum of six (6) pike poles fully enclosed • Hose bed with hose restraints • Rub rail along each side of body • Running boards at each pump panel • No less than four (4) self-contained breathing apparatus (SCBA) bottle storage compartments Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 27 Emergency Warning • Electronic 100-watt siren/PA with minimum 100-watt speaker • All emergency lights, stop, turn, back-up lights, DOT clearance, pump panel, compartment, step, license plate, perimeter scene, and interior dome lights to be LED Paint Finish/Reflective Striping • Cab and body to be painted single tone (excludes stainless steel not painted) Warranty • One (1) year manufacturer’s warranty on all Installed components, excluding normal wear and tear items • Ten (10) year cab and body structural • Ten (10) year paint pro-rated • Ten (10) year plumbing • Five (5) year corrosion perforation on cab and body • Twenty (20) year aerial structural • Lifetime frame warranty • Two (2) year axle • Five (5) year engine • Five (5) year transmission • Five (5) year fire pump • Lifetime booster tank warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 28 Rescue Apparatus - Heavy In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval drawings provided prior to construction commencement Chassis • Chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase. • 110,000 psi steel frame rail with full length inner 110,000 psi C-channel liner • 16-inch to 24-inch extended front bumper • Tow hooks or eyes front and rear attached to the frame • Front and rear mud flaps • S-cam air brakes, as large as possible, with automatic slack adjusters • Minimum 5,000 cubic inch air reservoir capacity • Air dryer, turn drain valves on reservoirs • Power steering with tilt, telescopic wheel Powertrain • Minimum 350 horsepower emergency vehicle service rated turbocharged diesel engine • Emergency vehicle service rated automatic transmission • Secondary engine braking Cab • Medium length tilt aluminum cab • Seating for four (4), three (3) in self-contained breathing apparatus (SCBA) seats with SCBA brackets • Air ride driver seat, all others fixed position • Electric over hydraulic cab tilt with manual back-up • Single tone cab paint finish • Air conditioning and heating • Remote controlled mirrors from driver’s position with separate flat and convex sections • Dual air horns with dual in-cab controls Body • Minimum 14 ft. body length, outside body length, do not include rear step in 14 ft. body length calculation, non-walk-in type body • Minimum of four (4) body compartments. • Minimum of five (5) adjustable shelves and one (1) pull out tray. Compartments and shelves to be configured per customer request. • Minimum 10-inch rear step for access for rear storage compartment(s) with handrails Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 29 Emergency Warning • Electronic 100-watt siren with 100-watt siren speaker, minimum • All emergency warning lights, rear, stop, turn, back-up lights, DOT clearance, pump panel, compartment, step, license plate, perimeter and interior dome lights to be LED Paint Finish/Reflective Striping • Cab and body to be painted single tone (excludes stainless steel not painted) Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear item • Ten (10) year cab and body structural • Ten (10) year paint pro-rated • Five (5) year corrosion perforation on cab and body • Lifetime frame warranty • Two (2) year axle • Five (5) year engine • Five (5) year transmission • Two (2) year fire pump (if applicable) • Lifetime booster tank warranty (if applicable) Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 30 Rescue Apparatus - Medium In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval drawings provided prior to construction commencement Chassis • Chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase • 110,000 psi heat treated steel frame rail system • Front bumper • Tow hooks or eyes front and rear attached to the frame • Front and rear mud flaps • S-cam air brakes or equivalent, as large as possible, with automatic slack adjusters • Minimum 13.2 cubic feet per minute (cfm) gear driven air compressor • Air dryer, turn drain valves on reservoirs • Power steering with tilt, telescopic wheel, if available Powertrain • Minimum 330 horsepower emergency vehicle service rated turbocharged diesel engine • Secondary engine braking • Emergency vehicle service rated automatic transmission Cab • Seating for minimum of two (2) passengers • Air conditioning and heating • Single tone cab paint finish • Driver remote controlled mirrors with separate flat and convex sections • Alternator to meet the requirements of amp draw report. • Dual air horns with dual in-cab controls Body • Minimum 9 ft. body length outside length, do not include rear step in 9 ft. calculation of body length; non-walk-in type • Minimum of four (4) body compartments. • Minimum of ten (10) adjustable shelves. Compartments and shelves to be configured per customer request. Emergency Warning • Electronic 100-watt siren with 100-watt siren speaker, minimum Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 31 • All emergency lights, rear, stop, turn, back-up lights, DOT clearance, pump panel, compartment, step, license plate, perimeter scene, and interior dome lights to be LED Paint Finish/Reflective Striping • Cab finish and body to be painted matching color • Single tone cab paint finish Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • OEM chassis manufacturer’s standard warranty • Ten (10) year paint pro-rated • Five (5) year engine • Five (5) year transmission • Cab & Chassis standard manufacturer paint warranty • Five (5) year corrosion perforation on body Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 32 Rescue Apparatus - Walk-In In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel powered vehicles (where applicable). When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval drawings provided prior to construction commencement Chassis • Chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase. • 110,000 psi steel frame rail with full length inner 110,000 psi C-channel liner • Tow hooks or eyes front and rear attached to the frame • Air brake package • Air dryer, turn drain valves on reservoirs • Power steering with tilt, telescopic wheel Powertrain • Minimum 300 horsepower emergency vehicle service rated diesel engine • Minimum EVS 3000 transmission or equivalent Cab • Seating for two (2) • Air ride driver seat, all others fixed position • Air conditioning and heating • Remote controlled mirrors • Dual air horns with dual in-cab controls Body • Minimum 15ft. body length, outside body length, do not include rear step in 15ft. body length calculation, walk-in type body • Minimum of five (5) body compartments. • Minimum of ten (10) adjustable shelves. Components and shelves to be configured per customer request. Emergency Warning • Electronic 100-watt siren with 100-watt siren speaker, minimum • All emergency warning lights, rear, stop, turn, back-up lights, DOT clearance, compartment, step, license plate, perimeter and interior dome lights to be LED Paint Finish/Reflective Striping • Cab and body to be painted single tone (excludes stainless steel not painted) Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 33 Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • Ten (10) year cab and body structural • Ten (10) year paint pro-rated on body • Five (5) year corrosion perforation on cab and body • Lifetime frame warranty • Manufacturer’s standard warranty for front and rear axles • Five (5) year engine • Five (5) year transmission • Two (2) year fire pump (if applicable) • Lifetime booster tank warranty (if applicable) Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 34 Tractor-Drawn Aerial Apparatus In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). Aerial manufacturers (i.e., companies that manufacture the entire aerial device) must maintain a Quality Control Program. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval drawings provided prior to construction commencement Chassis • Chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase • 110,000 psi steel frame rail with full length inner 110,000 psi C-channel liner or integral torque box frame • Tow hooks or eyes front and rear attached to the frame • Front and rear mud flaps • S-cam air brakes or equivalent, as large as possible, with automatic slack adjusters • Minimum 5,000 cubic inch air reservoir capacity • Air dryer, turn drain valves on reservoirs Powertrain • Minimum 450 horsepower emergency vehicle service rated turbocharged diesel engine • Secondary engine braking • Emergency vehicle service rated automatic transmission Cab • Medium length tilt aluminum cab • Seating for four (4), three (3) in self-contained breathing apparatus (SCBA) seats with SCBA brackets • Air ride driver seat, all others fixed position • Electric over hydraulic cab tilt with manual back-up • Single tone cab paint finish • Air conditioning and heating • Remote controlled mirrors from driver’s position with separate flat and convex sections • Dual air horns with dual in-cab controls Aerial Apparatus • Mid-mounted configuration • Four (4) section aerial with minimum elevation of 100 ft. • Turntable with pedestal mounted controls • Aerial rated load capacity not flowing water: 500 lbs. minimum in addition to equipment mounted at tip of ladder Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 35 • Aerial rated load capacity while flowing 1,000 gallons per minute (GPM): 500 lbs. minimum in addition to equipment mounted at tip of ladder • Extend/retract, rotate and hydraulic or electric over hydraulic controls • Hydraulic pressure gauge at turntable controls • Illuminated Angle of Elevation Indicator • Flowmeter on turntable control pedestal • Fall protection provisions shall be provided • Bidders to state type of stabilizers and overall stabilizers spread • Lighted turntable area • Minimum 1,000 gallons per minute (GPM) waterway system with remote control nozzle • Controls at fly section and at turntable control pedestal with movable manual pinned waterway • Minimum 4-inch rear waterway inlet with pressure gauge • Minimum 4-inch waterway discharge with 4-inch valve • Waterway relief valve and minimum 1.5-inch drain • Stabilizer controls and stabilizer to aerial controls Tiller • Tiller cab to be totally enclosed • Tiller cab to have one (1) fixed suspension seat • Tiller cab to have minimum 6-inch round convex mirror, one on each side • Gooseneck area of tiller trailer to be constructed of 100,000 psi minimum yield strength steel • Trailer frame rails to be constructed of 80,000 psi minimum yield strength steel • Tiller trailer axle to be minimum of 22,800 lbs. Body • Bidders to state thicknesses, alloys and construction methods of all materials used in body construction • Minimum two (2) body compartments. • Minimum ten (10) adjustable shelves and two (2) pull-out trays. Compartments and shelves to be configured per customer request. • Ladder storage for minimum 115 ft. ground ladders, fully enclosed, ladders to be included • Rear pike pole storage for minimum of six (6) pike poles, fully enclosed • Rub rail along each side of body Emergency Warning • Electronic 100-watt siren/PA with minimum 100-watt speaker • All emergency lights, stop, turn, back-up lights, DOT clearance, compartment, step, license plate, perimeter scene, and interior dome lights to be LED Paint Finish/Reflective striping • Cab and body to be painted single tone (excludes stainless steel not painted) Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • Ten (10) year cab and body structural • Ten (10) year paint pro-rated Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 36 • Five (5) year corrosion perforation on cab and body • Twenty (20) year aerial structural • Lifetime frame warranty • Two (2) year all axles • Five (5) year engine • Five (5) year transmission • Five (5) year fire pump, if applicable • Lifetime booster tank warranty, if applicable Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 37 Wildland Fire Apparatus 4x4 In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Documentation • Approval drawings provided prior to construction commencement Chassis • Chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase. • Heavy service suspension • Power steering • Tires – all terrain • Alternator(s) meeting 12-volt system requirements • Battery system to meet 12-volt system requirements • Front tow hooks • Rear tow hooks attached to frame Power Train • Diesel engine • Automatic transmission • Limited slip differential, if available as standard equipment auto locking hubs – shift on fly Cab • Seating for minimum of two (2) • Single tone cab paint finish • Air conditioning and heating • Mirrors with separate flat and convex sections – extended trailer towing mirrors • Slip resistant running boards under cab doors Fire Pump & Plumbing • Minimum 18 horsepower gasoline engine driven pump with electric start capable of 150 gallons per minute (GPM) at 100 psi • Primer • Lighted pump control panel • Throttle • Pump cooler or recirculation line • One (1) 1.5-inch discharge • One (1) 1-inch discharge • Electric rewind hose reel with 150 ft. of 1-inch red rubber booster hose Water Tank • 300-gallon skid type polypropylene booster tank Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 38 Body • Bidders to state thickness, alloys and construction methods of all materials used in body construction • All welded body with bolt on modular lighted compartments • Minimum of two (2) body compartments. Compartments to be configured per customer request. Emergency Warning • Electronic 100-watt siren/PA with minimum 100-watt speaker • All emergency lights, stop, turn, back-up lights, DOT clearance, compartment, step, license plate, perimeter scene, and interior dome lights to be LED Paint Finish/Reflective Striping • Cab and body to be painted single tone (excludes stainless steel not painted) Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • OEM Chassis manufacturer’s standard warranty • Lifetime booster tank warranty • Five (5) year pump warranty • Cab & Chassis standard manufacturer paint warranty • Ten (10) year paint pro-rated • Five (5) year corrosion perforation on body • Five (5) year engine • Five (5) year transmission Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 39 Battery Powered Rescue Tools In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing tool, tool batteries, and battery charger. Documentation • Vendor to provide user manual in either printed or electronic form Batteries • Batteries shall be provided to operate each powered rescue tool for a minimum of 20 minutes of continuous use Battery Charger • A vehicle mountable charger with voltage of purchaser’s choice Warranty • Three (3)year batteries • Manufacturers standard warranty on tools Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 40 Emergency Transport Utility Vehicles In all areas of this specification, bidders must comply with current regulations, as applicable to fire rescue and EMS vehicles used indoors in such areas but not limited to sports stadiums, airports, seaports, etc. and outdoor areas such as parks, street festivals, race tracks, but not limited to and outdoor unimproved terrains such as national parks, woodlands, but not limited to where the units must traverse and operate in mud, marsh, or other harsh conditions. All electrically powered units must be capable of operating no fewer than eight (8) hours when loaded with equipment, fire rescue personnel, and a patient. All vehicles powered by a gasoline or diesel engine must be equipped with the largest fuel tank from the vehicle manufacturer capable of allowing the unit to operate no fewer than eight (8) hours when loaded with equipment, fire rescue personnel, and a patient. Additionally, the vehicle must meet all applicable United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel engines used in an off-road application and must include all appropriate heat and exhaust shields. When requested by the purchaser, vendors shall submit detailed specifications on items and options offered by the manufacturer. Vendors are responsible for providing a properly equipped vehicle in a “ready to work” condition at time of delivery. All vehicles purchased under this contract must be designed with the correct gross vehicle weight rating/operating weight to support the transport of no fewer than two (2) personnel, one (1) patient and stretcher, and medical equipment to be carried on the vehicle. Documentation • When requested by end user, bidders to accurately state the dimensions of the vehicle, gross vehicle weight rating/operating weight fuel tank/battery sizes tire wheel specifications, wall to wall and curb to curb turning radius dimensions. Accurately state horsepower and torque output as measured by OEM • Approval drawings provided prior to construction commencement • One (1) set of safety, operator, and service manuals Power Train • Manufacturers standard or optional electrical motor or gasoline or diesel powered capable of properly powering a vehicle • Manufacturers standard automatic transmission • Correct tires must be supplied for the indoor and or outdoor area the vehicle is being purchased and operating in Transport Body (if Applicable) • The rear body area must be capable of holding and transporting a patient with a minimum weight of 250 lbs. on a full-size wheeled stretcher (purchaser to provide stretcher requirements for intended application) • Must have a seat next to the stretcher position for fire rescue personnel to allow them to attend the patient while in transport. • Must have the capability of carrying and storing the medical equipment typically used or desired by the purchaser Emergency Warning (if applicable) • Vehicle must be capable of accepting emergency warning lights • Electronic siren and speaker with PA Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 41 • All lights to be LED Warranty • OEM standard warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 42 Enclosed Breathing Air Compressor - Vertical, Electric Motor In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards and national electric code (NEC) if applicable. Documentation • When requested, bidders to accurately provide cabinet dimensions, required clearances, power requirements, number of stages, charging rate (cfm), and sound level when operating. • Two (2) copies of operation and service manuals shall be provided to the purchaser at the time of delivery Training • Initial training for compressor use shall be provided to purchaser by bidder Compressor Requirements • Vertical enclosed sound attenuating enclosure design • Minimum 7.5hp electric motor • Minimum 3 stage compressor • Minimum charging rate of 10 cfm • Shall have a 6000 PSI max pressure • PCL based control panel • Low oil and high temperature safety shutdowns • Emergency stop push button • Purification system capable of meeting NFPA standard at max charging rate. • User accessible condensate drain. Warranty • Twenty-four (24) month warranty from defects in materials and workmanship Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 43 Fire Rescue, EMS, and Patrol Boats In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards when vessel is being used by a fire department in a water response/rescue/firefighting operation, all applicable United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vessels, all applicable United States Coast Guard (USCG) requirements, Original Equipment Manufacturer requirements/recommendation for vessel used in a water response/rescue/firefighting operation and/or police patrol/response application, and if a trailer is being purchased at the same time, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), and National Highway Traffic Safety Administration (NHTSA) standards. When requested by the purchaser, vendors must submit detailed specifications for the vessel, trailer (if purchased at the same time) all systems installed in the vessel and options offered. Vendors are responsible for providing a vessel that is properly equipped inclusive of standard and OEM options and powered for the work requirement to be performed by the purchaser. Documentation • When requested by end user, bidders to accurately state all vessel dimensions (i.e. LOA, beam, height, etc.), draft, fuel tank size(s) “Total Gallons” , and operating weight when full of fuel and fluids inclusive of foam or other agents used in a firefighting application and/or any other item requested by the purchaser • Engine(s) complete specifications • Transmission(s) (inclusive of jet drive or other propulsion systems if equipped) if vessel is powered by an inboard or inboard/outboard engine • Propeller specifications (if equipped) • Auxiliary onboard generator specifications (if equipped) • Primary fuel/water separators to all engines that draw fuel from the fuel tank. Water separator is to be the OEM’s recommend proprietary unit or other brand desired by the purchaser that meets or exceed the primary fuel filtration requirement of the propulsion engines and generators. • Firefighting equipment specification inclusive of the pump drive system, water pickup and pump gallons per minute (GPM) and fire nozzle discharge rates, etc. If equipped the vendor must “Type” the vessels pumping capability. • Any other system(s) equipment specifications installed on the vessel i.e.; GPS, Side Scan Sonar, Forward Looking Infrared System, Radar, etc. • Approval drawings showing all equipment placement provided prior to construction commencement • Two (2) sets of operator and service manuals for all systems installed on the vessel such as engine transmission but not limited to Power Train • Manufacturer’s standard power train Pump (if applicable) • Fire pump make, model, and pumping capability, along with the plumbing to meet the work requirement of the purchaser Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 44 United State Coast Guard (USCG) Equipment (as applicable) • All minimum USCG equipment required to operate a vessel (fire extinguisher, flares, throwable floatation device, sound producing device, and required lighting for vessel size) except for the personal floatation devices (PFD) • All USCG required lighting for operation of a vessel during day and/or night operations • The system must be designed and capable of producing sufficient GPM and streams of water to allow a fire to be extinguished from a safe distance in accordance with any NFPA recommendations • The wet system must be designed and capable of using sea water to extinguish fires and must be manufactured of materials that can survive the corrosive environment this unit will be exposed to without the yearly replacement of plumbing and connections. Vessel Hull • Manufacturer’s standard hull (fiberglass, aluminum, steel, etc.) with reinforcements (if required) which must be capable of clearly performing the work requirement and the intended use of the vessel • Must include tie down cleats and bollards Emergency Warning for Fire Rescue, EMT, applications • Vessel is to be equipped with the correct number of electronic siren(s) and siren speaker(s) “PA” as applicable for the intended type of work required. Applicable LED lights, bow lights, aft lights, port and starboard lights that will properly illuminate the vessels as intended by the purchaser. Paint Finish/Reflective Striping • OEM standard paint scheme for model bid and when used in a fire rescue/EMT application, any required reflective striping per current NFPA standards • Large Vessels that are designed to always be in the water 24/7/365 are to be provided with anti-fowling bottom paint to prevent unwanted growth of barnacles, algae, etc. Warranty • Two (2) year full warranty from bow to aft • Three (3) year powertrain warranty • OEM standard warranty on all other equipment if applicable after the manufacturer warranty has expired • For battery electric vessels, three (3) year or 6,500 powered-hours to cover hull and components. Covers repair or replacement of battery packs whose performance degrades to the point that they are unable to hold more than 80% of their original charge capacity before 3,000 charging cycles. Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 45 Outboard Engines In all areas of this specification, bidders must comply with all applicable United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel fuel outboards (propeller, jet powered, etc.), all applicable United States Coast Guard (USCG) requirements, Original Equipment Manufacturer requirements/recommendation for outboard engine used in a fire rescue vessel and/or police response vessel. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered and provide guidance to ensure the proper outboard engine is purchased for its intended end use and needs. The bid price must include the outboard engine and all necessary parts (propeller) and materials for installation (harness, throttles, rigging); labor for installation may be offered as an option. Vendors are responsible for providing an outboard engine that is fully equipped and suitable for the vessel upon which it will be installed. Documentation • When requested by end user, bidders to accurately state outboard engine dimensions and weight, standard shaft length, propeller (material propeller is manufactured from, size, pitch, number of blades, etc.) • One (1) operator and service manual Warranty • OEM standard three (3) year warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 46 Personal Watercraft (PWC) In all areas of this specification, bidders must comply with all applicable United States Environmental Protection Agency (EPA) emission standards for PWC, all applicable United States Coast Guard (USCG) requirements, Original Equipment Manufacturer requirements/recommendation for PWC used in a fire/rescue vessels and/or police patrol/response application. If a trailer is required at the time of purchase all Federal Motor Vehicle Safety Standards (FMVSS) and National Highway Traffic Safety Administration (NHTSA) standards must be met and provided with the support trailer. When requested by the purchaser, vendors shall provide detailed specifications on the equipment and options provided if any. Vendors shall provide a PWC that is properly equipped with all mandated standard safety features, OEM options that are requested by the purchasing agency, and properly powered for the austere work conditions that are encounter by Fire, Police, EMS, and First Responders. Trailer is not included in the bid price. Trailers offered as an option must meet all Federal Motor Vehicle Safety Standards (FMVSS) and National Highway Traffic Safety Administration (NHTSA) standards. Documentation • One (1) operator, safety, and service manuals. • When requested by end user, bidders to accurately state all PWC dimensions (i.e., LOA, beam, draft, etc.) and operating weight when full of fuel and fluids. Power Train • Manufacture’s standard powertrain for specific PWC model selected by the purchaser United State Coast Guard (USCG) Equipment as Applicable • All required USCG equipment (inclusive of the safety shut off lanyard) required to operate a PWC, fire extinguisher, whistle, distress light, and approved USCG personal flotation device (PFD) to operate a PWC PWC Hull (If Applicable) • When sold to or use by a fire/rescue department for water rescue/response operation, the PWC hull must have the capability to accept a rescue sled specifically used for surf rescue applications Paint Finish • OEM standard paint scheme for current model year Warranty • Standard manufacturer warranty provided for the make, model, year of the item Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 47 Stationary Containment Fill Station (SCFS) In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards. Documentation • Bidders to accurately provide cabinet dimensions, required clearance, and weight of unit. • Two (2) copies of operation and service manuals shall be provided to the purchaser at the time of delivery Training • Initial training for SCFS use shall be provided to purchaser SCFS Requirements • Two (2) fill positions minimum • 0-6000 PSI adjustable regulator • Inlet/outlet gauges • Fill control valve and gauge Warranty • Twenty-four (24) month warranty from defects in materials and workmanship Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 48 Ambulance Item Group Requirements The manufacturer or vendor for vehicles under this item group: • Shall be a current member in good standing of the Ford Motor Company Qualified Vehicle Modifier Program (if applicable). • Shall be a member of the National Truck Equipment Association’s Ambulance Manufacturers Division. • Must comply with, Current Triple-K standards for, for the type of vehicle described herein, as prepared by an independent third-party testing laboratory, and must have “Star of Life” certification affixed to ambulance upon delivery (in-house certification will not be acceptable). • Shall employ full-time parts personnel with toll-free access number. • Shall employ a full-time electrical troubleshooter with toll-free access number. • Shall employ a full-time warranty representative with toll-free access number. Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 49 Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) In all areas of this specification, bidders must comply with current United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Engine • Turbo diesel engine, minimum 5.9L displacement (gas engine may be offered as an option) • Must include the chassis manufacturer’s “Ambulance Prep Package” where available • Heavy-duty alternator, minimum 200 amp • Maintenance free heavy-duty batteries, largest OEM battery available, two (2) batteries minimum Transmission • Automatic transmission, 4 speed minimum with overdrive Performance Items • Power steering • Anti-lock brakes • Power brakes, disc type front, disc, or drum rear • Fuel capacity, 250 miles minimum without refueling • Heavy-duty front and rear shocks • Front stabilizer bar • Rear stabilizer bar, if available Comfort Items • Factory installed air conditioning • Minimum seating for two (2) • Rubber floor mats instead of carpeting • Power door locks • Power windows • Speed control and tilt wheel Safety Items • Dual electric horns • Interior dome lights wired to right and left doors • Driver and passenger side air bag, if available Tires And Wheels • Conventional spare tire and wheel • Jack and wheel wrench Paint Finish/Reflective Striping • Cab OEM finish and body to be painted matching color • Single tone cab paint finish Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 50 Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • OEM Chassis manufacturer’s standard warranties • Cab & Chassis standard manufacturer paint warranty • Five (5) year paint pro-rated on body • Five (5) year corrosion perforation on body • Ten (10) year minimum body structural warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 51 Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty Regular Cab, Diesel Engine (Gas Engine Option) In all areas of this specification, bidders must comply with current United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable).. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Engine • Diesel engine, 6-cylinder minimum (gas engine may be offered as an option) • Heavy-duty alternator, minimum 250 amp • Maintenance free heavy-duty batteries, largest OEM battery available, two (2) batteries minimum Transmission • Automatic Transmission or Ford Torque Shift Axles • Front stabilizer bar, if available • Air or hydraulic suspension with dual instant response leveling valves Performance Items • Power Steering • Anti-lock brakes • Power brakes or air brakes, disc type front, disc, or drum rear • Fuel capacity, 250 miles minimum without refueling • Heavy-duty front and rear shocks Comfort Items • Factory installed air conditioning • Power door locks • Power windows • Minimum seating for two (2) • Rubber floor mats instead of carpeting • Speed control and tilt wheel Safety Items • Dual electric horns • Interior dome lights wired to right and left doors • Driver and passenger side air bag, if available Paint Finish/Reflective Striping • Cab OEM finish and body to be painted matching color • Single tone cab paint finish Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • OEM Chassis manufacturer’s standard warranties • Cab & Chassis standard manufacturer paint warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 52 • Five (5) year paint pro-rated on body • Five (5) year corrosion perforation on body • Ten (10) year minimum body structural warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 53 Type II Ambulance: 4x2 Wheel Drive, Van, Gas or Diesel Engine In all areas of this specification, bidders must comply with current United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Engine • Gas or diesel engine. Engine must meet Triple-K requirements including all change notices. • Must include the chassis manufacturer’s “Ambulance Prep Package” where available • Heavy-duty alternator, minimum 200 amp • Maintenance free heavy-duty batteries, largest OEM battery available, two (2) battery minimum Transmission • Automatic transmission, 4 speed with overdrive, minimum Performance Items • Power steering • Anti-lock brakes • Power brakes, disc type front, disc, or drum rear • Fuel capacity, minimum 25 gallons • Heavy-duty front and rear shocks • Front stabilizer bar • Rear stabilizer bar, if available Comfort Items • Factory installed air conditioning • Minimum seating for two (2) • Rubber floor mats instead of carpeting • Power door locks • Power windows • Speed control and tilt wheel Safety Items • Dual electric horns • Interior dome lights wired to right and left doors • Driver and passenger side air bag, if available Tires And Wheels • Conventional spare tire and wheel • Jack and wheel wrench Paint Finish/Reflective Striping • Cab OEM finish and body to be painted matching color • Single tone cab paint finish Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 54 • OEM Chassis manufacturer’s standard warranties • Cab & Chassis standard manufacturer paint warranty • Five (5) year paint pro-rated on body • Five (5) year corrosion perforation on body • If the body is modified, the modified body must have the same or greater warranty as the OEM body. Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 55 Type III Ambulance: 4x2 Wheel Drive, Cutaway Van, Gas or Diesel Engine In all areas of this specification, bidders must comply with current United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). This specification describes an ambulance configuration as defined in the Federal Specification for the Star-of-Life Ambulance (Triple K), unless otherwise specified. Vendors are responsible for providing a chassis of sufficient gross vehicle weight rating (GVWR) to safely accommodate all options selected by the purchaser. Engine • Gas or diesel engine. Engine must meet Triple-K requirements including all change notices. • Must include the chassis manufacturer’s “Ambulance Prep Package” where available • Heavy-duty alternator, minimum 200 amp • Maintenance free heavy-duty batteries, largest OEM battery available, two (2) battery minimum Transmission • Automatic transmission, 4 speed with overdrive, minimum Performance Items • Power steering • Anti-lock brakes • Power brakes, disc type front, disc, or drum rear • Fuel capacity, 250 miles minimum without refueling • Heavy-duty front and rear shocks • Front stabilizer bar Comfort Items • Factory installed air conditioning • Minimum seating for two (2) • Rubber floor mats instead of carpeting • Power door locks • Power windows • Speed control and tilt wheel Safety Items • Dual electric horns • Interior dome lights wired to right and left doors • Driver and passenger side air bag, if available Tires And Wheels • Conventional spare tire and wheel • Jack and wheel wrench Chassis, Frame, Cab • Dual rear wheel cab and chassis cutaway Paint Finish/Reflective Striping • Cab OEM finish and body to be painted matching color • Single tone cab paint finish Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 56 Warranty • One (1) year manufacturer’s warranty on all installed components, excluding normal wear and tear items • OEM Chassis manufacturer’s standard warranties • Cab & Chassis standard manufacturer’s paint warranty • Five (5) year paint pro-rated on body • Five (5) year corrosion perforation on body • Ten (10) year minimum body structural warranty Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 57 High Water Rescue Vehicle - Amphibious In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). This is a truck type, amphibious, limited low speed on-road/off-road use vehicle, to be utilized in high water rescue operations. Unit must be amphibious type (i.e., ability to swim) in flood waters without damage to drivetrain. Documentation • Approval drawings provided prior to construction commencement • Two (2) copies of operator and service manuals shall be provided to the purchaser at the time of apparatus delivery Custom Built Chassis/Rescue Body • Aluminum constructed, watertight operator compartment and rescue body all in one unit • Front egress with ladder • Heated and air conditioned • Automatic bilge pump • Seating for eight (8) with seatbelts including operators • ROPS protected • Front and rear bumpers • Skid steer or joystick type controls • Sliding side windows Power Train • Diesel engine • Transmission hydrostatic or manual acceptable • Final drive (enclosed) chain or belt type acceptable • Brakes automatic with parking brake • Tires extra-large flotation type tires • Central tire inflation system Additional Equipment • Four (4) corner emergency lights • Lightbar with PA system and speaker • Rear hitch Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 58 High Water Rescue Vehicle - Non-Amphibious In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). This is a truck type, non-amphibious, on-road/off-road use vehicle, to be utilized in high water rescue operations. Unit must be capable of working in 30-inch minimum of flood water without damage to drivetrain. Documentation • Approval drawings provided prior to construction commencement • Two (2) copies of operator and service manuals shall be provided to the purchaser at the time of apparatus delivery Commercial 2-Door Chassis • Commercial chassis must be current model available at time of build. Chassis model year must be disclosed at time of purchase. • Cab to axle – 107-inch minimum • Gross vehicle weight rating (GVWR) – 23,600 minimum lbs. • Heavy service suspension • Alternator(s) meeting 12-volt system requirements • Battery system to meet 12-volt system requirements • Fuel tank – largest OEM fuel tank available • Front tow hooks • Rear tow hooks attached to frame Power Train • Diesel engine • Automatic transmission • Full time 4-wheel drive, or shift on the fly • Locking rear differential • Highway gearing • Power steering • Tires – tall, all terrain type with steel or aluminum wheels • Central tire inflation system • Heavy service suspension • High output alternator meeting 12-volt system requirements • Battery system to meet 12-volt system requirements • Deep Water Fording Kit • Vertical exhaust 2-Door Cab • Seating for minimum two (2) • Single tone cab paint finish with OEM standard paint warranty • Air conditioning and heated cab • Mirrors with separate flat and convex sections • Air ride seats Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 59 • Under cab step lights • Engine compartment light • Slip resistant steps under cab doors • Back up camera system • Back up alarm High Water Rescue Body • Aluminum constructed approximately 17-feet by 8.5-feet • Integral stairs, safety railings and gates • Side access to rescue body with ladder and safety railing • Fold down seating with seatbelts • Non-skid floor • Removeable rear safety rails • Rear mounted liftgate • Wheelchair position with tiedowns • Led lighting throughout steps and passenger area • Rescue body canopy, with removable roll up type tarp roof/sides Additional Equipment • Roof mounted lightbar with PA system and speaker • Scene lights/work lights • Driving lights, bumper mounted Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 60 High Water Rescue Vehicle - UTV In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel powered vehicles (where applicable). This is a UTV Type, amphibious off-road use vehicle, to be utilized in high water rescue operations. Approximate Dimensions/Weights • Length: 126-inches • Width: 60-inches • Height: 77-inches • Weight: 1,886 lbs. • Speed: 25 miles per hour (mph) on land • Load Capacity: 650 lbs. on land, 450 lbs. on water • Seat Capacity: Four (4) on land, two (2) on water • Towing Capacity: 1,800 lbs. • Fuel Capacity: 8.5-gallons • Ground Clearance: 10-inches Engine • V-Twin engine, electric fuel injection (EFI) • Air Cooling • 50-amp alternator Drivetrain • Amphibious body • All-wheel drive • Manufacturer’s automatic transmission • Hydraulic service brakes • Hydraulic steering brakes • Brake cooling fan • Steel wheels with bead lock • Flotation-type tires Additional Equipment • Front rack • Brush guard • 3,500 lbs. winch • Skid plate • Bilge pump • Rollover Protective Structure (ROPS) • Receiver hitch for towing Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 61 Mobile Command Unit In all areas of this specification, bidders must comply with current National Fire Protection Association (NFPA) standards, Federal Motor Vehicle Safety Standards (FMVSS, where applicable), National Highway Traffic Safety Administration (NHTSA) standards, and United States Environmental Protection Agency (EPA) emission standards for gasoline and diesel-powered vehicles (where applicable). Manufacturer’s standard equipment and specifications, and if not included, manufacturer installed power windows, power door locks, key FOB keyless entry. 2.03 Contract: FSA22- VEL30.0 – Pursuit, Administrative and Other Vehicles Contract: FSA22- FSA Cooperative Purchasing Program FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment Terms and Conditions Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 1 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment Table of Contents 1.0 GENERAL CONDITIONS ..................................................................................................................................... 4 1.01 BID CORRESPONDENCE ............................................................................................................................ 4 1.02 PURPOSE .................................................................................................................................................. 4 1.03 TERM OF CONTRACT ................................................................................................................................ 4 1.04 JURISDICTION ........................................................................................................................................... 4 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER ..................................................................................... 4 1.06 FUNDING .................................................................................................................................................. 5 1.07 CURRENCY ................................................................................................................................................ 5 1.08 GENERAL DEFINITIONS ............................................................................................................................ 5 1.09 ELIGIBLE PURCHASERS OF CONTRACT ..................................................................................................... 7 1.10 LEGAL REQUIREMENTS ............................................................................................................................ 7 1.11 PATENTS & ROYALTIES ............................................................................................................................. 7 1.12 FEDERAL AND STATE STANDARDS ........................................................................................................... 7 1.13 UNDERWRITERS’ LABORATORIES ............................................................................................................ 8 1.14 AMERICANS WITH DISABILITIES ACT........................................................................................................ 8 1.15 REASONABLE ACCOMMODATION ........................................................................................................... 8 1.16 DISADVANTAGED BUSINESSES ................................................................................................................. 8 1.17 ANTI-DISCRIMINATION ............................................................................................................................ 9 1.18 BEST COMMERCIAL PRACTICES ............................................................................................................... 9 1.19 PUBLIC ENTITY CRIMES (PEC) ................................................................................................................... 9 1.20 TAX EXEMPTION ...................................................................................................................................... 9 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ............................................................................. 9 1.22 COMMUNICATIONS ................................................................................................................................. 9 1.23 CLARIFICATION AND ADDENDA ............................................................................................................. 10 1.24 SIGNED BID CONSIDERED AN OFFER ..................................................................................................... 10 1.25 ASSIGNMENT OF CONTRACT ................................................................................................................. 10 1.26 TERMINATION OF PRODUCT LINE .......................................................................................................... 11 1.27 DEMONSTRATION OF COMPETENCY ..................................................................................................... 11 1.28 VENDOR ABILITY TO PERFORM .............................................................................................................. 11 1.29 FINANCIAL RESPONSIBILITY ................................................................................................................... 12 1.30 QUALITY AND SAFETY ............................................................................................................................ 12 1.31 NONCONFORMANCE ............................................................................................................................. 12 1.32 GRATUITIES ............................................................................................................................................ 12 1.33 TIE BIDS .................................................................................................................................................. 12 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 2 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 1.34 RIGHT TO AUDIT..................................................................................................................................... 13 1.35 LICENSES AND PERMITS ......................................................................................................................... 13 1.36 ELIMINATION FROM CONSIDERATION .................................................................................................. 14 1.37 PERFORMANCE BONDS .......................................................................................................................... 14 1.38 COLLUSION............................................................................................................................................. 14 1.39 DEFAULT ................................................................................................................................................ 14 1.40 PROTESTS AND ARBITRATION ................................................................................................................ 14 1.41 NONPERFORMANCE .............................................................................................................................. 15 1.42 SEVERABILITY ......................................................................................................................................... 16 1.43 TERMINATION FOR CAUSE ..................................................................................................................... 16 1.44 TERMINATION WITHOUT CAUSE ........................................................................................................... 17 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO ........................................................................... 17 2.0 BIDDER INSTRUCTIONS ........................................................................................................................................ 18 2.01 QUALIFICATION ...................................................................................................................................... 18 2.02 LICENSING AND FACILITIES .................................................................................................................... 18 2.03 INSURANCE AND INDEMNIFICATION ..................................................................................................... 19 2.04 SPECIFICATIONS ..................................................................................................................................... 21 2.05 SEALED BIDS ........................................................................................................................................... 21 2.06 EXCEPTIONS ........................................................................................................................................... 21 2.07 MISTAKES ............................................................................................................................................... 21 2.08 EQUIVALENTS......................................................................................................................................... 21 2.09 MANDATORY PRE-BID MEETING............................................................................................................ 22 2.10 PRICES QUOTED ..................................................................................................................................... 22 2.11 OPTION PRICING .................................................................................................................................... 22 2.12 EMERGENCY LIGHTS AND SIRENS .......................................................................................................... 23 2.13 BID SUBMISSION .................................................................................................................................... 23 2.14 EXECUTION OF BID ................................................................................................................................. 24 2.15 MODIFICATION OR WITHDRAWALS OF BIDS ......................................................................................... 24 2.16 LATE BIDS ............................................................................................................................................... 24 2.17 PUBLIC BID OPENING ............................................................................................................................. 24 2.18 DETERMINATION OF RESPONSIVENESS ................................................................................................. 25 2.19 RESPONSIBLE BIDDER CRITERIA ............................................................................................................. 25 2.20 BASIS FOR AWARD ................................................................................................................................. 25 2.21 BID TABULATIONS .................................................................................................................................. 25 2.22 MINOR IRREGULARITIES / RIGHT TO REJECT ......................................................................................... 26 2.23 CONE OF SILENCE ................................................................................................................................... 26 3.0 CONTRACT CONDITIONS ...................................................................................................................................... 27 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 3 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 3.01 GENERAL REQUIREMENTS ..................................................................................................................... 27 3.02 STATEMENT OF AUTHORITY .................................................................................................................. 27 3.03 VENDOR CONTACT INFORMATION ........................................................................................................ 27 3.04 ADDITIONS AND DELETIONS .................................................................................................................. 27 3.05 CONTRACT EXTENSION .......................................................................................................................... 27 3.06 PRICE ADJUSTMENTS ............................................................................................................................. 28 3.07 CONDITIONS .......................................................................................................................................... 28 3.08 PRODUCTION CUTOFF ........................................................................................................................... 28 3.09 FACILITIES............................................................................................................................................... 29 3.10 FACTORY-INSTALLED OPTIONS .............................................................................................................. 29 3.11 VENDOR-INSTALLED OPTIONS ............................................................................................................... 29 3.12 NON-SCHEDULED OPTIONS ................................................................................................................... 29 3.13 AMBULANCE REMOUNT ........................................................................................................................ 29 3.14 FORCE MAJEURE .................................................................................................................................... 31 3.15 PURCHASE ORDERS ................................................................................................................................ 31 3.16 DELIVERY ................................................................................................................................................ 32 3.17 INSPECTION AND ACCEPTANCE ............................................................................................................. 33 3.18 REGISTRATION, TAG AND TITLE ............................................................................................................. 33 3.19 CAB AND CHASSIS PURCHASES .............................................................................................................. 33 3.20 INVOICING AND PAYMENTS .................................................................................................................. 33 3.21 WARRANTY ............................................................................................................................................ 33 3.22 QUARTERLY REPORTS ............................................................................................................................ 33 3.23 ADMINISTRATIVE FEE............................................................................................................................. 34 3.24 LIQUIDATED DAMAGES .......................................................................................................................... 35 Appendix A: Bid Calendar ............................................................................................................................................ 36 Appendix B: ACH Payments ......................................................................................................................................... 37 Appendix C: Federal Clauses ........................................................................................................................................ 38 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 4 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association, “FSA”. Please be sure to reference the bid number and title, and provide your contact information. Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPP@flsheriffs.org 1.02 PURPOSE The Florida Sheriffs Association invites interested Bidders, including manufacturers and dealers or authorized representatives to submit responses in accordance with these solicitation documents. The FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. The purpose of this bid is to establish contracts with manufacturers and manufacturers’ authorized dealers for contract terms specified under Section 1.03 for the purchase of items on a “no trade-in basis.” 1.03 TERM OF CONTRACT The term for Contract FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, and Equipment shall remain in effect for one two-year (2) term from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of contract begins April 1, 2025, and ends March 31, 2027. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 JURISDICTION This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Venue shall lie in the appropriate court in and for Leon County, Florida. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Office of Sheriff is a constitutional office in the State of Florida. Each sheriff has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of the office. Section 30.53, Florida Statutes, exempts the sheriffs’ offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. The Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs’ offices for any payment for any activity or costs incurred by any Bidder in responding to this solicitation. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 5 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency’s appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollar. 1.08 GENERAL DEFINITIONS The terms used in this contract are defined as the following: A. Bidder: A business or enterprise that submits a formal bid to the Florida Sheriffs Association Cooperative Purchasing Program in accordance with the Terms and Conditions. A bidder, that is not the manufacturer, must be authorized by the manufacturer to market and sell an item for which they are bidding. B. Bid System: The online forum used for the submission of bids and review of bid results for the specifications connected to this Invitation to Bid. VendorLink is the software used for this bid. C. Build Sheet: A document from the Bidder that confirms that the item submitted meets or exceeds the FSA Base Specifications. Build sheets may include drawings, visuals representing the item offered to the end user. D. Dealer: An enterprise authorized by the manufacturer to market, sell, provide, and service the items for the Florida Sheriffs Association Cooperative Purchasing Program. Dealers may be Vendor-owned and controlled, in whole or in part, or independently owned and controlled. E. End User: A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. F. Factory: Refers to the manufacturer facility that produces products. G. Fleet Advisory Committee (committee): An employee of a sheriff’s office or other local governmental agency, or person who FSA CPP identifies as a subject matter expert who assists with the development of bid specifications and evaluation of bid responses. The committee makes recommendations to the FSA CPP and is not responsible for final awards. H. Florida Sheriffs Association Cooperative Purchasing Program (FSA CPP): The entity that conducts the Invitation to Bid and administers the resulting contracts I. FSA Base Specifications: Written descriptions of the minimum requirements for each item or item group developed by the FSA CPP for Bidders to bid on. These item requirements may be unique to FSA CPP and require additional components to the manufacturer’s standard item. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 6 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to Bidders, vendors, dealers and manufacturers to submit a price offer on a specific product to be provided. This term shall include the FSA Base Specifications available to Bidders on the Bid System and references to solicitation documents. The term shall not include requests for proposals, requests for quotes, requests for letters of interest, or the solicitation of purchase orders based on oral or written quotations. K. Manufacturer: The original producer or provider of items offered on this contract. L. Manufacturer’s Suggested Retail Price (MSRP): The Manufacturer’s recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: a. Manufacturer’s Computer Printouts b. Manufacturer’s Annual U.S. Price Book c. Manufacturer’s official website M. Non-Scheduled Option: Any optional new or unused component, feature or configuration that is not included or listed in the FSA Base Specifications or options provided by the Vendor. N. Production Cutoff: A date used by manufacturers to notify vendors and dealers that the manufacturer has reached maximum capacity for orders or are discontinuing the production of an item. O. Published List Price: A standard “quantity of one” price currently available to government and educational purchasers, excluding cooperative or volume discounts. P. Purchase Order: An official request for order from a purchaser to an awarded Vendor for an item that has been awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions of this contract under which a Vendor furnishes items to a purchaser. Q. Purchaser: A purchaser is an entity that seeks to obtain items awarded on this contract by meeting the eligible user criteria. R. Qualifications Packet: This document contains the required forms, attestations, authorizations, and organizational information needed, which Bidders must submit for a successful and complete bid. S. Terms and Conditions: Standard regulations, processes, procedures, and compliance requirements are identified herein. Bidders complete a Qualifications Packet during the bid process which will become part of the contract if awarded. T. Third Party Supplier: Businesses external to a Bidder or Vendor that provide products and services which contribute to the overall finished item in this contract. Third Party Suppliers are contractors under the direction and responsibility of the Bidder or Vendor. U. Vendor: The Bidder that meets qualifications, receives an award, agrees to provide those items in compliance with the Terms and Conditions. V. Vendor Installed: A product or service provided by the Vendor or other third party; not the factory. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 7 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bid contract pricing will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs’ offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, other special districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2). All purchasers are bound by applicable Federal and State law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, awarded bids can be extended and guaranteed to other entities, which can include out-of-state sales, in accordance with Vendors’ individual manufacturers’ agreements. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturers’ agreements and must agree to the Terms & Conditions. 1.10 LEGAL REQUIREMENTS Federal, State, and local laws, ordinances, rules and regulations, including any applicable motor vehicle dealer laws, that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder of applicable legal requirements will in no way be a cause for relief from responsibility. Bidders have the option to certify that they are willing to accept purchase orders funded in whole or in part with federal funds. By opting in, Bidders certify that they are willing to comply with the requirements outlined in Appendix C upon receipt of a federally funded purchase order. This is not a requirement of the Invitation to Bid or contract. Bidders are required to indicate whether they are willing to comply with federal funding requirements attached to a purchase order. FSA CPP has taken actions to provide and develop information, materials, and resources for Bidders, Vendors and purchasers that will assist in the use of federal funding with this contract. It is the responsibility of the purchaser to determine compliance if they wish to use federal funds for purchase or intend to request federal funding reimbursement. 1.11 PATENTS & ROYALTIES The Bidder/Vendor, without exception, shall indemnify and hold harmless the Florida Sheriffs Association (FSA) and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the Bidder/Vendor uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or costs in any way arising, directly or indirectly, from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA CPP that all specifications herein are in full and complete compliance with all Federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. This includes, but is not limited to, Federal Motor Vehicle Safety Standards (FMVSS), Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA) Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 8 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment Standards, Society of Automotive Engineers (SAE), Fire Apparatus Vehicle Standards, and Federal Ambulance Standards (KKK-A-1822F), which includes all subsequent change notices. All fire apparatus manufacturers must meet the National Fire Protection Association (NFPA) 1901 and 1906 standards. In addition, any applicable Federal or State legal or regulatory requirements that become effective during the term of the Terms and Conditions, regarding the items and services specifications, safety, and environmental requirements shall immediately become a part of the Terms and Conditions. The Vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Vendor shall contact the FSA CPP immediately. 1.13 UNDERWRITERS’ LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters’ Laboratories, or U.L., listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-2165 five business days in advance to initiate your request. TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation at the bid opening because of a disability must contact the FSA Human Resources at (850) 877-2165. 1.16 DISADVANTAGED BUSINESSES As part of the solicitation process FSA CPP makes information publicly available to potentially qualified entities, and conducts additional outreach to qualified: • Small businesses, • Minority-owned small businesses, • Women-owned small business enterprises, and • Disadvantaged business enterprises. FSA CPP takes necessary affirmative steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, as recommended by 2 C.F.R. § 200.321. FSA CPP will: • Evaluate whether small, minority, and women’s businesses are potential sources, • Place those qualified small and minority businesses and women’s business enterprises on solicitation lists, and • Search the Small Business Administration, Minority Business Development Agency, and Labor Surplus Area reports for additional potential sources. Bidders self-certify in the Qualifications Packet whether they meet the state and federal definitions of a small business, minority-owned small business, women-owned small business enterprise, and disadvantaged business. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 9 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 1.17 ANTI-DISCRIMINATION The Bidder certifies that they are in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence or omission of any description from the specifications shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of this FSA Base Specifications shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a vendor, supplier, sub-vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION Purchasers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the Vendor to verify that the purchaser is exempt by obtaining the purchaser’s Federal Excise and State Taxes and Use Certificate Number. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. State Sales Tax and Use Certificate Number is 85-8012646919C-3. 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): • Addenda to Contract Terms and Conditions, if issued • Contract Conditions • Addenda to FSA Base Specifications, if issued • FSA Base Specifications • Bidder Instructions • General Conditions 1.22 COMMUNICATIONS Communications between a Bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the FSA CPP Staff. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 10 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment Bidders should not rely on representations, statements, or explanations other than those made in this Invitation to Bid or in any written addendum to this Invitation to Bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.23 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted to FSA CPP by e-mail to CPP@flsheriffs.org with the bid title and number referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA CPP website on the date indicated on the Bid Calendar. Questions received during the cone of silence date listed on the bid calendar will not be addressed, except as provided herein. Interpretation of the specifications or any solicitation documents will not be made to the Bidder verbally, and if any verbal clarifications are provided, they are without legal effect. FSA CPP will make every attempt to e-mail updates to registered Bidders. However, posting to the FSA CPP website or the Bid System constitutes proper notice of addenda. The FSA CPP shall issue a Formal Addendum if substantial changes that impact the submission of bids are required. Any such addenda shall be binding on the Bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Formal Addenda shall govern over prior Formal Addenda only to the extent specified. The FSA CPP will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgment of addenda to the FSA Base Specifications. Bids that fail to account for the specification addenda shall be determined to be nonresponsive; however, the FSA CPP may waive this requirement when in its best interest. After the start of the contract term, FSA CPP will notify all Vendors of any addenda and will require acknowledgement of the new terms and conditions. If the Vendor does not agree to the new terms and conditions, the Vendor’s award can be removed or replaced by another Vendor or qualified responsive bidder. 1.24 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the Bidder, which offer shall be deemed accepted upon approval by the FSA CPP. The bid submission must be signed by an authorized representative. Submission of a bid in the FSA CPP Bid System constitutes a signed bid for purposes of bid evaluation. An electronic signature may be used and shall have the same force and effect as a written signature. 1.25 ASSIGNMENT OF CONTRACT No right or interest in this contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA CPP. If the original Vendor sells or transfers all assets or the entire portion of the assets used to perform this contract, a successor-in-interest must perform all obligations under this contract. FSA CPP reserves the right to reject the acquiring entity as Vendor. A change of name agreement will not change the contractual obligations of the Vendor. In the event a manufacturer reassigns the product line to an alternate company, the Vendor is required to immediately notify the FSA CPP in writing of the change within ten (10) business days confirming the reassignment. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 11 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment If the alternate company is not already an approved FSA CPP Vendor, they are required to submit a Qualifications Packet to the FSA CPP to become an approved Vendor prior to conducting any qualified sales. FSA CPP may approve such assignments of existing or new vendors at its discretion. The Vendor is required to honor the contract pricing and all of the applicable Terms and Conditions throughout the remaining term of the contract. 1.26 TERMINATION OF PRODUCT LINE If a Vendor terminates a product line (manufacturer or brand), the Vendor is required to notify the FSA CPP within ten (10) business days of the decision not to retain the product line. FSA CPP may remove the terminated products from the contract. 1.27 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment” and “organization" as used herein shall be construed to mean a fully equipped and well- established company in line with the best business practices in the industry and as determined by the FSA CPP. The FSA CPP may consider any evidence available and may require submission of supporting documentation regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance with the FSA CPP, in making the award. FSA CPP may inspect the Bidder's facility prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services described in this Invitation to Bid. 1.28 VENDOR ABILITY TO PERFORM The FSA CPP may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the FSA CPP may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. During the contract period, FSA CPP may review the Vendor’s record of performance and may require submission of supporting documentation to ensure that the Vendor is providing sufficient financial support, equipment and organization. If the FSA CPP determines that the Vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA CPP has the authority to immediately terminate the contract. By responding to this Invitation to Bid, the Bidder warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Vendor’s ability to satisfy the obligations of a resulting contract. The Vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to Section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federal government. The Vendor shall immediately notify the FSA CPP and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 12 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 1.29 FINANCIAL RESPONSIBILITY Bidder affirms by the submission of the bid and by signature on the contract signature form that the Bidder: • Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered under this bid and has adequate facilities and personnel to fulfill such requirements. • Accepts the financial responsibility associated with this bid and declares that they have the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award. • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all items bid and quantities that could be ordered, as well as timing of payment from purchasers, which can be 45 calendar days from receipt of invoice. 1.30 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest-grade workmanship that meet or exceed federal safety standards. Items requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the Vendor must disclose to the end user that the non-certified options are not required to be certified. All options must meet or exceed federal safety standards. 1.31 NONCONFORMANCE Items may be tested for conformance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the Vendor's expense. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with Vendor. 1.32 GRATUITIES Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid. Bidders shall disclose in writing any conflicts of interest to FSA prior to any award, or as soon as practical after learning of any such conflict, including any contractual or employment relationships with FSA or potential purchasers of Bidders’ products or services. 1.33 TIE BIDS FSA CPP has the right to award multiple bidders the primary or alternate award in the event of a tie. In the event the FSA CPP desires to break tie bids, and both businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors’ performance record with purchasers • Coin Toss Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 13 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 1.34 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA CPP to readily identify Vendor’s sales. FSA CPP and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible user information, whether kept by or under the control of the Vendor, including, but not limited to those kept by its employees, agents, assignees, successors, sub-vendors, or third-party suppliers in whatever form they may be kept – written or electronic. Such records shall include, but not be limited to: • Accounting records, including but not limited to purchase orders, confirmation of orders or invoices, paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files (including proposals of successful and unsuccessful Bidders, bid recaps, etc.); • Original estimates, quotes, or work sheets; • Contract amendments and change order files; • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this contract and for a period of three (3) years after the completion of this contract. At the Vendor’s expense and upon written notice from FSA CPP, the Vendor shall provide such records for inspection and audit by FSA CPP or its authorized representatives. Such records shall be made available to FSA CPP during normal business hours within three business days of receipt of the written notice. FSA CPP may select the Vendor’s place of business or offsite location for the audit. The FSA CPP may also request the Vendor provide requested records via e-mail. Vendor shall ensure FSA has these rights with Vendor’s employees, agents, assignees, successors, and third-party suppliers, and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor’s obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies underreporting, overpricing or overcharges (of any nature) by the Vendor to FSA or a purchaser in excess of three percent (3%) of the total contract billings, the Vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non-performance, FSA may recoup all the costs of the audit work from the Vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the Vendor’s invoices or records shall be made within a reasonable amount of time (not to exceed 60 calendar days) from presentation of FSA’s findings to Vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.35 LICENSES AND PERMITS The Bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and any resulting contract. Where Vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award, the Vendor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance. The Bidder must, by the time of award, be registered to do business in the State of Florida on SunBiz.gov. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 14 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 1.36 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or Bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.37 PERFORMANCE BONDS Purchasers may request a performance bond from a Vendor. Performance bonds are recommended with pre- payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.38 COLLUSION A Bidder shall not, directly or indirectly, collude, consult, communicate or agree with any other Bidder as to any matter related to the bid each is submitting. Additionally, a Bidder shall not induce any other Bidder to modify, withdraw, submit, or not submit a bid. Bidders or Vendors who are found to have engaged in these acts will be considered nonresponsive and will be suspended or barred from bid participation. Any contract award resulting from these acts may be terminated for default. Further, any such acts detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without violating this provision if the bid submitted is not from the same manufacturer and product line. Dealers that share the same ownership may submit multiple bids without violating this provision if the Bidders are not in the same region featuring the same manufacturer and product line. 1.39 DEFAULT In case of default on the part of Vendor, the FSA CPP may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked Bidder or from other sources. A defaulting Vendor may be held liable for costs incurred by the FSA in procuring replacement products. 1.40 PROTESTS AND ARBITRATION Any person who is adversely affected by the decision or intended decision to award shall file a “Notice of Protest” in writing to the FSA CPP within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Options are for informational purposes only and will not serve as a basis for protest. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party’s claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party’s filing will be reimbursable to the FSA and deducted from the protesting party’s bond or security which must accompany their filing. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 15 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment Any Bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the item being protested. The bond, cashier’s check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA CPP will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party’s claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful Bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA CPP within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association’s (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA CPP provided at the time of filing the initial protest. Failure to provide written notice to FSA CPP, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement, the Bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process, and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum, judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.41 NONPERFORMANCE By virtue of the bid submission, Bidder acknowledges its obligation to sell items in all zones for which it is awarded. Upon award, failure of the Vendor to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per item, which amount the Vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA CPP’s discretion. The Vendor shall at all times during the contract term remain responsive and responsible. In determining Vendor’s responsibility, the FSA CPP shall consider all information or evidence that demonstrates the Vendor’s ability or willingness to fully satisfy the requirements of the Terms and Conditions. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA CPP at its sole discretion may remove a noncompliant Vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by items or zones, or other actions as determined by FSA CPP at its sole discretion. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 16 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment At FSA CPP’s discretion, Vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result in termination from the existing contract and future competitive bid solicitations at the discretion of the FSA CPP. In situations where there is evidence that the Vendor has engaged in egregious breaches of the contract with respect to either the FSA CPP and/or the purchaser, the contract can be terminated and the Vendor will be removed from future solicitations for a period of up to three (3) years, or a permanent ban from the bid process at the sole discretion of FSA CPP. Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or Vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. Any Vendor presented with a valid Purchase Order consistent with Vendor bid quotes or other agreed upon terms and pricing is required by this contract to accept such purchase order and deliver the product. Purchase Orders must be fulfilled whether or not the Purchase Order includes options. The Vendor must deliver this product in accordance with the Terms & Conditions – regardless of whether doing so will provide the Vendor with a profit or loss. Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue a new Purchase Order with another Vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA CPP may seek damages for nonpayment of administrative fees, to which FSA CPP is entitled, according to Section 3.25, and any attorney’s fees incurred in the recovery of these damages. 1.42 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms. 1.43 TERMINATION FOR CAUSE If through any cause within the reasonable control of the Vendor, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract, the FSA CPP shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the Vendor and unless the deficiencies are corrected within ten (10) business days, the contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA CPP, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In the event of a termination for cause, the purchaser shall compensate the successful Bidder in accordance with the contract for all services performed by the successful Bidder prior to termination, net of any costs incurred by the purchaser and FSA as a consequence of the default. Notwithstanding the above, the Vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the Vendor, and the FSA CPP may reasonably withhold payments to Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 17 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment the Vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the Vendor is determined. 1.44 TERMINATION WITHOUT CAUSE The FSA CPP can terminate the contract in whole or part without cause by giving written notice to the Vendor of such termination, which shall become effective thirty (30) calendar days following receipt by Vendor of such notice. In the event of termination without cause, all finished or unfinished documents and other materials shall be properly delivered to the FSA CPP. The Vendor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the contract, if any. The Vendor shall not be entitled to recover any lost profits that the Vendor expected to earn on the balance of the contract or cancellation charges. Any payments to the Vendor shall be only to the total extent of the purchaser liability for goods or services delivered prior to the date of notice to terminate the contract. 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO The FSA logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by Vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites, digital marketing campaigns, social media and e-mail; or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request the logo by contacting cpp@flsheriffs.org, and should include a brief description of how the Vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 18 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 2.0 BIDDER INSTRUCTIONS 2.01 QUALIFICATION Bidders are required to complete the qualification packet as part of the bid submission. A Bidder becomes a qualified bidder if they comply with this section and Section 2.09, Mandatory Pre-Bid Meeting. Qualification Packet information required for bid qualification include: • Qualification form o Contact Information o Business Profile o References o Disqualifications & Defaults o Warranty Service Plan Attestation o Emergency Technician Attestation • Compliance Attestations o E-Verify o Sunbiz o Drug-Free Workplace o Workers Compensation o Compliance with Applicable Federal, State, and Local Laws and Ordinances • Federal Compliance • If willing to comply with the requirements applicable to federally funded purchase orders, Federal Compliance Certifications: o Certification Regarding Debarment and Suspension o Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist o Certificates of Insurance due five days prior to award • W-9 Form The Qualifications Packet is located on the Bid System. 2.02 LICENSING AND FACILITIES Bidders are required to obtain all required licenses, including any applicable motor vehicle dealer licenses, and registrations, and comply with all applicable Federal, State, and local laws and ordinances, including any applicable motor vehicle dealer laws, in order to bid on any motor vehicle. Bidders must maintain a repair facility within the State of Florida to provide warranty service for the items bid. If Bidders do not have a facility, the Bidder must be able to assist purchasers in obtaining warranty work as authorized by the manufacturer. If a Bidder does not maintain a facility within the State of Florida, the Bidder must have a plan as to how the Bidder would service Florida purchasers if awarded the contract. This warranty service plan must demonstrate that the warranty work will be timely and satisfactorily performed and should include: • Whether the warranty service provider is approved by the manufacturer • If the Bidder plans to contract out for service, a copy of the service agreement; and • Zone specific service plans to include: o Response time to initial call from purchaser, Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 19 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work, and o Any additional information that would detail how warranty service would be provided. The sufficiency of the Warranty Service Plan may be evaluated by the FSA CPP. The FSA CPP reserves the right to request additional information from a Bidder regarding the facility during the solicitation and the term of the contract, if awarded. The FSA CPP may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Bidder/Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Bidder/Vendor, its agents, employees, partners, or third party suppliers; provided, however, that the Bidder/Vendor shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. The Florida Sheriffs Association and/or participating agencies shall give the Bidder/Vendor (2) the opportunity to take over and settle or defend any such action at Bidder’s/Vendor’s sole expense. When reasonable, the Florida Sheriffs Association will give the Bidder/Vendor written notice of an action or threatened action. Bidder/Vendor shall not be liable for any unreasonable cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without Bidder’s prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. The Insurance Checklist summarizes the Bidder’s/Vendor’s insurance coverage obligations, if awarded. Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be provided no later than five (5) business days prior to the contract award date. The Vendor may not begin performance under the contract until such Certificates have been approved by the FSA CPP. The certificate must state Bid Number and Title. FSA must be named as an additional insured for the duration of the contract. The Vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The Vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the Vendor is acting as an independent contractor. The Vendor shall be responsible for the work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular contract. The Vendor at all times during the full duration of work under this contract, including extra work in connection with this contract, shall meet the requirements of this section. The Vendor shall maintain automobile liability insurance including property damage covering all owned, non- owned, hired and scheduled automobiles, when used in connection with the delivery or service of this contract. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 20 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment The Vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist when the garage is used to complete work on this contract. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of B+ or better per the AM Best Rating. FSA CPP required insurance coverages must be maintained through the duration of the contract. Upon expiration of the required insurance, the Vendor must email updated certificates of insurance for as long a period as any work is still in progress. No change or cancellation in insurance shall be made without thirty (30) calendar days' written notice to the FSA CPP. It is understood and agreed that all policies of insurance provided by the Vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The Vendor hereby agrees to indemnify and hold harmless the FSA, a 501(c)3, its officers, agents, and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the Vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The Vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The Vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The Vendor will secure and maintain policies of third-party suppliers. All policies shall be made available to the FSA upon demand. Compliance by the Vendor and all third-party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the Vendor and all third-party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third-party suppliers and of persons employed by them as they are for acts and omissions of persons directly employed by the Vendor. The FSA can request, and the Vendor shall furnish proof of insurance within seven (7) calendar days of receipt of the written request from FSA. Should the Vendor fail to provide acceptable evidence of current insurance during the contract term, the FSA CPP shall have the right to consider the contract breached and justifying the termination thereof. If Bidder does not meet the insurance requirements, the FSA may consider alternate insurance coverage Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 21 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 2.04 SPECIFICATIONS All items covered by this Invitation to Bid and any resulting contract, and the specifications shall be the manufacturer’s current basic production model, and shall, as a minimum, be equipped with all standard factory equipment in accordance with the manufacturer’s latest literature unless otherwise noted in the Bid System or FSA Base Specifications. The FSA Base Specifications are contained in the FSA CPP Bid System, may be requested from FSA CPP, and are retained within FSA CPP’s archive. As part of the bid submission, Bidders will be required to provide confirmation that the item bid meets the FSA Base Specifications. FSA CPP may reject bids that fail to provide confirmation that the item(s) bid meet the FSA Base Specifications. FSA CPP develops the specifications with subject matter experts and publicly available information. However, FSA CPP does not have access to full details from the manufacturer and relies on Bidders to assist in this process. Bidders should immediately notify the FSA CPP of any inaccuracies in the specifications. All notifications of inaccuracies must be in writing. If awarded a contract, Vendor(s) must offer and supply an item that either meets or exceeds all the requirements included in the applicable FSA Base Specifications, unless a purchaser specifically issues a Purchase Order for a base item and option that differs from the FSA Base Specifications. Failure of a Bidder to comply with these provisions will result in Bidders being held responsible for all costs required to bring the item into compliance with the contract specifications. 2.05 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA CPP Bid System. 2.06 EXCEPTIONS Any requested exceptions, deviations, or contingencies a Bidder may have to the Terms and Conditions must be documented in Bidder’s submission. Exceptions to the FSA Base Specifications at the time of the bid submission shall reference the item number, make and model. FSA CPP has the discretion to grant or deny, in whole or in part, the Bidders requested exception, deviation or contingency to the specifications or Terms and Conditions. Bidder acknowledges that the bid may be disqualified if FSA CPP rejects the proposed exceptions. 2.07 MISTAKES Bidders are expected to examine the FSA Base Specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the Bidder's risk. 2.08 EQUIVALENTS Prior to the opening of the Bid System, Bidders may request item equivalents. The Bidder must submit the manufacturer name and model number (or product identifier) of each equivalent requested to FSA CPP. Complete, descriptive, technical literature should demonstrate that the equivalent conforms with FSA Base Specifications. If a bid uses equivalents without prior approval, the bid may be disqualified. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 22 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 2.09 MANDATORY PRE-BID MEETING Prospective Bidders are required to attend or participate in the mandatory Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA CPP to clarify questions on the Terms and Conditions and to confirm all FSA Base Specifications. Questions relating to the items, specifications, the bid process, or award can be asked at the Pre-Bid Meeting. Bidders have the opportunity to suggest technical modifications or corrections before the FSA Base Specifications are finalized. FSA CPP reserves the right to grant attendance exceptions to the mandatory meeting if the Bidder has requested authorization, agrees in writing to meet all the Terms and Conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.10 PRICES QUOTED Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty (60) calendar days from the date of bid opening. Each item, make, and model must be priced and bid separately. Prices quoted in the bid submission should reflect the final amount the Bidder can expect to receive for payment for the items bid for the duration of the contract, unless otherwise provided in the contract. These prices must be inclusive of all components included in the FSA Base Specifications. Once awarded, the vendor has the authority to offer discounts for prompt payment. Cash or quantity discounts offered will not be a consideration in determination of award of the bid. Prices bid, including options, must include the administrative fee FSA charges to administer the contract, as outlined within these Terms and Conditions. The administrative fee is three quarters of one percent (.0075). Prices must be Free on Board (FOB) destination and must include delivery to the purchaser. 2.11 OPTION PRICING The Bidder shall offer a discount below Manufacturer’s Standard Retail Pricing (MSRP) or manufacturer’s published list price for any options offered, if awarded. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes and will not be published. Options are intended to add or delete equipment or features from the FSA Base Specifications. Options can provide an upgrade or downgrade to a manufacturer’s model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base item. Options may only provide a downgrade to a manufacturer’s model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create an item that is available as another item bid on this Invitation to Bid. The use of options to facilitate the sale of an alternate manufacturer’s product which is outside the scope of the FSA Base Specifications will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Bidders must disclose which options require the purchase of other options or are dependent on another option in their bid submission. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately. Bidder must use proper manufacturer codes for factory options. Options available through the factory should be bid and supplied to purchaser as factory options, unless otherwise requested in writing by the purchaser. Factory Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 23 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment package options are permitted under this contract. Factory package options included in the bid submission must detail what components the package includes. If a Bidder will offer registration and title services as a fee for service, government-imposed fees should be listed at the exact cost and shall not include the FSA administrative fee. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA Base Specifications, the Bidder should include the word “Credit” at the beginning of the description field and continue to describe the option being credited. For example, “Credit: one key fob” and enter the price the Bidder will credit the purchaser. 2.12 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective departments or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must only use installers that possess a current Emergency Vehicle Technician Certification, or an approved equivalent. FSA CPP may request certificates for a Vendor’s installers at any time during the contract term. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. Bidders may not charge for labor for vehicles that are manufactured with emergency lights and sirens, including motorcycles. Prices submitted for emergency lights and sirens shall include all applicable government-imposed fees. Bidders that install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1, Class 2 and Class 3 in order to be eligible for participation in the contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the Vendor can be found in default of the contract. 2.13 BID SUBMISSION Bidders must submit a bid electronically using the Bid System. Bid submissions include a price for each item and a completed Qualifications Packet. The bid must be received by the date and time specified on the Bid Calendar seen in Appendix A. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink The Bid System is located at https://www.myvendorlink.com. Bidders are encouraged to participate in training provided. Usernames and passwords will be issued to Bidders after registering in the bid system. Contact VendorLink at support@evendorlink.com if technical issues arise during bid submission. Prices are to be rounded to the nearest whole dollar. If a Bidder submits bid pricing using cents, the following formula will be applied: $.01-.49 will be rounded down to the dollar bid (e.g., $50.49 = $50) and $.50-.99 will be rounded to the next dollar (e.g., $50.50 =$51). Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 24 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment Bid Submission To ensure correct bid submittal and formatting, Bidders shall: • Input a bid price for each item • Upload files as instructed in the Bid System; files requested will be in .pdf format • Follow all instructions outlined in this Invitation to Bid and provide all requested information. The bid shall include the following documents: • Executed Qualifications Packet • Build sheet for each item bid as a single .pdf • Any requested exceptions or equivalents. FSA CPP may ask awarded Bidders to supply one hard copy set with digital signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA CPP. FSA is not responsible for Bidder’s improper use of the Bid System. Exceptions will be granted to this section should any Bid System malfunctions occur. 2.14 EXECUTION OF BID By submitting a response to this Invitation to Bid, the Bidder agrees to the Terms and Conditions and to be bound by such Terms and Conditions if selected for award. The Bidder must submit the Contract Signature Form with the signature of an authorized representative no later than the due date. All Terms and Conditions are applicable throughout the term of the contract and not specific to any given year, make or model. 2.15 MODIFICATION OR WITHDRAWALS OF BIDS A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time of the bid submission listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a Bidder must withdraw the bid, the Bidder must contact FSA CPP immediately. Bid withdrawals are handled on a case-by-case basis and can result in a limitation of participation in future bids. 2.16 LATE BIDS The responsibility for submitting a bid before the due date and time on the bid calendar is solely and strictly the responsibility of the Bidder. The FSA CPP is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. 2.17 PUBLIC BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. The bid opening may occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida, or may be offered online. FSA CPP will provide a bid inspection period for Bidders following the bid opening. The date, time and duration will be announced prior to the bid opening. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 25 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 2.18 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the contract. As set forth in Section 2.24, FSA CPP reserves the right to waive or allow a Bidder to correct minor irregularities. 2.19 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if qualifications and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. The FSA CPP will not request documentation or consider a Bidder’s social, political or ideological interests in determining if the Bidder is a responsible Bidder. FSA CPP will not give preference to a Bidder based on the Bidder’s social, political, or ideological interests. Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the contract may be rejected as non-responsible. In determining a responsible Bidder, the following factors may be considered: • Adequacy of facilities, staffing, and financial resources • Previous experience with FSA contract or other similar government contracts • Ability to provide excellent customer service, including on previous FSA contracts; and • Any other information relevant to the responsibility of a Bidder of which FSA CPP is aware. In addition to the requirements set forth by these Terms & Conditions, FSA CPP reserves the right to request staffing, performance and financial information from any Bidder during the evaluation process. FSA CPP reserves the right to determine which responses meet the requirements, specifications, Terms & Conditions of the solicitation, and which Bidders are responsive and responsible. FSA CPP further reserves the right to limit participation of Bidders who, in FSA CPP’s sole discretion, are determined to present responsibility concerns that call into question the Bidder’s ability to perform but that do not rise to the level of requiring rejection of the Bidder as non-responsible. 2.20 BASIS FOR AWARD FSA CPP reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser’s best interest. FSA CPP reserves the right to make multiple awards for each item, if determined to be in the best interest of the FSA and the purchasers. Awards will be posted on the FSA CPP website according to the date posted in the bid calendar. 2.21 BID TABULATIONS The bid tabulation report will be posted on the FSA CPP website after the bid submission closes. If there is a delay in posting the bid tabulation results, FSA CPP will post a notice of the delay and a revised date for posting of results. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 26 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 2.22 MINOR IRREGULARITIES / RIGHT TO REJECT The FSA CPP has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA CPP determines that doing so will serve its best interest or the best interest of the purchasers. A minor irregularity is a variation from the Terms and Conditions of this procurement that does not affect the price of the bid or give the Bidder a substantial advantage over other Bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA CPP may allow a Bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA CPP may request a Bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA CPP ill not request, and a Bidder may not provide the FSA CPP with additional materials that affect the price of the bid, or give the Bidder an advantage or benefit not enjoyed by other Bidders. The FSA CPP may also reject any bids not submitted in the manner specified in this document. 2.23 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the intent to award date as indicated in the Bid Calendar. During this period all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, technical questions regarding problems incurred in the use of the Bid System, or communications initiated by the FSA CPP. All permitted communications during this period shall be made in writing to the procurement contacts identified in Section 1.01 of this Invitation to Bid. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 27 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded, the terms and conditions of this document become the contract between the FSA CPP and the awarded Vendor. The Terms and Conditions apply to all items purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to the contract. 3.03 VENDOR CONTACT INFORMATION The Vendor shall maintain current contact information with FSA CPP at all times for sales and submission of purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract, the Vendor must notify FSA CPP immediately. 3.04 ADDITIONS AND DELETIONS The FSA CPP reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and the participating purchasers, at its discretion. This decision to take action may be based upon and not limited to few or no sales, product recalls and other safety issues, Vendor or manufacturer performance, or the product’s lack of relevance. For items that come to market during the contract term, FSA CPP may authorize qualified and awarded Vendors to offer the new item under the existing contract terms and conditions, if the manufacturer authorizes a Vendor to sell the item. FSA CPP will request awarded Vendors submit pricing and will evaluate the responses prior to authorizing awarded Vendors to offer the new item. 3.05 CONTRACT EXTENSION Contract Extension The contract may be extended by mutual agreement for up to two (2) additional years, on a year-to-year basis. FSA CPP reserves the right to execute a contract extension or to allow the contract to fully or partially terminate and readvertise for bids, whichever is in the best interest of FSA. The Vendor may request price adjustments for contract extensions as provided for herein. If no request is received from the Vendor, the FSA CPP will assume that the Vendor has agreed that the optional term may be exercised without a price adjustment. Any adjustment request received after the execution of an extension may not be considered unless otherwise provided for in this contract. Month-to-Month Continuation In the event a new contract is not active at the time of this contract’s expiration, this contract’s terms and conditions shall extend on a month-to-month basis and shall not constitute an implied extension of the contract. Such a month-to-month continuation shall be upon the compensation and payment provided herein. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 28 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 3.06 PRICE ADJUSTMENTS This contract provides the following methods of price adjustments: • Annual Price Adjustments • Changes to Production or Design • Manufacturer Certified Adjustments • Equitable Adjustments Price adjustment requests must clearly substantiate a need to increase or decrease the price. Price adjustments will not be considered if Vendors are delinquent on administrative fee payments or have outstanding quarterly reports. Annual Price Adjustment The FSA CPP may consider annual price adjustments due to: • Changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS); or • As a result of any changes to national or state standards that require substantial price adjustments. FSA CPP may consider other documentation related to the change to national or state standards but is not obligated to grant price changes without literature from the manufacturer. The FSA CPP will consider the request and will make a final determination on the change in price. Changes to Production or Design Significant changes by the manufacturer to the production of and specification design may also initiate a price adjustment request. FSA CPP will consider order dates, production factors, model year, or other conditions, as well as the replacement or complete redesign of items. Vendors must provide documentation from the manufacturer Manufacturer Certified Adjustments Vendors must provide documentation from the manufacturer to FSA CPP that shows the additional costs or price adjustments imposed by the manufacturer and substantiate the need for a related price adjustment for this contract. Equitable Adjustments The FSA CPP may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this contract shall be the most current model offered. 3.08 PRODUCTION CUTOFF Vendors shall notify the FSA CPP in writing no less than sixty (60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Purchase orders received by the Vendor ten (10) business days prior to the final order date must be accepted and entered into the order Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 29 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment system with the manufacturer. Purchase orders issued and received after the production cutoff date will be subject to availability. In this case, the Vendor and manufacturer have the discretion whether to choose to provide next year’s model at current year’s prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser’s ability to obtain the items, FSA CPP may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA CPP reserves the right to inspect the Vendor’s facilities at any time with prior notice. 3.10 FACTORY-INSTALLED OPTIONS All options specified as factory-installed are to be installed on the item at the primary site of assembly and is to be the manufacturer’s standard assembly-line product. Aftermarket and vendor-installed equipment will not be accepted as factory-installed. Vendors found supplying aftermarket or vendor-installed equipment where factory- installed are specified shall be required to retrieve all delivered items and supply new items meeting the specifications. All factory-ordered options are to be original equipment manufacturer (OEM) and installed at the primary site of assembly unless otherwise noted by the vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. 3.11 VENDOR-INSTALLED OPTIONS All vendor-installed accessories, equipment, or options shall be installed according to the manufacturer’s specifications. All vendor-installed options must be manufactured by an established manufacturer of the product provided. Vendors are required to disclose make and model of product being offered, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the Vendor must also disclose the warranty of any accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage. Any Vendor that violates this provision will be considered in default of the contract. FSA CPP may terminate the contract in accordance with Terms and Conditions. 3.12 NON-SCHEDULED OPTIONS A non-scheduled option is an option not listed on the FSA CPP published award. Vendors may provide non- scheduled options at less than MSRP or the Published List Price. Non-scheduled options should be identified and listed as a separate line item with the price and discount on the purchase order. Non-scheduled options are covered under these Terms and Conditions. 3.13 AMBULANCE REMOUNT Ambulance remount services may be offered by awarded Vendors on this contract. Remount service providers shall maintain a minimum of $5,000,000 in Product Liability Insurance and a minimum of $1,000,000 in Professional Garage Keepers Liability Insurance. It is the responsibility of the Vendor to maintain the insurance requirements under the Terms & Conditions. Proof of adequate coverage shall be provided to the purchaser upon request. All remount service providers must be registered with National Highway Traffic Safety Administration (NHTSA) as a new vehicle manufacturer as required by law (49 CFR 571.7(e)). The remounter shall follow all recommended Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 30 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment guidelines and practices as published and prescribed by the OEM chassis manufacturer for the chassis platform supplied. This includes: 1. Compliance with Federal Motor Vehicle Safety Standards (FMVSS); 2. Incomplete Vehicle Document (IVD) for appropriate chassis; 3. OEM Body Builder’s Guide for appropriate chassis; and 4. Ford QVM Program Truck Guidelines or other OEM Chassis Upfitter programs. The remounter must have financial strength to adequately support any warranty obligation provided to the customer and be able to verify this to the purchaser upon request. The warranty that shall be offered at a minimum to the customer shall be as follows: 1. The remounter shall warranty the ambulance and furnished equipment against parts failure or malfunction due to design, construction or installation errors, defective workmanship and missing or incorrect parts for a minimum period of 12 months or 12,000 miles (whichever occurs first) from date of acceptance, exclusive of any authorized driveaway mileage. 2. However, if the remounter received from any supplier or subcontractor additional warranty on the whole or any component of the ambulance, in the form of time and/or mileage, including prorated adjustments, or if the remounter generally extends to their customers a greater or extended warranty coverage, the purchaser shall receive corresponding warranty benefits. The remounter must follow all recommended guidelines and requirements which apply to the new chassis, as well as application and installation of all components and equipment included in the remounted vehicle. This shall include suitability and generational compatibility of key components to meet both make and model year of chassis utilized. The remounter shall perform the following series of steps to determine viability of the proposed remount vehicle prior to production: 1. The viability process shall include a visual inspection of ambulance body module for overall condition to determine suitability and feasibility for forward service life. This shall include the compatibility of the body to the proposed new chassis. 2. This viability process shall include, and the remounter shall provide, a Scope of Work document which shall include an itemized proposal to the customer and a notice of compliance to FMVSS requirements, as well as weight balance and payload analysis and projections. A minimum payload of 1,500 pounds is required. 3. The remounter shall inform the purchaser of any additional deficiencies or defects discovered during the production process and inform the purchaser immediately whereby remediation shall be mutually determined. It is the responsibility of the Vendor to certify that it has inspected the remounted module for structural integrity and will supply a statement that includes proof of the inspection process to the purchaser. The remounter shall have written work process documentation to substantiate each step of the production process for the remounted vehicle to include: 1. Evaluation and physical assessment of original vehicle 2. Engineering analysis for major modifications such as change in chassis type or body mounts 3. The actual production sequence and process; and 4. Written and verified quality control and function checks. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 31 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 3.14 FORCE MAJEURE A Vendor shall not be penalized for a delay resulting from the Vendor’s failure to comply with delivery requirements if neither the fault nor the negligence of the Vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Vendor’s control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the Vendor. 3.15 PURCHASE ORDERS To initiate a purchase, a purchase order must be issued to the Vendor, which includes: • FSA CPP contract title and number • FSA CPP item number • Make and model or item description; and • Purchaser name, phone number and email address. The Vendor’s acceptance of a purchaser’s order will indicate that the Vendor agrees to deliver an awarded item that will be fully compatible with all of its options. Production schedules and delivery dates should be discussed at the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to the Vendor. Vendor shall place the order with the manufacturer within ten (10) business days of receipt of the purchase order. The Vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the contract and the purchase order. Any changes that are required to bring an item into compliance with the various options due to an incorrect order will be accomplished at the Vendor’s expense. A Confirmation of Order form shall be completed by the Vendor and provided to the purchaser and FSA CPP fifteen (15) calendar days from receipt of purchase order without request by the purchaser. Any additional information needed to complete this form should be obtained by the Vendor from the purchaser. While it is recommended that an agency purchase from the zone which is closest to their location, it is not mandatory to do so. If the purchaser determines that a Vendor in another zone can better serve their needs, the purchaser may order from a Vendor in another zone. Vendors that provide awarded items outside of an awarded zone may upon mutual agreement between the Vendor and the purchaser charge a delivery fee. If a Vendor receives a purchase order for an item for which they were not awarded, the Vendor must notify the purchaser and return the purchase order to the purchaser within three (3) business days. The Vendor must submit electronic copies of Purchase Orders within fifteen (15) calendar days of the Purchase Order issue date. Emails shall be sent to coop@flsheriffs.org. Purchase orders received by the Vendor after this deadline must be submitted to FSA CPP as soon as possible with the date received by the Vendor and cause for the delay. Purchase Orders should contain the following required information: • Purchaser name, • Purchase order number, • Purchase order issue date, • FSA CPP contract title and number, • Item number, • Item make and model, or item description, • Item price, • Options by item, and Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 32 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment • Estimated delivery date. Purchase orders vary in format and information provided. If a purchase order does not include the required information, the Vendor must submit supplemental documentation to FSA CPP at the same time the purchase order is due. Such information may be in bid quotes, equipment proposals, confirmation of orders, or other documents. If a purchaser does not use purchase orders, written communication from the purchaser to the Vendor will be provided to FSA CPP. 3.16 DELIVERY Vendors are to inspect the item to confirm the item meets or exceeds the FSA Base Specifications, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor’s expense. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Delivery schedules shall be agreed to by the purchaser and the Vendor. Vendor shall notify the purchaser no less than twenty-four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon delivery details. The Vendor shall be responsible for delivering items that are properly serviced, clean and in first class operating condition. Items shall be delivered with each of the following documents completed or included: • Copy of the purchase order • Copy of the FSA Base Specifications • Copy of manufacturer’s Invoice, price sheet, build sheet or other documentation that verifies what components are included on the item being delivered • Copy of the pre-delivery service report • Registration warranty certification • Owner’s manual • Registration, tag and title or an application for the registration, as applicable All items with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. For items that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. Deliveries within 2,500 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer’s break-in requirements and all applicable traffic laws. Any delivery accomplished by driving fire rescue or emergency response vehicle must use an “OUT OF SERVICE” cover on light bars. All deliveries in excess of 2,500 miles shall be approved by the purchaser. The purchaser has the option to reject a vehicle with more than 2,500 odometer miles, if not previously approved by the purchaser, or may deduct $0.51 cents per mile in excess of 2,500 miles from the invoice. This requirement also applies to redelivery of vehicles that were rejected upon initial delivery. When items require service or adjustments upon delivery, the Vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer’s local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the Vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory, and the item is redelivered or repaired. The cost of any transportation required to address the defect shall be the responsibility of the Vendor until the items are satisfactory and accepted by the purchaser. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 33 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment 3.17 INSPECTION AND ACCEPTANCE Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract specifications. Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment. Inspection and acceptance will be at the purchaser’s destination unless otherwise previously agreed upon location was provided in the purchase order. Should the delivered items differ in any respect from the FSA Base Specifications, payment can be withheld until such time as the Vendor completes the necessary corrective action. 3.18 REGISTRATION, TAG AND TITLE Title items shall be the responsibility of the Vendor. If the purchaser is a government agency, the purchaser has the right to choose to register and title the item. Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to the cost of registration, tag and title. 3.19 CAB AND CHASSIS PURCHASES Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work. Vendors are responsible for tag and title work if the chassis is completed by the Vendor or the Vendor’s contracted third- party supplier. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. 3.20 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the Vendor and purchaser placing orders using this contract. Vendors must invoice each purchaser independently. The Vendor shall be paid upon submission of invoices to the purchaser after satisfactory delivery and acceptance of the items. While the Local Government Prompt Payment Act applies to ensure timely payment of Vendor invoices, the FSA CPP encourages purchasers to make payment within thirty (30) days of acceptance of the item. The Local Government Prompt Payment Act is defined in Sections 218.70–218.79 of Florida Statutes. 3.21 WARRANTY All warranties shall begin at the time of delivery and final acceptance by the purchaser. The purchaser’s warranty should not be active for incomplete items and items delivered to a third-party supplier before final delivery. 3.22 QUARTERLY REPORTS Quarterly reports are the contractual responsibility of each Vendor. Quarterly reports must be completed and submitted electronically. All quarterly reports shall be sent to reports@flsheriffs.org. The quarterly report template shall be submitted using an Excel workbook provided by FSA CPP. Quarterly reports which do not adhere to the required format or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting Vendor for correction. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow the schedule below for the duration of the contract. If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 34 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment Quarterly reports should follow this schedule: Contract Year 1: April 1, 2025 – March 31, 2026 Year 1 Quarter 1 April 1 – June 30 July 15 Year 1 Quarter 2 July 1 – September 30 October 15 Year 1 Quarter 3 October 1 – December 31 January 15 Year 1 Quarter 4 January 1 – March 31 April 15 Contract Year 2: April 1, 2026 – March 31, 2027 Year 2 Quarter 1 April 1 – June 30 July 15 Year 2 Quarter 2 July 1 – September 30 October 15 Year 2 Quarter 3 October 1 – December 31 January 15 Year 2 Quarter 4 January 1 – March 31 April 15 If a contract extension or renewal option are executed, the quarterly reports will maintain the same schedule for future reporting periods. Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a Vendor has no sales within a quarter, the Vendor shall indicate “No sales this quarter” on the top row of the sales worksheet. If the Vendor has no deliveries in a given quarter, the Vendor shall indicate “No deliveries this quarter” on the top row of the delivery worksheet. FSA CPP reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported, but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA CPP will provide written notice to all Vendors of the method by which future quarterly reports are to be submitted. 3.23 ADMINISTRATIVE FEE The FSA CPP charges three quarters of one percent (.0075) to procure, process and administer the contract. The administrative fees are the contractual responsibility of each awarded Vendor. After receipt of payment from contract purchases, the Vendor shall remit all administrative fees to the FSA CPP no later than fifteen (15) calendar days after the end of each quarter. All fees payable to the FSA CPP during any given quarter will be accompanied and supported by a quarterly report. The administrative fee will remain payable to FSA CPP and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee, will be permitted if a Vendor fails to incorporate the administrative fee in its bid pricing. The administrative fee should never be listed as a separate line item on any purchase order or invoice. The administrative fee is based on the total purchase order amount of new items. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee calculation. The ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA CPP that all payments be electronically paid and submitted. If ACH is not available, checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 35 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.24 LIQUIDATED DAMAGES The Vendor warrants that the item supplied to the purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the Vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports to FSA CPP within fifteen (15) calendar days following the end of each quarter may result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of $25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section, the prevailing party shall be entitled to its reasonable attorneys’ fees and costs incurred in the litigation. The venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in Vendor’s Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond forty-five (45) calendar days can result in FSACPP, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by item specifications, disqualification from future solicitations, or termination for cause pursuant to the Terms & Conditions. Schedule of Liquidated Damages Failure to submit quarterly report on time $25 per calendar day Failure to submit administrative fee on time $25 per calendar day Failure to report a Purchase Order to FSA within 15 calendar days of the purchase order issue date $100 per Purchase Order Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will result in liquidated damages to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the Vendor’s failure to take the specified actions. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 36 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment Appendix A: Bid Calendar FSA25-VEF19.0 Bid Calendar Event Date Invitation to Bid Announcement 9/3/2024 Voluntary Interested Bidder Workshop 11/7/2024 New Items & Specifications Submissions Due 11/15/2024 Mandatory Pre-Bid & VendorLink Bidder Training 12/18/2024 Requests for Clarifications Due to FSA CPP 1/3/2025 FSA CPP Response to Requests for Clarifications 1/14/2025 Bid System Opens 1/20/2025 Cone of Silence 1/20/2025 - 3/18/2025 Bid Submissions Due 3/2/2025 at 11:59:59pm Bid Tabulations Posted 3/4/2025 Public Bid Opening 3/4/2025 Bid Evaluations 3/10/2025 - 3/14/2025 Intent To Award 3/18/2025 Final Award 4/1/2025 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 37 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment Appendix B: ACH Payments Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 38 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment Appendix C: Federal Clauses APPLICABILITY OF THIRD-PARTY CONTRACT PROVISIONS* (excluding micro-purchases, except Davis-Bacon requirements apply to construction contracts exceeding $2,000) In addition to other provisions negotiated with purchasers placing federally funded purchase orders, Vendors must comply with the following provisions upon award of a federally funded purchase order: PROVISION Professional Services/A&E Operations/ Management Construction Materials & Supplies Equal Employment Opportunity All Davis-Bacon Act >$2,000 Copeland “Anti-Kickback” Act >$2,000 Contract Work Hours and Safety Standards Act >$100,000 >$100,000 >$100,000 >$100,000 Rights to Inventions Made Under a Contract or Agreement If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work Clean Air Act >$150,000 >$150,000 >$150,000 >$150,000 Federal Water Pollution Control Act >$150,000 >$150,000 >$150,000 >$150,000 Debarment and Suspension All All All All Byrd Anti-Lobbying Amendment >$100,000 >$100,000 >$100,000 >$100,000 Procurement of Recovered Materials All All All All Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment All All All All Domestic Preferences for Procurements All All All All *References to the code of regulations (CFR) or United States Code (USC) were accurate at the time of publication. It is the responsibility of the bidder to ensure compliance is met of the referenced state and federal laws within the published rules. EQUAL EMPLOYMENT OPPORTUNITY: Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The clause set forth in 41 CFR 60-1.4(b) is incorporated herein by reference. Vendor must comply with this clause and include this clause in all lower-tier federal assisted construction contracts. DAVIS-BACON ACT, as amended (40 U.S.C. 3141-3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 39 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Vendors performing construction must comply with all applicable provisions of the Davis-Bacon Act and include this clause in all lower-tier subcontracts for construction. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C., chapter 37): Vendor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by Department of Labor regulations (29 CFR part 5). (a) Overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the purchase order work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (b) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in Paragraph 15(a), Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Vendor or such subcontractor shall be liable to the United States (in the case of work done under the Contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph 15(a), in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section. (c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other Federal contract with Purchaser, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any liabilities of Vendor or its subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (a). (d) Subcontracts. Vendor shall insert in any subcontracts over $100,000 for construction and other purposes that involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) through (d) and also a clause requiring the subcontractors to include these clauses in any lower-tier subcontracts. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 40 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment purchase order involving experimental, developmental or research work and flowdown this clause to lower-tier subcontractors performing such work. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) and the FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 et seq.), as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution Control Act and include this clause in all lower-tier subcontracts with a value over $150,000. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689): By accepting or performing this purchase order, Vendor certifies that it is not identified in the Exclusions area of the System for Award Management as being currently debarred, suspended, proposed for debarment, or otherwise excluded (“SAM Exclusion”). Vendor shall obtain similar certifications from its lower-tier subcontractors for each subcontract in excess of $25,000 and Vendor shall not award lower-tier subcontracts in excess of $25,000 to an entity subject to a SAM Exclusion. LOBBYING RESTRICTIONS (31 U.S.C. 1352): By accepting or performing this purchase order, Vendor certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Vendor shall also disclose to Purchaser any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require this certification for lower-tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its disclosure and all disclosures received from lower-tier subcontractors to Purchaser. PROCUREMENT OF RECOVERED MATERIALS: A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Vendor shall comply with this clause and include this clause in all lower-tier subcontracts. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115- 232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 41 FSA25-VEF19.0: Fire & Rescue Vehicles, Boats, & Equipment (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. DOMESTIC PREFERENCES FOR PROCUREMENTS: (a) As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Vendor agrees to comply with the requirements of this clause and include the requirements of this clause in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) “Manufactured products” means items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. Subject to limitations, provisions and conditions set forth in this Warranty, Osage Industries, Inc. does hereby warrant to each Original Purchaser Only that each new vehicle conversion is free from defects and workmanship and materials used in the construction of a production model emergency vehicle for a period as follows: A. PRODUCT CONVERSION WARRANTY For THREE 3 years or 36,000 miles, whichever comes first, from the date of the original purchase. Osage Industries, Inc. will repair or replace, at no cost to purchaser, only those components manufactured by Osage Industries, Inc. for use in a production vehicle and excludes components from other manufacturers used in such conversions; i.e. sirens, inverters, lightbars, oxygen equipment, auto eject, siren drivers and chassis, etc. Individual warranties are covered by those manufacturers included in the Owner’s Manual as supplied with the vehicle and shall apply as set forth by said manufacturer. Osage will only reimburse labor up to (3) years on those components with more than a (3) year warranty. B. ELECTRICAL WARRANTY For SIX (6) years or 72,000 miles, whichever comes first, from the date of the original purchase, Osage Industries, Inc. will cover the cost of labor and material, in the repair or replacement of the electrical systems furnished and installed by Osage Industries, Inc. This warranty shall include switch panels, electrical harnesses (and the installation), printed circuit boards and general design concept used by Osage Industries, Inc. at the time of manufacture. This warranty shall not apply to any electrical equipment furnished and warranted by other manufacturers. All other components are excluded from the coverage of this limited electrical warranty. Extended Warranty if Purchased: For up to Seven 7 years or 100,000 miles on electrical stated above. C. ALUMINUM MODULE BODY AND INTERIOR ALUMINUM CABINET STRUCTURE Lifetime warranted to the original purchaser, on the original chassis. This warranty can be transferred onto a new chassis, providing the remount is performed by Osage. At that time, Osage will thoroughly inspect and repair, if needed. Door Hardware, Cabinet Finish and Latches are warranted for a period of Three (3) years or 36,000 miles, whichever comes first from date of original purchase for defects under normal use; this does not include adjustments. D. PAINT WARRANTY 5 YEARS OR 100,000 MILES Complete, NON-PRO RATED warranty covers paint finish, corrosion and blistering of the ambulance body. Warranty covers the cost of parts and labor. Unless installed by Osage, lettering and graphics replacement due to paint failure will not be covered. Warranty is dependent on agreement by both parties (purchaser and seller) that failure is due to a manufacturing defect. E. GRAPHICS WARRANTY 3 YEARS OR 36,000 MILES Osage warrants its graphics and lettering package to be free from defects in material and workmanship for three (3) years or 36,000 miles. Warranty covers cost of parts and labor. Osage will not be liable for more than the amount of the purchase price of the graphics package. F. BLACK OUT ITEMS - (PARTS SPRAYED WITH SCORPION LINER ) 1 year or 12,000 miles Osage warranties blackout items, for one 1 year or 12,000 miles, whichever comes first, against adhesion failure of the scorpion liner to the item sprayed. This excludes fading, chipping, rub marks and scratches. The above warranties are conditioned upon normal use and reasonable maintenance and do not apply to any components, which have been subject to abuse, accident, alteration, vandalism, and improper or careless use. Any modification of any description made to any components on the conversion, without written approval by Osage Industries, Inc. shall void the warranty of said system and components parts. Prompt written notice of all defects or claims against Osage shall be forwarded to Osage Industries, Inc., P.O. Box 718, Linn, Missouri (MO) 65051, or by calling at 800-822-3634. No repairs or additions shall be performed without prior approval from Osage Industries, Inc. Osage Industries, Inc. reserves the right to reject unauthorized claims and its decision in these matters shall be final. If warranty repairs are necessary, all work must be performed by Osage Industries, Inc. or repair center authorized by Osage Industries, Inc. It is the responsibility of the purchaser to transport vehicle to and from Osage Industries, Inc., Linn, Missouri (MO), or repair center authorized by Osage Industries, Inc. for warranty repairs. Osage is not responsible for any loss or damage that may occur during said transportation. Any expressed warranty not provided herein and any remedy for breach of contract which might arise by implication or operation of law, is hereby excluded and disclaimed. The implied warranties of merchantability and fitness for any particular purpose are expressly limited to the terms stated above. Some states do not allow limitations on how long an implied warranty lasts. Therefore, the above limitations may not apply to you. Osage is not responsible for any loss or damage that may occur during said transportation. Under no circumstances shall Osage Industries, Inc. be liable to purchaser or any other person for any special or consequential damages, whether arising out of breach of warranty, breach of contract, or otherwise. Some states do not allow the exclusion or limitation of incidental or consequential damages. Therefore, the above limitations or exclusions may not apply to you. This Warranty gives you specific legal rights, and you may have other rights, which vary, from state to state. 06/10/19 Document Control Number OM 19-1-34 Rev I Emergency Vehicle Limited Warranty TYPE I & III MODULARS Dealer Name:Ten8 Fire & Safety Salesperson:Jason Adair Customer Name:Clearwater Fire Rescue & Address 1140 Court Street Shipping Address:Ten8 Fire & Safety Fleet Number:QA859 Contact Name:Marvin Pettingill/Anthony Tedesco Email:anthony.tedesco@myclearwater.com Phone:727-224-7353 Fax:727-562-4328 Chassis Type:2027 F450, 4x2, 203" WB, Crew Cab, GAS Osage Unit #: J3804 VIN: Qty CHEVROLET G-SERIES TYPE III - CHASSIS ONLY 1 F-450, 203" WB, 4x2 CREW CAB EST 1 Option: Liquid Spring Suspension (Front: 110lbs, Rear: 150lbs) 1 F450 Crew Cab 4 door 1 Ford 2148 Warrior Qty Warning & Intersection Lights, Wig-Wag 19 A W-03 Chrome Flanges for M9 4 A W-04 Chrome Flanges for M6 or M7 Qty Premption Qty Custom Lightbars Qty Directional Sticks Qty LED Strip Lighting Qty Whelen Smart Linear LED's 1 W-31 Additional 500 LED, R, B or A 9 W-34 Upgrade 900 to M9 LED, R, B, A, R/B, R/A 1 W-35 Upgrade 900 to M9, All or 1/2 Clear 5/5/2025 2028 Warrior Order Form 1 of 6 7 W-36 Additional M9, Red, B, A, R/B, R/A 2 W-38 Upgrade ION-T to M6 Red, B, A 2 W-41 Additional M6 LED, R, B or A 1 A W-54 Add Any Light to Interior of Door (Add to Light Price) Qty Scene Lights 2 W-57 M9 LED Scene, Upgrade 2 W-62 Pioneer Spot & Flood w/Flange, Upgrade PCPSM2C 1 W-63 Pioneer Single w/Flange, Additional PCPSM1C 1 W-65 Upgrade Brake/Tail to M6 (Pair) 1 W-66 Upgrade Turn to M6 (Pair) 1 W-67 Upgrade Reverse to M6 (Pair) Qty Siren & Speakers 1 W-72 295 HFS2 Remote Head 1 W-74 Whelen Howler (Only Available w/ Whelen Siren) 1 W-75 Buell Dual Air Horns Mounted Under Front Bumper Qty Exterior Lighting 1 W-81 LED Running Board Lights 2 W-82 Zico LED Under Body Lights (Per Pair) 1 W-84 Techniques E-41 LED Strip Lighting in all Compartments Qty 1 Mount Brake/Reverse In Lower Kickplate Qty Inverters, Chargers, Batteries, Shorelines & Outlets 1 E-02 Vanner Inverter / Conditioner w/ Remote Switch, Model LSC12-1100 1 E-07 Additional (3rd) Matching Battery (Requires Ordering Exterior Battery Compartment 1 E-09 Upgrade to Kussmaul Auto Eject Shoreline Plug, 20 Amp 2 Two (2) OEM batteries stay under hood, 3rd battery in remote location Qty Outlets & Interior Lighting 1 E-20 Power Door Lock Control Head 7 A E-21 Power Door Lock Per Door 8 E-23 Whelen Round LED Domelights w/Chrome Flange (Upgrade per Lt) Qty Switches & Secure Idle 1 E-31 Extra Switch & Pre-Wire (Separate From V-MUX System) 1 E-33 Hidden Switch in Grill for Door Locks (F Series) Qty Pre-wires, Radios, Intercom, & Clocks Additional Emergency & Exterior Lighting & Siren Options & Special Instructions 5/5/2025 2028 Warrior Order Form 2 of 6 4 E-35 Antenna Pre-Wire, (additional per Pre-Wire) 2 E-36 Pre-Wire & Ground for Radio, (additional per Pre-Wire) Qty ELECTRICAL OPTIONS Qty V-Mux Options 1 E-54 Brake Override Qty HVAC Systems 1 E-67 Auxiliary Condenser 1 E-68 Upcharge to Install Condensor on Front of Module Qty Mirrors, Hind-Sight, Backup Camera, & Spotlights 1 E-76 Brigade Color Reverse Camera Qty ELECTRICAL OPTIONS Qty Additional Electrical Options & Special Instruction 6 A Six (6) 12V Prewires Coiled in Top of Exterior Compts. ALL CONSTANT HOT 1 Park Override With Reset Switch in Front Console to Deactivate Opticom and Forward 1 Horn/Siren/Air Horn 3-Position Switch 1 Air Horn Foot Switch Passenger Cab Floor 1 Tie Modular Locks to Chassis Locks 1 Add 1 1/2" Conduit From Cab to Modular Box 1 A Note: E10 3rd battery on tray at bottom of #1 Compartment Ref J3801 for wiring 1 Osage Supply and install Motorola 800 MHZ Antenna P/N HAF4016A 1 Osage Supply and Install Sierra Wireless 6-in-1 Dome Antenna 1 Whelen Arges Remote Spotlight in Lieu of the Go-Light Qty I.V. & Suction Qty Cot Mounts 1 M-07 Stryker Performance Load Cot Mount with Inductive Charging EST Qty Oxygen 1 M-13 O2 Regulator for "M" Tank 2 M-14 O2 Flow Meter /Tube-Type Qty Additional Medical Options & Special Instructions 1 "M" Tank Mounted In Squad Bench Zico QR-M Qty Laminate & Vinyl 1 Laminate Color: Grey Glace 1 Vinyl Color: Ash Gray 1 Lonplate Color: #424 Gunmetal 5/5/2025 2028 Warrior Order Form 3 of 6 Qty Flooring, Aisle, Backboard Slots Qty Seating, Squad Bench, EMT, CPR 3 I-20 6-Point Seat Belt, Per Position Note: Specify Color (If no color is chosen, black will be provided: Black__X_____ Orange_______ Red_______ Yellow_______ Qty Cabinetry, Windows, Marker Boards, Shelves, & HVAC Ducts 1 Dual Drink Holders 1 I-36 Cabinet Over Squad Bench, (Requires 43" Between Bench Cushion & Cabinet) (Standard in 2168) 1 I-44 Tilt-up Speed Load Cabinet Windows, w/latch (per window) 1 I-45 Interior Access to Exterior Compartment 1 I-51 Track-Type Adjustable Shelves in Interior Cabinets, (per shelf) 1 A I-56 Additional Adjustable Shelf & Light in ALS 1 I-59 Glove Storage Over Side Entry Door Qty Doors, Locks, & Latches 1 I-65 Café Double Doors, (Warrior) 13 I-72 Southco Stainless Steel Latches, (per Latch) Qty Counter Tops 1 Speckled Blue Qty Sharps, Waste, & Drawers 3 I-88 Drawer for General Storage (Indicate Location) Qty Grab Rails & Bars, Armrests 1 I-93 A-Bar w/Sharps & Waste @ Head of Squad Bench, SS Removable (Warrior Models Only) This Bar shall be treated with Agion Anit-Bacterial Coating Qty Insulation & Sound Deadening Qty Additional Headroom, Crawl Through (Type I), Bariatric Package 1 I-101 Custom Headroom. Fill in Height ___72"_____ Qty Additional Interior Options & Special Instructions 1 Plexiglass Flip Lid for O2 Access on Squad Bench 1 Move Exhaust Vent to Right Side 1 Note: LEAVE SEATS IN BACK OF CAB 1 Glove Storage Over CPR Seat 1 ADD 2 glove boxes to rear of console (keep console the same just extend to add these) Qty Custom Body Size, Compartments, Doors & Door Window 1 EX-04 Compartment Over Wheel Well w/ Rollout Drawer 5/5/2025 2028 Warrior Order Form 4 of 6 2 EX-05 Change Exterior Compartment Size 2 EX-09 Double Door on Exterior Compartment ILO Single Door 1 EX-16 Dry Deck All Compartments Qty Shelves & Dividers 1 EX-20 Adjustable Shelving Unit in Exterior Compartment w/One Shelf 12"-30" wide 1 EX-21 Adjustable Shelving Unit in Exterior Compartment w/One Shelf 30"-48" wide 1 A EX-23 Additional Shelf in Exterior Compartment 12"-30" wide 1 EX-24 Additional Shelf in Exterior Compartment 30"-48" wide 2 EX-25 Aluminum Backboard Divider Qty Rear Bumpers & Entry Steps 1 EX-35 Smooth Aluminum Kickplates (3) Qty Rub Rail, Tow Hooks, Mud Flaps, Chains 1 A EX-45 Grip Strut Inserts in Running Boards 1 EX-47 1pr. Rubber Mud Flaps for Front Wheels 1 EX-63 Divider & Fixed Shelf in #1 or #5 Qty MISCELLANEOUS OPTIONS 1 MS-01 Credit for Shipping Spare Tire Loose 1 MS-03 Fire Extinguisher, 5lb Qty Additional Exterior & Miscellaneous Options & Special Instructions 1 24" Fixed Shelf Compartment #4 Exterior at 17" From the Floor 2 SCBA Reinforcement Back of #4 and #1 1 "C"Channel in #4 Exterior 1 A C Channel in #5 Compartment for SCBA 1 Full-Width Fixed Shelf for #1 SHIP LOOSE* 1 A False Floor in #1 Compartment Above Battery Qty PAINT OPTIONS 1 P-02 Paint Cab - One Color (Door Jams Included) Ext & Crew Cab 1 P-07 Any Color of Paint other than White 1 P-08 Wet Sand & Buff 1 P-10 Paint Roof White 1 Primary Paint Color RED 1 Primary Paint Code & MFG PPG911659 Qty Chevrons Qty Decals 5/5/2025 2028 Warrior Order Form 5 of 6 Qty Additional Paint Options & Special Instructions Qty Additional Options & Instructions 5/5/2025 2028 Warrior Order Form 6 of 6 NOTICE This drawing and/or the information hereon is the exclusive property of Osage Industries and shall not be reproduced, used or disclosed without the authorized written consent of Osage Industries. Osage Industries, Inc. TWIN RIDGE ROAD P.O. BOX 718 LINN, MO. 65051 RED PPG 911659 WETSAND AND BUFF WHITE PPG 4289 WHITE PAINT PAINT ROOF WHITE, NOT VISIBLE FROM GROUND TT 05 - 20 - 25 J3804 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 25-0157 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Marine & Aviation Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Approve Supplemental Work Order 4 with Moffatt and Nichol to provide construction phase services for Phase 2 of the Beach Marina project (21-0008-MA), in the amount of $96,276.00, increasing the purchase order from $1,998,326.50 to $2,094,602.50 pursuant to RFQ 24-21 and authorize the appropriate officials to execute same. (consent) SUMMARY: Construction phase services for this project were planned to be awarded in phases and this workorder increase is included in the current project budget. To begin Phase 2 of construction and continue the project, the oversight services must now be awarded. The Moffatt and Nichol (M&N) team was previously approved to provide Phase 1 construction phase services under Supplemental Work Order 2 (a full summary of the M&N work order is detailed below). This Supplemental Work Order 4 will authorize Phase 2 construction services, including observation to ensure construction is completed in general conformance with the construction documents through project completion and provide as-built surveys and drawings. In addition, M&N will also assist the City during the negotiation and award period of the recently awarded FDEP Resilient Florida grant. This scope of work assumes a nine-month construction schedule for Phase 2 and includes a five working day turnaround on RFIs and a ten working day turnaround on submittals/shop drawings. M&N and its subconsultants will conduct periodic site visits to observe construction progress; however, full-time inspection and materials testing are not included in this scope. The Construction Manager at Risk (CMAR) is responsible for providing special inspection and construction materials testing services. M&N will also coordinate with the City’s grant administrator, marina staff, and the CMAR during the FDEP Resilient Florida grant award and negotiation process. Responsibilities include coordinating with FDEP on the technical details of the project, finalizing the grant budget and matching funds, reviewing the grant forms and agreement, and supporting the development of the grant documentation. The City will administer the grant following execution, including submission of the first invoice and quarterly reports. Approximately 54 hours are estimated for this task. Summary of Previously Approved Work Orders: · October 7, 2021: City Council approved the professional service agreement and design work order with M&N pursuant to Request for Qualifications (RFQ) 24-21 in the amount of $1,484,174.50. · July 18, 2023: City Manager approved Supplemental Work Order 1 for a parking study to evaluate the parking demand at the Marina in the amount of $35,900.00, for a new total of $1,520,074.50. · August 15, 2024: City Council approved Supplemental Work Order 2 or Construction Engineering Inspection (CEI) for Phase 1, additional permitting services, and grant administration (Resilient Florida and Sport Fish Restoration Grants) in the amount of $329,017.00, for a new total of $1,849,091.50. This agenda item stated Phase 2 engineering services would be included in a future supplemental work order. · July 8, 2025: City Manager approved Supplemental Work Order 3 for design and inspection of temporary repairs for the existing fuel dock and associated permitting services in the amount of Page 1 City of Clearwater Printed on 10/31/2025 File Number: 25-0157 $149,235.00, for a new total of $1,998,326.50. APPROPRIATION CODE AND AMOUNT: Funding for this work order is available in capital project C1905, Beach Marina Upgrade. This project is funded by revenues from the Marina Fund, Penny for Pinellas, General Fund, grant funds from the Tourist Development Council and the Florida Fish and Wildlife Conservation Commission, and an interfund loan from the Capital Improvement Fund. STRATEGIC PRIORITY: This falls under objective 2.1 “Strengthen public-private initiatives”, 2.3 “Promote Clearwater”, 4.1 “Support proactive climate resiliency strategies”, and 5.3 “Generate organizational success”. Page 2 City of Clearwater Printed on 10/31/2025 Moffatt & Nichol City of ClearwaterCONSULTANT WORK ORDER Supplemental #4 Date: August 25, 2025 1.PROJECT INFORMATION: Project Title: Clearwater Beach Marina – Phase 2 Construction Services City Project Number: 21-0008-MA City Plan Set Number: 2021015 Consultant Project Number: 211223 2.SCOPE OF SERVICES: Moffatt & Nichol (M&N) has prepared this work order to provide construction phase services for Phase 2. The M&N team was previously authorized for Phase 1 construction phase services under Supplemental Work Order #2. As part of the Phase 2 construction services, M&N will assist the City with the negotiation/award period of the recently awarded FDEP Resilient Florida grant.XI CONTINUED CONSTRUCTION SERVICES: Task 11.1 Phase 2 Construction Services M&N will support the City through the construction phase of the Clearwater Beach Marina Construction Project (project) to observe that the construction is completed in general conformance with the construction documents. This task includes services for Phase 2 of construction which includes the following: •Attend bi-weekly progress calls with the City, CMAR, and contractors for Phase 2 construction coordination. •Review contractor generated construction requests for information (RFI). Minor drawing revisions to clarify RFI responses are included. It is assumed that all shop drawings will have been reviewed during Phase 1. CONSULTANT WORK ORDER #4 Clearwater Beach Marina Replacement Moffatt & Nichol 21-0008-MA City of Clearwater Consultant Work Order – City Deliverables Page 2 of 5 Revised: 2/8/2021 • Perform periodic site visits to observe the Phase 2 construction progress and verify general conformance with the contract documents. 15 progress site visits are budgeted and will be scheduled to coincide with key activities. • Photo document construction progress during site visits and submit updates. • Conduct final walk-through with Client and Contractor upon substantial completion of phase 2 and prepare a project punch list. • Review contractor provided as-built surveys and drawings. • Prepare record drawings from contractor provided as-builts. • Coordinate with environmental permitting agencies during construction, and complete permit close out at completion of project. This scope of work assumes a 9-month construction schedule for Phase 2 with 5 working day turnaround on RFIs and 10 working day turnaround on submittals/shop drawings. M&N and their subconsultants will make periodic site visits to observe construction progress; however, full time construction inspection and materials testing are not included in this scope. The CMAR is responsible for providing special inspection and construction materials testing. Task 11.2 Resilience Grant Coordination M&N will work with the City’s grant administrator, the marina staff, and the Construction Manager at Risk (CMAR) during the grant award/negotiation period to assist with the grant execution for the FDEP Resilient Florida Grant. The scope of this task is anticipated to include coordination with FDEP on the technical details of the project, finalizing the grant budget and match, reviewing the grant forms/agreement, and supporting the development of the grant documents necessary for grant execution. The task assumes that the City will administer the grant following grant execution including the first invoice and quarterly report submission. Approximately 54 hours are estimated for this task. 3. PROJECT GOALS: • Record Drawings (PDF) 4. FEES: See Attachment “A”. This price includes all labor and expenses anticipated to be incurred by Moffatt & Nichol for the completion of these tasks in accordance with Professional Services Method “B” – Lump Sum – Percentage of Completion by Task, for a fee not to exceed Ninety-Six Thousand, Two-Hundred and Seventy-Six Dollars ($ 96,276.00). No permit application fees are anticipated for this scope of work. CONSULTANT WORK ORDER #4 Clearwater Beach Marina Replacement Moffatt & Nichol 21-0008-MA City of Clearwater Consultant Work Order – City Deliverables Page 3 of 5 Revised: 2/8/2021 5. SCHEDULE: The supplemental project scope has been completed in full. The project deliverables are as follows: Record Drawings 4 weeks from receipt of contractor as-builts 6. STAFF ASSIGNMENT: Consultant Team: Moffatt & Nichol - Project Management, marine engineering, grant services Nicole Shaw, PE – Project Manager Jean-Paul Martucci, PE – Assistant Project Manager City of Clearwater Staff: Kelly Peterich, PE Project Manager Michael MacDonald Marine & Aviation Director 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant’s project correspondence shall be directed to: Nicole Shaw, PE Moffatt & Nichol 501 E. Kennedy Blvd, Suite 1910 Tampa, FL 33602 305.393.1939 nshaw@moffattnichol.com All City project correspondence shall be directed to: Kelly Peterich, P.E., MBA 100 S. Myrtle Ave. Clearwater, FL 33756 727.509.0099 Kelly. Peterich@myclearwater.com With copies to others as appropriate. 8. INVOICING/FUNDING PROCEDURES: City Invoicing Code: _3327332-530100-C1905 For work performed, invoices shall be submitted monthly to: Attention: Jamie Gaubatz, Sr Accountant City of Clearwater, Public Works Department, Engineering Div CONSULTANT WORK ORDER #4 Clearwater Beach Marina Replacement Moffatt & Nichol 21-0008-MA City of Clearwater Consultant Work Order – City Deliverables Page 4 of 5 Revised: 2/8/2021 PO Box 4748 Clearwater, Florida 33758-4748. Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. 9. INVOICING PROCEDURES: At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: 1. Purchase Order, Project and Invoice Numbers and Contract Amount. 2. The time period (begin and end date) covered by the invoice. 3. A short narrative summary of activities completed in the time period. 4. Contract billing method – Lump Sum or Hourly Rate. 5. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). 6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). 7. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. CONSIDERATIONS: Consultant acknowledges the following: 1. The Consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. 2. All City directives shall be provided by the City Project Manager. 3. “Alternate equals” shall not be approved until City Project Manager agrees. 4. All submittals must be accompanied by evidence each has been internally checked for QA/QC before providing to City. 5. Consultants/Contractors are not permitted to use City-owned equipment (i.e. sampling equipment, etc.). 6. Documents posted on City website must ADA accessible. 11. ADDITIONAL CONSIDERATIONS: All work orders should include considerations for the following: 1. Sea Level Rise and Flood Resilience, as applicable. 2. Submittal of a Critical Path Method (CPM) Schedule(s). 3. Submittal of a Project Catalog with the following items, as appropriate: CONSULTANT WORK ORDER #4 Clearwater Beach Marina Replacement Moffatt & Nichol 21-0008-MA City of Clearwater Consultant Work Order – City Deliverables Page 5 of 5 Revised: 2/8/2021 a. Data requests, assumptions, critical correspondence, meeting agenda, sign-in sheets, meeting minutes, document comment-response log(s), technical memorandum/reports, addenda, progress reports, regulatory correspondence, and other project-related documents. b. If construction project, also include design plans, conformed plans, change orders, field orders, RFIs, work change directives, addenda, progress reports, shop drawing and progress submittals, as-builts, record drawings, and other project-related documents such as O&M manuals and warranty information. c. At the conclusion of the project, ENGINEER will combine this information into a Project Catalog and submit to the City for review and comment. 4. Arc Flash labeling requirements: a. All electrical designs and construction shall adhere to NFPA 70 E “Standard for Electrical Safety in the Workplace”. b. Updated calculations of Fault and Arc Flash, and provisions for new or updated Arc Flash equipment labeling shall be included in the contract documents. 12. SPECIAL CONSIDERATIONS: 13. SIGNATURES: PREPARED BY: APPROVED BY: Michael Herrman, PE Tara Kivett, P.E. Vice President City Engineer Moffatt & Nichol City of Clearwater Date Date August 28, 2025 ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE Clearwater Beach Marina Replacement Moffatt & Nichol 21-0008-MA City of Clearwater Consultant Work Order – City Deliverables Page 6 of 1 Revised: 2/8/2021 CONSULTANT WORK ORDER PROJECT FEES TABLE Task Description Subconsultant Services Labor Total 11.0 Phase 2 Construction Services 11.1 Phase 2 Construction Services $27,126.00 $57,170.00 $84,296.00 11.2 Resilience Grant Coordination $0.00 $11,980.00 $11,980.00 GRAND TOTAL: $96,276.00 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1007 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Adjust the minimum monthly wastewater collection (sewer) rates for customers with meters under one inch and pass Ordinance 9854-25 on first reading. SUMMARY: This utility rate adjustment is necessary to provide adequate funding to operate the City's wastewater system and maintain compliance with debt service coverage requirements. This rate change applies only to wastewater (sewer) customers with service meters that are less than one inch. Additionally, this rate adjustment will support the continuation of capital improvement projects needed to sustain the City's wastewater utility infrastructure. Public Utilities regularly evaluates the sufficiency of revenues from the City’s sewer rates. A June 2025 analysis by Stantec Consulting Services Inc. recommended a rate adjustment to ensure adequate revenue to fund the wastewater utility's operational and capital needs. Effective October 1, 2025, the under 1 in. base sewer monthly rate was erroneously lowered from $37.71 to $34.73, when it should have been increased from $37.71 to $40.74. The impact of this correction will be an increase of $6.01 in the monthly charge for under 1 in. base sewer meter, which applies to most residential ssingle-familyhomes. This ordinance specifically amends the sewer base rate minimum for customers with meters under one inch. The first rate adjustment will be effective on December 1, 2025. Subsequent annual adjustments will be effective on October 1 of each following year. The proposed minimum monthly rates for this specific service are as follows: A public hearing to consider this proposal is scheduled for November 6, 2025, at 6 p.m. in the City Council Chambers at the Clearwater Main Library, located at 100 N. Osceola Ave. A potential second hearing and final consideration of the ordinance is anticipated for November 20, 2025, at the same time and location. APPROPRIATION CODE AND AMOUNT: N/A STRATEGIC PRIORITY: This action supports the Council’s Strategic Plan to achieve High Performing Government - 1.2 by properly maintaining City infrastructure, specifically the wastewater collection and treatment system. Page 1 City of Clearwater Printed on 10/31/2025 City of Clearwater, FL FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis- Final Report August 22, 2025 August 22, 2025 Mr. Jay Ravins Finance Director City of Clearwater 100 S. Myrtle Avenue Clearwater, FL 33756 Re: Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Final Report Dear Mr. Ravins, Stantec Consulting Services Inc. is pleased to present this Final Report of the FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis (Study) that we completed for the City of Clearwater, Florida (City) and its Water and Sewer Department. We appreciate the fine assistance provided by you and each of the members of City staff who participated in this Study. If you or others at the City have any questions, please do not hesitate to call me at (813) 269-6010 or email me at leticia.doohaluk@stantec.com. We appreciate the opportunity to be of service to the City and look forward to working with you again in the near future. Sincerely, Leticia Doohaluk Senior Manager 777 S. Harbour Island Blvd., Suite 600 Tampa, Florida 33602 (813) 269-6010 leticia.doohaluk@stantec.com Enclosure City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 1 TABLE OF CONTENTS Introduction ........................................................................................................... 2 Background ................................................................................................................................. 2 Objectives ................................................................................................................................... 2 Revenue Sufficiency Analysis ............................................................................. 4 Source Data & Assumptions ....................................................................................................... 4 2.1.1 Beginning Fund Balances .................................................................................................... 4 2.1.2 Revenues ............................................................................................................................. 4 2.1.3 Operating Expenditure ......................................................................................................... 4 2.1.4 Payment in Lieu of Taxes (PILOT) ...................................................................................... 5 2.1.5 Renewal & Replacement (R&R) Contributions .................................................................... 5 2.1.6 Capital Improvement Program (CIP) ................................................................................... 5 2.1.7 Cost Escalation .................................................................................................................... 6 2.1.8 Interest Earnings (Interest Income) ..................................................................................... 6 2.1.9 Price Elasticity...................................................................................................................... 6 2.1.10 Total Demand and Purchased Water Expenses ............................................................... 7 2.1.11 Customer Growth & Volume Forecast ............................................................................... 7 2.1.12 Minimum Operating Reserve Policy .................................................................................. 8 2.1.13 Future Borrowing & Capital Funding .................................................................................. 9 2.1.14 Debt Service and Coverage ............................................................................................... 9 Conclusions and Recomendations ........................................................................................... 10 Water & Sewer Rate Survey ............................................................................... 14 Appendix: Supporting Financial Schedules ............................................................. 16 1. Introduction City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 2 INTRODUCTION Stantec Consulting (Stantec) has conducted the Fiscal Year (FY) 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis (RSA) for the City of Clearwater’s Water and Sewer Enterprise Fund (Utility or Fund). This report describes the objectives, data, and assumptions, as well as the conclusions and recommendations of the RSA. BACKGROUND The City of Clearwater (City) regularly retains Stantec to evaluate the sufficiency of the revenues provided by the City’s water, sewer, irrigation and reclaimed water rates, to meet both the current and projected cost requirements of the Utility. Stantec has been working with the City of Clearwater since 2003, and, most recently, completed Revenue Sufficiency Analyses (RSAs) in FY 20231 and FY 20242. Historically, City Council has approved a 5-year plan of annual rate adjustments for its Water and Sewer Utility. The FY 2022 RSA identified the current 5-year plan (FY 2023 through FY 2027) of 3.00% annual rate adjustments starting on October 1, 2022. This 5-year plan was adopted by Council in August 2022. Since the COVID pandemic, the Utility has not been immune to the inflationary pressures present throughout the Country. Moreover, Pinellas County, the City of Clearwater’s wholesale water provider, has continued to increase its wholesale rates driving up the City’s operating costs. Furthermore, conservation awareness has caused many of the Utility’s customers to reduce the quantity of water they are using while aging infrastructure, resiliency needs as well as regulatory requirements continue to drive the Utility’s capital improvement plan higher. As such, the City has again retained Stantec to evaluate the adequacy of the revenues provided by its current Utility rates to meet its financial requirements over a ten-year projection period. OBJECTIVES The principal objectives of this Study were as follows: Revenue Sufficiency Analysis – To evaluate the sufficiency of current water, sewer, irrigation and reclaimed water rate revenues to satisfy the Utility’s projected operating cost requirements through FY 2035, including 1) operating expenses, 2) capital improvement program (CIP) costs, 3) adequate operating reserves, 4) sufficient debt service coverage levels; and, to develop a plan of future rate revenue adjustments that will satisfy these projected requirements during each year of the projection. 1 Final Report dated June 2, 2023 2 Final Report dated September 5, 2024 1. Introduction City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 3 Conduct a Residential Water & Sewer Fee Survey – To compare the City’s typical monthly water and sewer bill for a typical single-family residential customer to those of other single-family customers in the City’s surrounding geographic area. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 4 REVENUE SUFFICIENCY ANALYSIS This section presents the financial management plan developed and described herein, which includes the source data and assumptions, as well as conclusions and recommendations of the RSA. The Appendix includes detailed supporting schedules for the financial management plan. SOURCE DATA & ASSUMPTIONS The following presents the key source data and assumptions relied upon in conducting the RSA. 2.1.1 Beginning Fund Balances The FY 2024 trial balance schedules provided by City staff were used to establish FY 2025 beginning balances, as of October 1, 2024. It is important to note that funds reserved or encumbered for specific capital projects were included in the beginning fund balances and the associated capital project costs were also included in the capital improvement program. 2.1.2 Revenues Revenues consist of rate revenue, other operating revenues (such as service taps, pre-treatment charges, late payments and other miscellaneous charges) impact fees and interest income. Rate revenues for each type of service (Water, Sewer, Irrigation and Reclaimed Water) are based upon FY 2024 actual results, adjusted for projected growth in FY 2025 and the 3.0% rate increase that went in effect October 1, 2024 (FY 2025). Beyond FY 2025, rate revenues are adjusted annually based upon assumed annual changes in accounts, changes in billed volumes, as well as recommended annual rate increases shown in the results section of this report. The FY 2025 Budget serves as the basis for all other revenues, except for interest income (which is calculated annually based upon projected average annual fund balances and assumed interest rates and is discussed in more detail in Section 2.1.8 of this report) and revenues from impact fees (which are calculated based upon assumed new accounts and the impact fees identified in City Ordinance). All details of projected revenues to the Utility are presented in Schedule 3 of the Appendix. 2.1.3 Operating Expenditure The Utility’s operating expenditure includes all personnel services costs, operations and maintenance (O&M) expenses, transfers (including payment in lieu of taxes and contributions to renewal and replacement), debt service requirements and minor capital outlay. The RSA based operating expenditure projections on the individual expense categories and expense amounts contained in the FY 2025 Budget. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 5 Starting in FY 2026, each expense line item is annually adjusted based upon assumed cost escalation factors discussed in Section 2.1.7 of this report, which were validated with City staff. Furthermore, based on the evaluation of historical O&M budget execution and discussion with City staff, the analysis includes an assumption of 96% execution to personnel services expenses and of 98% execution to O&M expenses. Existing annual debt service expenses reflect schedules for each outstanding issuance of the Utility. Projected (model calculated) annual debt service costs are presented in Schedules 4 and 11 of the Appendix. The complete list of all future O&M costs is presented in Schedule 4 of the Appendix. 2.1.4 Payment in Lieu of Taxes (PILOT) The FY 2025 payment in lieu of taxes (PILOT) reflect the FY 2025 Budget amount as provided by City staff. Starting in FY 2026, the annual calculation of the PILOT to be transferred to the City’s General Fund is based upon 5.50% of the prior year’s audited total operating revenues in each year of the projection period. The total annual PILOT payments, allocated by department, are listed in Schedule 4 of the Appendix. 2.1.5 Renewal & Replacement (R&R) Contributions The Utility’s bond covenant requires annual transfers of 5.0% of the prior year’s operating revenues into a Renewal & Replacement Fund. Based on discussion with City staff, this RSA includes an additional R&R transfer to comply with updated rating agency criteria for funding capital projects with cash, rather than additional borrowing. This additional R&R transfer began in FY 2019 in the amount of $4,000,000 and increases by $1,000,000 in each year of the projection period, such that by FY 2026, the additional R&R transfer will equal $10,000,000 and will stay at the $10,000,000 amount through FY 2034. Once transferred into the R&R fund, these deposits become a source of capital restricted to the funding for renewal and replacement of the Utility’s infrastructure. Given the size of renewal & replacement projects included in the Utility’s CIP, these deposits are projected to be used in full in each fiscal year. Further details are provided in both Schedule 4 and Schedule 10 of the Appendix. 2.1.6 Capital Improvement Program (CIP) The Capital Improvement Program (CIP) was provided by City staff through FY 2035. It is also important to note that starting in FY 2026, the RSA includes an annual cost inflation factor of 3.0% based on the Engineering News Record’s Construction Cost Index 10-year average annual increase. The CIP is provided by City staff and reflects staff’s best estimate of annual spending based on current existing appropriations and City priorities. The total CIP is from FY 2025 through FY 2035 is approximately $1.74 billion in future year dollars. It is important to note that City staff will regularly re- evaluate and re-prioritize its appropriated capital improvement projects as well as the funding of future projects. Furthermore, actual spending can be impacted by inflationary pressures, labor supply, project management and other items, which is to say that actual spending can vary significantly from projections 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 6 herein. A list of projected annual spending by projects and by fiscal year is presented in Schedule 6 of the Appendix. Notably, since the 2022 RSA, which identified the current plan of annual rate increases, the City has gone through a Master Plan process which identified new capital needs of the Utility. Moreover, the current CIP includes approximately $730M of projected spending associated with the Water Reclamation Facilities (WRF) Consolidation and Senate Bill 64 discharge elimination regulatory requirements. Per Council approval, the Utility is planning on consolidating its East and Marshall Street Plants’ flows into its Northeast Plant, thereby moving plant operations farther away from coastal lines, in an effort to reduce the risk of wastewater overflows or plant interferences driven by storms, which are a constant risk in the gulf coast region of Florida, where the City of Clearwater is located. Lastly, the WRF plant consolidation is expected to generate operational savings for the City through reduced energy and utility costs and from higher efficiencies stemming from utilizing newer technologies. As such, the projection includes average annual operating costs savings of approximately $3.1 million starting in FY 2032, as presented in Schedule 4 of the Appendix. 2.1.7 Cost Escalation Annual cost escalation factors for the various types of O&M expenses were discussed with City staff and applied in each year of the projection period beginning in FY 2026. In general, operating expenses are projected to track with overall inflation patterns, and most other cost line items are projected to increase at annual rates of between 2.50% and 7.00%. Notably, employee pension plan expenditures are calculated as a percentage of salaries and wages and in every year of the projection. The weighted average annual increase in O&M expenses for the 10-year projection period is 4.5%. The specific escalation factors assumed for each type of expense are presented on Schedule 5 of Appendix. 2.1.8 Interest Earnings (Interest Income) The interest rate assumptions on invested funds (including funds dedicated for CIP projects) were provided by City staff and reflect a rate of 2.25% in FY 2025 and throughout the remainder of the projection. Projected interest earnings are calculated annually based upon projected average annual fund balances and assumed interest rates provided by City staff. Interest Income is presented in Schedule 3 of the Appendix. 2.1.9 Price Elasticity A price elasticity adjustment is incorporated into the analysis to reflect the reverse relationship between rates adjustments and discretionary use. Typically, as rates increase, discretionary water usage by customers will likely decline. As such, to generate sufficient revenue, projected rate increases will have to be adjusted upward to reflect a smaller usage base to which they will be applied, thus causing the projected rate increases to be larger. The price elasticity adjustment reduces all usage revenues by the 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 7 product of the annual rate increase and the annual assumed price elasticity coefficient. In each year of the projection period, the price elasticity coefficient is 0.30, meaning for every 10% increase in rates, there is a resulting 3% reduction in consumption. 2.1.10 Total Demand and Purchased Water Expenses The total projected demand including projected water loss is based upon the billed demand projections described in Section 2.1.11 of this report and is estimated to be approximately 11.73 million gallons per day (MGD) in FY 2025. This demand is projected to be met by the City’s water production of 7.12 MGD and purchases from Pinellas County of 4.60 MGD. Annual total billed demands, annual water purchases, and annual water produced are presented in Schedule 1 of the Appendix. The City’s CIP as provided by staff and discussed in Section 2.1.6 of this report reflects certain CIP projects designed to significantly reduce the amount of water purchases from Pinellas County throughout the projection period, consistent with City plans. As such, projected purchase water demands from the County are reduced by approximately 0.5 MGD in FY 2026, 2.0 MGD in FY 2031 and an additional 1.0 MGD in FY 2032, representing a total reduction of 3.5 MGD by 2032. This reduction represents cost savings of approximately $5.56 million by 2032. Furthermore, with increased City water production, it is assumed that the City will incur additional energy and chemical costs, estimated at approximately $990,000 a year by FY 2032. As such, the total savings from lower County purchases are partially offset by the added cost of increased production. It is the goal of the City to provide as much of the City’s average daily flow demand locally but maintain reliance upon the County and Regional System for maintenance, peaking demands, and emergency supply. The annual amount of water purchased is multiplied by the projected wholesale water rate in each year for Pinellas County, to determine the purchased water expense in each year of the RSA. Projections of purchased water expenses and increased production costs are presented in Schedules 1 and 4 of the Appendix. Consistent with Pinellas County’s most recent rate study, available at the time this RSA was being conducted, 5.00% annual rate increases are approved through FY 2027 and are projected to be maintained in each year thereafter through FY 2035. 2.1.11 Customer Growth & Volume Forecast Account Growth The analysis specifically reviewed changes in the number of active accounts by month during the past ten years. Based upon this review and discussion with City staff, the RSA developed annual projections of active accounts for each service type over the next ten years. Schedule 1 of the Appendix includes detailed projections of active accounts for water, irrigation, sewer, and reclaimed water service. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 8 Projection of Billed Demands The analysis of historical billed demands was based upon a review of the Utility’s monthly billing consumption by service and customer class for the past ten years. The results of this analysis concluded that in recent years, despite a minor increase in accounts, the Utility has experienced a decrease in demand per account, most likely due to a combination of increased efficiency in use, conservation efforts, and variable weather patterns seen across the industry. Schedule 1 of the Appendix includes detailed projections of annual billed demands by water, sewer, and reclaimed water system. Reclaimed Water Use As reclaimed water is made available to more customers and reclaimed water usage increases, the analysis assumes a reduction in the Utility’s potable irrigation customers and demands, as well as a corresponding reduction in the amount of wholesale water that must be purchased. Furthermore, the analysis includes a reduction in lawn irrigation revenues, as potable irrigation use is replaced by lower priced reclaimed water use. The net effect of these reclaimed water impacts causes projected rate increases to be larger. The customer and demand projections for lawn irrigation and reclaimed water service are presented in Schedule 1 of the Appendix and include the impact of the continued expansion/growth of the reclaimed water system. 2.1.12 Minimum Operating Reserve Policy The operating reserve is a balance maintained to meet short-term cash flow requirements as well as minimize the risk associated with meeting the financial obligations and continued operational and capital needs under adverse conditions. The level of reserves maintained by a utility is an important component and consideration of developing a utility system’s multi-year financial management plan. Many utilities, rating agencies, and the investment community places a significant emphasis on having sufficient reserves available for potentially adverse conditions. The rationale related to the maintenance of adequate reserves is twofold. First, it helps to ensure that a utility will have adequate funds available to meet its financial obligations during unusual periods (i.e. when revenues are unusually low and/or expenditures are unusually high). Second, it provides funds that can be used for emergency repairs or replacements to the system that can occur because of natural disasters or unanticipated system failures. Moreover, reserves are an important financial indicator considered by rating agencies in establishing credit ratings for municipal utility systems, thereby impacting the terms and costs of future borrowing requirements. Rating agency guidance as to the level of operating reserve for utility systems tends to be consistent with the level recommended by AWWA and our industry experience. Based upon Stantec’s industry experience, effective utilities often target a minimum operating reserve in the range of 3 – 12 months of annual O&M expenses, depending on other reserve funds and practices, local economic conditions and other financial management policies and procedures. For the City of Clearwater, the RSA reflects a target minimum operating reserve equal to 6 months of O&M expenses. This objective is generally not established as a strict minimum, as many factors could create circumstances under which a utility may elect to allow fund balances below that target for a period of time. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 9 In this case, the City is projected to reduce its existing reserves down to the six months operating reserve target over time and projected operating fund balances are maintained at the six months target level in every year of the projection as presented in Figure 2-1. Figure 2-1 Projected Annual Operating Reserves 2.1.13 Future Borrowing & Capital Funding For projected new long-term debt as identified within the RSA during the projection period, a 30-year term is assumed at an interest rate of 5.00% and 1.5% cost of issuance. The City’s actual future financing and funding decisions will reflect actual future conditions and broader City-wide financing objectives, but the projections in the RSA reflect realistic overall conditions for planning purposes. 2.1.14 Debt Service and Coverage The Utility must maintain annual net revenue (gross revenue minus operating & maintenance expenses) that is at least 1.15 times greater than the annual debt service requirement (i.e. the annual principal and interest payments) on its outstanding debt. This coverage requirement is a minimum bond covenant requirement. To the extent a utility is unable to meet this requirement, it could be found in technical default, which could result in reductions in credit ratings, which would affect the interest rate and terms of future financing initiatives. As a policy decision, well-managed utilities almost always measure revenue sufficiency and set rates based upon higher coverage levels, to ensure compliance with these covenants, in the event future projections of revenue and expenses do not occur as predicted. This practice tends to enhance a utility’s effectiveness over time as it tends to provide funds which can be available to implement programs and capital projects, without the issuance of additional debt. The utility is projected to exceed its targeted coverage requirement of 1.50x in each year of the projection period. 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 10 CONCLUSIONS AND RECOMENDATIONS As discussed in the Background section of this report, the current 5-year plan of rate adjustments was approved and implemented based on results from the FY 2022 RSA (FY 2022 Study). Since the FY 2022 RSA, additional operating costs, and new capital costs driven by: 1) the 2023 Master Plan, 2) aging infrastructure, 3) resiliency (specifically the WRF consolidation) as well as 4) regulatory requirements continue to drive the Utility’s 10-year capital improvement plan (capital costs) much higher. The 10-year capital costs of the utility as discussed in this report represent an increase of approximately $900M since the FY 2022 RSA, mostly driven by projects such as the WRF Consolidation, Senate bill 64 discharge requirements, water pollution control and other renewal and replacement. Figure 2-2 below presents the 10-year capital needs for the FY 2022 and FY 2025 RSAs. Figure 2-2 10-Year Capital Costs Comparison The increase in capital costs resulted in a projected increase to future borrowing of $874M. Figure 2-3 below presents the 10-year capital funding sources for each of the FY 2022 and FY 2025 RSAs. Figure 2-3 10-Year CIP Funding Sources Comparison $1,743 $839 $0 $200 $400 $600 $800 $1,000 $1,200 $1,400 $1,600 $1,800 $2,000 MillionsFY 2025 RSA FY 2022 RSA $23 $1,078 $204 $194 $180 $471 $432 0 200 400 600 800 1,000 1,200 1,400 1,600 1,800 2,000 MillionsOperating R&R Debt Other Sources FY 2022 RSAFY 2025 RSA 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 11 Moreover, the City has not been immune to inflationary pressures present throughout the Country. Since the FY 2022 Study, operating expenditures are larger due to increased salary and benefit costs, chemicals costs, purchased water costs and minor capital outlays. As previously stated, the revenue sufficiency analysis’ objective is to evaluate the sufficiency of the current water, sewer, irrigation and reclaimed water rate revenues to generate the level of revenues necessary to satisfy the Utility’s projected 1) operating expenses, 2) capital improvement costs, 3) adequate operating reserves, and 4) adequate debt service coverage during the 10-year projection. Given the source data and assumptions as described within this report, Stantec concludes that the current plan of rate adjustments approved thru FY 27 will not be enough to meet projected needs of the Utility. This is a result of the sizeable increase to the Utility’s projected 10-year capital costs, which leads to additional future borrowing and its associated annual debt service costs. As such, for FY 26, Stantec recommends that a new 5-year plan of rate adjustments equal to 8.00% be implemented on October 1, 2025, and continue through FY 2030. This change is needed so that the Utility can maintain reliable service by executing its identified capital needs. Furthermore, the identified rate plan aims to maintain equilibrium between competing forces such as 1) appropriate level of total borrowing, 2) maintenance of suitable reserves, 3) funding of the Utility’s needs, 4) meeting bond covenants, and 5) limiting impact to Utility customers. Table 2.1 – Proposed Rate Water & Sewer Rate Adjustments effective October 1st *Annual rate adjustments also apply to irrigation, and reclaimed water rates. 2025 RSA Annual Rate Adjustments FY 2026 - FY 2030 FY 2031 – FY 2035 Water* 8.00% 8.00% Sewer 8.00% 8.00% 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 12 The results of the FY 2025 Water, Sewer, Irrigation and Reclaimed water revenue sufficiency analysis are summarized in Figure 2-4. Figure 2-4 FY 2025 RSA Results Stantec strongly recommends that the City continue to perform annual or bi-annual updates to the revenue sufficiency analysis to re-evaluate the adequacy of its water, sewer, irrigation and reclaimed water rates. Doing so will allow for the incorporation of updated revenue and expense information, as well as changes in economic conditions, customer accounts and usage levels, regulatory requirements, and other factors that can materially affect the results of this revenue sufficiency analysis. This will also ensure that the City’s Utility will continue to meet its financial and operating requirements in the future and minimize rate impacts to customers from future events occurring differently than currently projected. It is important to note that the projections of future conditions underlying this analysis are not intended to be predictions. Applicable to many water, sewer, irrigation and reclaimed water utility systems, there are multiple factors beyond the City’s control, such as weather, regulatory changes, national, regional, and local economic conditions, the rate of growth in new customers, customer reaction to rate adjustments, operating and capital cost inflation, and changes in the timing and composition of the Utility’s capital improvement program, that will have material impacts on the future financial condition of the City’s utility operations. Further, the projections in this Study rely upon data and guidance provided during the Study, and while the information utilized in this Study is believed to be reliable, detailed independent reviews or auditing of the data were not conducted. CLEARWATER, FL FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 FY 2029 FY 2035 Water 3.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%36.05%115.89% Sewer Rate Plan 3.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%36.05%115.89% Reclaimed Rate Plan 3.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00% Senior-Lien DSC 6.51 7.12 7.60 4.04 3.85 2.40 2.43 1.97 1.97 1.77 1.77 Scenario Manager All-In DSC 6.51 7.12 7.60 4.04 3.85 2.40 2.43 1.97 1.97 1.77 1.77 Water & Sewer Bill @ 3 Kgals $65.10 $70.31 $75.93 $82.01 $88.57 $95.65 $103.31 $111.57 $120.49 $130.13 $140.55 Proceeds ($M)$1,077.9$ Change in Mo. Bill $5.21 $5.62 $6.08 $6.56 $7.08 $7.65 $8.26 $8.93 $9.64 $10.41 $0.0M $50.0M $100.0M $150.0M $200.0M $250.0M $300.0M 25 26 27 28 29 30 31 32 33 34 35 R&R -327 Operating - 421 Debt $0.0M $50.0M $100.0M $150.0M $200.0M $250.0M $300.0M 24 25 26 27 28 29 30 31 32 33 34 35 Current Plan Target $0.0M $50.0M $100.0M $150.0M $200.0M $250.0M $300.0M 25 26 27 28 29 30 31 32 33 34 35 Current Plan $0.0M $50.0M $100.0M $150.0M $200.0M $250.0M $300.0M 25 26 27 28 29 30 31 32 33 34 35 Cash Out Less CIP Cash In Cash Out $0.0M$50.0M$100.0M $150.0M$200.0M$250.0M $300.0M$350.0M 25 26 27 28 29 30 31 32 33 34 35 Current Plan Operating Fund -421 CIP Spending Revenues vs. Expenses CIP Funding Borrowing CALC SAVE CTRL LAST OVR $0.0M $50.0M $100.0M $150.0M $200.0M $250.0M $300.0M 25 26 27 28 29 30 31 32 33 34 35 Current Plan Interim Financing 2. Revenue Sufficiency Analysis City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 13 As a result, there will usually be differences between forecast and actual results because events and circumstances frequently do not occur as expected, and those differences may be material. While we have no responsibility to update this report for events and circumstances occurring after the date of this report, future management actions must be informed by and adjusted to reflect future results as they occur. These comments are provided to emphasize the importance of active management informed by the actual future results of utility operations by the City. While the planning effort supported by this Study will serve to guide and inform the City in balancing future revenue and spending decisions, it is only through observation of future results that the City will be able to determine the actions required to ensure its financial and operational objectives are met. The Appendix includes detailed schedules presenting all components of the financial management plan developed for the Utility. 3. Water & Sewer Residential Rate Survey City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 14 WATER & SEWER RATE SURVEY As part of this RSA, Stantec prepared a comparative residential water and sewer rate survey of the City’s surrounding geographic area. The green and blue bars in Figure 3-1 reflect a monthly water and sewer bill for a single-family residential water and sewer customer using 3,000 gallons (this reflects the most commonly billed usage amount for City of Clearwater residential customers) per month, calculated with rates in effect as of October 1, 2024 (FY 2025). The rates used in the surveys were based upon information available on each utility’s website, provided by its billing department, and/or published in rate ordinances as available on Municode.com. The survey below shows the City’s water and sewer typical monthly bill is in a comparable position to those of surrounding communities and below the regional average. It is important to note that this survey reflects a snapshot in time for FY 2025. With the multitude of financial pressures each surveyed utility is currently facing, many of the other monthly bills shown in this survey are likely to change in FY 2026 and beyond. Figure 3-1 FY 2025 Monthly Water & Sewer Residential Bill Survey @ 3,000 Gallons / Month Disclaimer City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 15 Disclaimer This document was produced by Stantec Consulting Services Inc. (“Stantec”) for the City of Clearwater, FL and is based on a specific scope agreed upon by both parties. Stantec’s scope of work and services do not include serving as a “municipal advisor” for purposes of the registration requirements of the Dodd- Frank Wall Street Reform and Consumer Protection Act (2010) or the municipal advisor registration rules issued by the Securities and Exchange Commission. Stantec is not advising the City of Clearwater, FL, or any municipal entity or other person or entity, regarding municipal financial products or the issuance of municipal securities, including advice with respect to the structure, terms, or other similar matters concerning such products or issuances. In preparing this report, Stantec utilized information and data obtained from the City of Clearwater, FL or public and/or industry sources. Stantec has relied on the information and data without independent verification, except only to the extent such verification is expressly described in this document. Any projections of future conditions presented in the document are not intended as predictions, as there may be differences between forecasted and actual results, and those differences may be material. Additionally, the purpose of this document is to summarize Stantec’s analysis and findings related to this project, and it is not intended to address all aspects that may surround the subject area. Therefore, this document may have limitations, assumptions, or reliance on data that are not readily apparent on the face of it. Moreover, the reader should understand that Stantec was called on to provide judgments on a variety of critical factors which are incapable of precise measurement. As such, the use of this document and its findings by the City of Clearwater, FL should only occur after consultation with Stantec, and any use of this document and findings by any other person is done so entirely at their own risk. Appendix: Supporting Financial Schedules City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Stantec | 16 APPENDIX: SUPPORTING FINANCIAL SCHEDULES Schedule 1 Projected Accounts, Billed Volumes and Other Assumptions Schedule 2 FY 2025 Beginning Balances Schedule 3 Projection of Cash Inflows Schedule 4 Projection of Cash Outflows Schedule 5 Cost Escalation Factors Schedule 6 Capital Improvement Program Schedule 7 FAMS - Control Panel Schedule 8 Forecast of Net Revenues & Debt Service Coverage Schedule 9 Capital Project Funding Summary Schedule 10 Funding Summary by Fund Schedule 11 Long-Term Borrowing Projections Appendix: Supporting Financial Schedules Projected Accounts, Billed Volumes and Other Assumptions Schedule 1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Projected Rate Increase Adoption Dates 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 10/1/2029 10/1/2030 10/1/2031 10/1/2032 10/1/2033 10/1/2034 Annual Account Growth & Billed Volume Projections Water Number of Accounts 34,358 34,423 34,488 34,553 34,618 34,683 34,748 34,813 34,878 34,943 35,008 Annual Growth in Accounts 65 65 65 65 65 65 65 65 65 65 65 Annual % Change in Accounts 0.19%0.19%0.19%0.19%0.19%0.19%0.19%0.19%0.19%0.19%0.19% % of New Accounts Projected to Pay Impact Fees 100%100%100%100%100%100%100%100%100%100%100% Monthly Usage per Account in each Fiscal Year (kgals)8.52 8.46 8.41 8.35 8.29 8.24 8.18 8.12 8.07 8.01 7.95 % Change in Monthly Usage Per Account -0.66%-0.67%-0.67%-0.68%-0.68%-0.69%-0.69%-0.70%-0.70%-0.71%-0.71% Total Billed Volume (kgals)3,513,489 3,496,621 3,479,664 3,462,618 3,445,483 3,428,260 3,410,948 3,393,547 3,376,057 3,358,478 3,340,811 % Change in Projected Total Billed Volume -0.48%-0.48%-0.48%-0.49%-0.49%-0.50%-0.50%-0.51%-0.52%-0.52%-0.53% Sewer Number of Accounts 34,868 34,948 35,028 35,108 35,188 35,268 35,348 35,428 35,508 35,588 35,668 Annual Growth in Accounts 80 80 80 80 80 80 80 80 80 80 80 Annual % Change in Accounts 0.23%0.23%0.23%0.23%0.23%0.23%0.23%0.23%0.23%0.23%0.22% % of New Accounts Projected to Pay Impact Fees 100%100%100%100%100%100%100%100%100%100%100% Monthly Usage per Account in each Fiscal Year (kgals)8.55 8.49 8.43 8.37 8.32 8.26 8.20 8.14 8.08 8.03 7.97 % Change in Monthly Usage Per Account -0.67%-0.67%-0.68%-0.68%-0.69%-0.69%-0.70%-0.70%-0.71%-0.71%-0.72% Total Billed Volume (kgals)3,575,721 3,559,760 3,543,688 3,527,506 3,511,212 3,494,809 3,478,295 3,461,670 3,444,934 3,428,088 3,411,131 % Change in Projected Total Billed Volume -0.44%-0.45%-0.45%-0.46%-0.46%-0.47%-0.47%-0.48%-0.48%-0.49%-0.49% Reclaimed Metered Number of Accounts 6,473 6,544 6,688 6,832 6,976 7,120 7,264 7,336 7,408 7,479 7,551 Annual Growth in Accounts 72 144 144 144 144 144 72 72 72 72 72 Annual % Change in Accounts 1.11%2.20%2.15%2.11%2.06%2.02%0.98%0.98%0.97%0.96%0.95% Monthly Usage per Account in each Fiscal Year (kgals)23.05 22.67 22.31 21.97 21.64 21.32 21.22 21.12 21.02 20.92 20.83 % Change in Monthly Usage Per Account -0.56%-1.63%-1.59%-1.55%-1.51%-1.48%-0.47%-0.47%-0.46%-0.46%-0.45% Total Billed Volume (kgals)1,810,116 1,819,836 1,829,502 1,839,116 1,848,678 1,858,189 1,867,649 1,877,061 1,886,424 1,895,738 1,905,006 % Change in Projected Total Billed Volume 0.54%0.54%0.53%0.53%0.52%0.51%0.51%0.50%0.50%0.49%0.49% Reclaimed Flat Number of Accounts 1,406 1,370 1,333 1,297 1,260 1,224 1,188 1,151 1,115 1,078 1,042 Annual Growth in Accounts (36) (36) (36) (36) (36) (36) (36) (36) (36) (36) (36) Annual % Change in Accounts -2.52%-2.59%-2.66%-2.73%-2.81%-2.89%-2.97%-3.07%-3.16%-3.27%-3.38% % of New Accounts Projected to Pay Impact Fees 100%100%100%100%100%100%100%100%100%100%100% Monthly Usage per Account in each Fiscal Year (kgals)- - - - - - - - - - - % Change in Monthly Usage Per Account 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Total Billed Volume (kgals)- - - - - - - - - - - % Change in Projected Total Billed Volume 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Reclaimed Combined (Metered & Flat) Number of Accounts 7,950 8,058 8,166 8,273 8,381 8,488 8,524 8,559 8,594 8,629 8,664 Annual Growth in Accounts 35 108 108 108 108 108 35 35 35 35 35 Annual % Change in Accounts 0.44%1.35%1.34%1.32%1.30%1.28%0.41%0.41%0.41%0.41%0.41% Monthly Usage per Account in each Fiscal Year (kgals)18.97 18.82 18.67 18.52 18.38 18.24 18.26 18.28 18.29 18.31 18.32 % Change in Monthly Usage Per Account -0.56%-1.63%-1.59%-1.55%-1.51%-1.48%-0.47%-0.47%-0.46%-0.46%-0.45% Total Billed Volume (kgals)1,810,116 1,819,836 1,829,502 1,839,116 1,848,678 1,858,189 1,867,649 1,877,061 1,886,424 1,895,738 1,905,006 % Change in Projected Total Billed Volume 0.54%0.54%0.53%0.53%0.52%0.51%0.51%0.50%0.50%0.49%0.49% City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projected Accounts, Billed Volumes and Other Assumptions Schedule 1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Irrigation Number of Accounts 1,995 1,990 1,985 1,980 1,975 1,970 1,965 1,959 1,954 1,949 1,944 Annual Growth in Accounts (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) (5) Annual % Change in Accounts -0.25%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26% % of New Accounts Projected to Pay Impact Fees 100%100%100%100%100%100%100%100%100%100%100% Monthly Usage per Account in each Fiscal Year (kgals)8.88 8.88 8.88 8.88 8.88 8.88 8.88 8.88 8.88 8.89 8.90 % Change in Monthly Usage Per Account 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.05%0.10% Total Billed Volume (kgals)212,693 212,150 211,607 211,064 210,521 209,978 209,435 208,891 208,348 207,912 207,582 % Change in Projected Total Billed Volume -0.25%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.26%-0.21%-0.16% Capital SpendingAnnual Capital Budget (Future Year Dollars)61,625,734$ 96,632,119 165,736,428 194,816,001 187,172,473 203,626,855 211,745,665 194,068,035 209,360,405 118,150,269 100,489,735 Annual CIP Redistribution -$ - - (60,000,000) (110,000,000) (110,000,000) (60,000,000) - 75,000,000 50,000,000 60,000,000 Impact Fees Water Impact Fees 600$ 660 720 720 720 720 720 720 720 720 720 Sewer Impact Fees 978$ 978 978 978 978 978 978 978 978 978 978 Lawn Impact Fees 88$ 96 105 105 105 105 105 105 105 105 105 Average Annual Interest Earnings Rate On Fund Balances 2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25%2.25% Operating Budget Reserve Target (Number of Months of Reserve)6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 Operating Budget Execution Percentage 1 Personnel Services 96%96%96%96%96%96%96%96%96%96%96% Purchased Water Cost 100%100%100%100%100%100%100%100%100%100%100% Operations & Maintenance 98%98%98%98%98%98%98%98%98%98%98% Capital Outlay (Equip & Lease Purchase Program)100%100%100%100%100%100%100%100%100%100%100% Purchased Water Projections Projected Total Billed Demand in MGD 10.21 10.16 10.11 10.06 10.02 9.97 9.92 9.87 9.82 9.77 9.72 Projected Total Billed Demand Adj. for Loss in MGD 2 1.52 1.51 1.50 1.50 1.49 1.48 1.47 1.47 1.46 1.45 1.45 Projected Total Water Produced in MGD 7.12 7.50 7.50 7.50 7.50 7.50 9.50 10.50 10.50 10.50 10.50 Projected Water Purchases in MGD 3 4.60 4.17 4.12 4.06 4.01 3.95 1.89 1.50 1.50 1.50 1.50 Pinellas County Rates Per Kgal 4.83$ 5.07 5.32 5.59 5.87 6.16 6.47 6.79 7.13 7.49 7.86 Projected Annual Rate Adjustments 5.0%5.0%5.0%5.0%5.0%5.0%5.0%5.0%5.0%5.0%5.0% Projected Annual Purchased Water Expense 8,111,706$ 7,717,281 7,996,170 8,283,084 8,578,101 8,881,283 4,470,633 3,718,611 3,904,541 4,099,768 4,304,757 1 Execution is based on discussion with City staff and reflects historical comparison of budget to actual spending. 2 Non-revenue water factor adjustment of 16% for the projection based on prior years' actuals. 3 Utility staff expects the completion of the WTP 2 expansion by the end of FY 20232, appearing in phases being an increase of 0.5 MGD in FY 2026, 2.0 MGD in 2031, and 1.0 MGD in 2032. As such FY 2033, reflects City staff's expectation to purchase the minimum contract amount of 1.5 MGD and produce about 10.5MGD, lowering overall projected water purchase costs. City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Schedule 2 Stantec Grouping of Funds in Model Revenue Fund (421)Restricted Reserves Water Impact Fees Sewer Impact Fees Renewal & Replacement (327) Current Unrestricted AssetsCash and Cash Equivalents 192,489,389$ - - - - Restricted Cash and Investments - 12,621,250 - - - Interest Receivable 659,763 - - - - Billed 4,724,163 - - - - Unbilled Charges Estimated 4,593,800 - - - - Less: Allowances for Uncollectible Accounts (40,922) - - - - Lease Receivables 26,181 - - - - Other receivables - - - - - Due From Other Governmental Entities 1,228,095 - - - - Inventories at Cost 1,684,010 - - - - Prepaid Expenses and Other Assets 552,956$ - - - - Total Assets 205,917,435$ 12,621,250 - - - Current LiabilitiesAccounts and Contract Payable (7,831,655)$ - - - - Accrued Payroll (476,067) - - - - Accrued Interest Payable (211,393) - - - - Compensated Absences (519,340) - - - - Other Postemployment Benefits (114,238) - - - - Lease Liabilities - - - - - Due to Other Funds (75,610) - - - - Claims Payable - - - - - Construction Contracts Payable - (2,763,001) - - - Accrued Interest Payable - (1,401,850) - - - Current Portion of Long-Term Liabilities, Bonds Payable)- (3,854,167) - - - Customer Deposits - (4,602,232) - - - Net Fund Balance 195,772,996$ - - - - Plus/(Less): Inventories at Cost (1,684,010)$ - - - - Plus/(Less): Renewal and Replacement (1,747,320) - - - 1,747,320 Plus/(Less): Water and Sewer Impact Fees (4,500,000) - 950,000 3,550,000 - Plus/(Less): Water And Sewer Impact Fees 187,841,666$ - 950,000 3,550,000 1,747,320 Available Fund Balance 187,841,666$ - 950,000 3,550,000 1,747,320 Fund Summary Revenue Fund (421)187,841,666$ Restricted Reserves - Water Impact Fees 950,000 Sewer Impact Fees 3,550,000 Renewal & Replacement (327)1,747,320 Available Fund Balance 194,088,986$ FY 2025 Beginning Balances as of 10/1/2024 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Schedule 3 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 1 Assumed Rate Revenue Increases 2 Water Rate Increase 3.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00% 3 Sewer Rate Increase 3.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00% 4 Reclaimed Rate Increase 3.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00% 5 Water Rate Revenue 6 Base Rate Revenue 26,744,754$ 28,938,979 31,313,114 33,881,901 36,661,290 39,668,536 42,922,310 46,442,810 50,251,886 54,373,181 58,832,270 7 Usage Rate Revenue 18,489,493 19,431,166 20,419,803 21,457,680 22,547,182 23,690,803 24,891,153 26,150,964 27,473,093 28,860,527 30,316,393 8 Total Water Rate Revenue 45,234,247$ 48,370,146 51,732,917 55,339,581 59,208,471 63,359,339 67,813,464 72,593,774 77,724,979 83,233,708 89,148,663 9 Lawn Irrigation 10 Base Rate Revenue 3,238,915$ 3,489,097 3,758,580 4,048,849 4,361,506 4,698,276 5,061,016 5,451,724 5,872,556 6,325,830 6,814,043 11 Usage Rate Revenue 698,976 752,966 811,122 873,764 941,237 1,013,914 1,092,195 1,176,512 1,267,330 1,365,849 1,472,777 12 Total Irrigation Rate Revenue 3,937,891$ 4,242,064 4,569,702 4,922,613 5,302,743 5,712,190 6,153,211 6,628,236 7,139,886 7,691,679 8,286,820 13 Sewer Rate Revenue 14 Base Rate Revenue 36,466,142$ 39,473,793 42,729,284 46,253,021 50,067,089 54,195,389 58,663,787 63,500,278 68,735,160 74,401,221 80,533,947 15 Usage Rate Revenue 19,105,824 20,085,690 21,114,726 22,195,330 23,330,011 24,521,395 25,772,231 27,085,396 28,463,900 29,910,891 31,429,66316Total Sewer Rate Revenue 55,571,966$ 59,559,483 63,844,010 68,448,352 73,397,100 78,716,783 84,436,018 90,585,674 97,199,060 104,312,112 111,963,610 17 Reclaimed Rate Revenue 18 Base Rate Revenue 1,689,207$ 1,849,034 2,023,623 2,214,311 2,422,559 2,649,955 2,873,800 3,116,500 3,379,640 3,664,937 3,974,252 19 Usage Rate Revenue 2,369,400 2,461,363 2,557,934 2,659,325 2,765,760 2,877,476 3,024,302 3,178,757 3,341,241 3,512,177 3,692,009 20 Total Reclaimed Rate Revenue 4,058,607$ 4,310,397 4,581,557 4,873,637 5,188,320 5,527,432 5,898,102 6,295,257 6,720,881 7,177,114 7,666,260 21 Other Operating Revenue 22 Other Water Revenue 75,000$ 75,000 75,000 75,000 75,000 75,000 75,000 75,000 75,000 75,000 75,000 23 Water Service Charges 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 200,000 24 Water Taps 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,000 95,00025Material & Water Service 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 26 Fire Line Detect Install 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,000 50,00027WPC Fee Safety Harbor 1,626,090 1,678,938 1,729,306 1,781,185 1,834,621 1,889,659 1,946,349 2,004,740 2,064,882 2,126,828 2,190,633 28 Sewer Taps 270,000 270,000 270,000 270,000 270,000 270,000 270,000 270,000 270,000 270,000 270,000 29 Grease Ord Revenue 55,000 55,000 55,000 55,000 55,000 55,000 55,000 55,000 55,000 55,000 55,000 30 Industrial Pretreatment Rev 45,000 45,000 45,000 45,000 45,000 45,000 45,000 45,000 45,000 45,000 45,000 31 Late Payment Fee 271,000 271,000 271,000 271,000 271,000 271,000 271,000 271,000 271,000 271,000 271,000 32 Rents Commercial Property 4,200 4,200 4,200 4,200 4,200 4,200 4,200 4,200 4,200 4,200 4,200 33 Sale of Scrap 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,00034Total Other Operating Revenue 2,721,290$ 2,774,138 2,824,506 2,876,385 2,929,821 2,984,859 3,041,549 3,099,940 3,160,082 3,222,028 3,285,833 35 Non-Operating Revenue 36 Interfund Svc Chgs Fund 010 37,890$ 39,785 41,774 43,862 46,056 48,358 50,776 53,315 55,981 58,780 61,719 37 Interfund Svc Chgs Fund 419 6,310 6,626 6,957 7,305 7,670 8,053 8,456 8,879 9,323 9,789 10,278 38 Interfund Svc Chgs Fund 423 3,160 3,318 3,484 3,658 3,841 4,033 4,235 4,446 4,669 4,902 5,147 39 Interfund Svc Chgs Fund 424 3,160 3,318 3,484 3,658 3,841 4,033 4,235 4,446 4,669 4,902 5,14740Interfund Svc Chgs Fund 432 3,160 3,318 3,484 3,658 3,841 4,033 4,235 4,446 4,669 4,902 5,147 41 Interfund Svc Chgs Fund 433 3,160 3,318 3,484 3,658 3,841 4,033 4,235 4,446 4,669 4,902 5,14742Interfund Svc Chgs Fund 435 3,160 3,318 3,484 3,658 3,841 4,033 4,235 4,446 4,669 4,902 5,147 43 Total Non-Operating Revenue 60,000$ 63,000 66,150 69,458 72,930 76,577 80,406 84,426 88,647 93,080 97,734 44 Interest Income 45 Unrestricted 4,130,390 3,376,879 1,819,957 837,488 871,795 905,502 918,429 911,652 929,125 969,061 1,010,763 46 Total Interest Income 4,130,390$ 3,376,879 1,819,957 837,488 871,795 905,502 918,429 911,652 929,125 969,061 1,010,763 Projection of Cash Inflows City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Schedule 3 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Projection of Cash Inflows 47 Impact Fees1 48 Water Impact Fees 39,000$ 42,900 46,800 46,800 46,800 46,800 46,800 46,800 46,800 46,800 46,800 49 Sewer Impact Fees 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,24050Total Impact Fees 117,240$ 121,140 125,040 125,040 125,040 125,040 125,040 125,040 125,040 125,040 125,040 51 Total Cash Inflows 115,831,631$ 122,817,247 129,563,839 137,492,552 147,096,220 157,407,722 168,466,218 180,324,000 193,087,700 206,823,822 221,584,724 1 Although Impact Fee revenues are reflected in this schedule, these revenues are restricted for expansion related capital and as such are deposited into impact fee sub-funds. The revenues are used to fund expansionary capital projects as identified by staff. For further details see Schedules 6 (Capital improvement Program) and 10 (Funding Summary By Fund). City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Pub Util AdministrationPersonnel Services 1 PS 01345-510100 Full Time Salaries & Wages 1,203,124$ 1,263,280$ 1,326,444$ 1,392,766$ 1,462,405$ 1,535,525$ 1,612,301$ 1,692,916$ 1,777,562$ 1,866,440$ 1,959,762$ 2 PS 01345-510500 Overtime 27,000 28,350 29,768 31,256 32,819 34,460 36,183 37,992 39,891 41,886 43,980 3 PS 01345-520100 Life Ins $2500 Empl & Pens 99 106 114 123 132 142 152 164 176 189 203 4 PS 01345-520300 Samp Life Insurance 3,221 3,453 3,712 3,990 4,290 4,611 4,957 5,329 5,729 6,158 6,620 5 PS 01345-520400 Major Medical Ins-Emp 194,340 208,332 223,957 240,754 258,811 278,222 299,088 321,520 345,634 371,556 399,423 6 PS 01345-520600 Social Security-Employee 36,314 38,130 40,036 42,038 44,140 46,347 48,664 51,097 53,652 56,335 59,152 7 PS 01345-520700 Emp Pension Plan 58,215 57,478 70,116 102,245 88,966 89,803 97,755 102,643 107,775 113,164 118,822 8 PS 01345-520900 Workers Compensation 8,850 9,293 9,757 10,245 10,757 11,295 11,860 12,453 13,075 13,729 14,416 9 PS 01345-521000 Disability Insurance 1,054 1,130 1,215 1,306 1,404 1,509 1,622 1,744 1,875 2,015 2,166 10 PS 01345-522000 CWA Life 728 780 839 902 970 1,042 1,120 1,204 1,295 1,392 1,496 Operations and Maintenance11O&M 01345-530100 Professional Services 55,000 56,788 58,491 60,246 62,053 63,915 65,832 67,807 69,841 71,937 74,095 12 O&M 01345-530300 Other Contractual Serv 2,200 2,272 2,340 2,410 2,482 2,557 2,633 2,712 2,794 2,877 2,964 13 O&M 01345-540100 Garage Services 1,550 1,628 1,709 1,794 1,884 1,978 2,077 2,181 2,290 2,405 2,525 14 O&M 01345-540300 Telephone Service Variable 4,520 4,746 4,983 5,232 5,494 5,769 6,057 6,360 6,678 7,012 7,363 15 O&M 01345-540400 Messenger Service - - - - - - - - - - - 16 O&M 01345-540500 Radio Svc-Fixed 1,770 1,859 1,951 2,049 2,151 2,259 2,372 2,491 2,615 2,746 2,883 17 O&M 01345-540700 Postal Service 1,500 1,575 1,654 1,736 1,823 1,914 2,010 2,111 2,216 2,327 2,443 18 O&M 01345-540900 Risk Mgmt Service 4,427 4,648 4,881 5,125 5,381 5,650 5,933 6,229 6,541 6,868 7,211 19 O&M 01345-541000 Info Technology Charge 134,930 141,677 148,760 156,198 164,008 172,209 180,819 189,860 199,353 209,321 219,787 20 O&M 01345-541600 Bldg & Maint-Variable 1,000 1,050 1,103 1,158 1,216 1,276 1,340 1,407 1,477 1,551 1,629 21 O&M 01345-542000 Employee Benefits-Fixed 4,525 4,751 4,989 5,238 5,500 5,775 6,064 6,367 6,685 7,020 7,371 22 O&M 01345-542500 Postage 100 103 106 110 113 116 120 123 127 131 135 23 O&M 01345-542800 Interfd Other Serv Chgs 41,480 43,554 45,732 48,018 50,419 52,940 55,587 58,367 61,285 64,349 67,567 24 O&M 01345-542900 Interfd Admin Service Chg 313,100 328,755 345,193 362,452 380,575 399,604 419,584 440,563 462,591 485,721 510,007 25 O&M 01345-543100 Advertising 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 26 O&M 01345-543200 Other Promotion Activity 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 27 O&M 01345-543400 Printing & Binding 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 28 O&M 01345-544100 Equipt Rental 600 620 638 657 677 697 718 740 762 785 808 29 O&M 01345-544200 Rentals-Building 45,000 46,463 47,856 49,292 50,771 52,294 53,863 55,479 57,143 58,857 60,623 30 O&M 01345-544600 Uniform Rental 200 207 213 219 226 232 239 247 254 262 269 31 O&M 01345-545100 Insurance 6,580 6,794 6,998 7,208 7,424 7,647 7,876 8,112 8,356 8,606 8,864 32 O&M 01345-546100 Ofc Equip Svc & Repair 50 52 53 55 56 58 60 62 63 65 67 33 O&M 01345-546200 Other Equip Svc & Repair 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 34 O&M 01345-547100 Uniforms-Employee 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 35 O&M 01345-547200 Travel Expense-Emp 7,790 8,043 8,284 8,533 8,789 9,053 9,324 9,604 9,892 10,189 10,495 36 O&M 01345-547300 Mileage Reimbursement 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 37 O&M 01345-547400 Meals-Employee 300 310 319 329 338 349 359 370 381 392 404 38 O&M 01345-549300 Recruitment Expense 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 39 O&M 01345-550100 Office Supplies 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 40 O&M 01345-550400 Operating Supplies & Matls 30,000 30,975 31,904 32,861 33,847 34,863 35,909 36,986 38,095 39,238 40,415 41 O&M 01345-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 42 O&M 01345-557100 Memberships/Subs/Lic Emp 37,355 38,569 39,726 40,918 42,145 43,410 44,712 46,053 47,435 48,858 50,324 43 O&M 01345-557200 Officl Recognition-Emp 10,100 10,428 10,741 11,063 11,395 11,737 12,089 12,452 12,825 13,210 13,607 44 O&M 01345-557300 Training & Ref Employee 20,000 20,650 21,270 21,908 22,565 23,242 23,939 24,657 25,397 26,159 26,944 45 Total Pub Util Administration 2,282,022$ 2,392,658$ 2,522,439$ 2,677,819$ 2,794,232$ 2,931,551$ 3,083,144$ 3,239,223$ 3,403,508$ 3,576,449$ 3,758,519$ Wastewater CollectionPersonnel Services46PS01346-510100 Full Time Salaries & Wages 1,433,292$ 1,504,957$ 1,580,204$ 1,659,215$ 1,742,175$ 1,829,284$ 1,920,748$ 2,016,786$ 2,117,625$ 2,223,506$ 2,334,682$ 47 PS 01346-510200 Part Time Salaries & Wages - - - - - - - - - - - 48 PS 01346-510400 Special Pay 61,980 65,079 68,333 71,750 75,337 79,104 83,059 87,212 91,573 96,151 100,959 49 PS 01346-510500 Overtime 65,000 68,250 71,663 75,246 79,008 82,958 87,106 91,462 96,035 100,836 105,878 50 PS 01346-520400 Major Medical Ins-Emp 334,046 358,097 384,955 413,826 444,863 478,228 514,095 552,652 594,101 638,659 686,558 51 PS 01346-520600 Social Security-Employee 21,587 22,666 23,800 24,990 26,239 27,551 28,929 30,375 31,894 33,489 35,163 52 PS 01346-520700 Emp Pension Plan 103,961 72,904 88,934 129,686 112,843 113,905 123,991 130,191 136,700 143,535 150,712 53 PS 01346-520900 Workers Compensation 26,700 28,035 29,437 30,909 32,454 34,077 35,781 37,570 39,448 41,420 43,491 54 PS 01346-522000 CWA Life 4,550 4,878 5,243 5,637 6,059 6,514 7,002 7,528 8,092 8,699 9,352 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Operations and Maintenance 55 O&M 01346-530100 Professional Services 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 56 O&M 01346-530300 Other Contractual Serv 73,500 75,889 78,165 80,510 82,926 85,413 87,976 90,615 93,334 96,134 99,018 57 O&M 01346-542100 Telephone-Util Chgs 5,500 5,679 5,849 6,025 6,205 6,391 6,583 6,781 6,984 7,194 7,409 58 O&M 01346-542300 Gas,Water & Sanitation Utl 8,000 8,260 8,508 8,763 9,026 9,297 9,576 9,863 10,159 10,464 10,777 59 O&M 01346-542500 Postage 200 207 213 219 226 232 239 247 254 262 269 60 O&M 01346-542700 Interfd Svc Chg-Other Fund 50,450 52,973 55,621 58,402 61,322 64,388 67,608 70,988 74,538 78,265 82,178 61 O&M 01346-542800 Interfd Other Serv Chgs 193,970 203,669 213,852 224,545 235,772 247,560 259,938 272,935 286,582 300,911 315,957 62 O&M 01346-542900 Interfd Admin Service Chg 489,240 513,702 539,387 566,356 594,674 624,408 655,628 688,410 722,830 758,972 796,920 63 O&M 01346-543100 Advertising 200 207 213 219 226 232 239 247 254 262 269 64 O&M 01346-543200 Other Promotion Activity 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 65 O&M 01346-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 66 O&M 01346-543500 Dump Fee 500 516 532 548 564 581 598 616 635 654 674 67 O&M 01346-544100 Equipt Rental 55,000 56,788 58,491 60,246 62,053 63,915 65,832 67,807 69,841 71,937 74,095 68 O&M 01346-544600 Uniform Rental 18,000 18,585 19,143 19,717 20,308 20,918 21,545 22,191 22,857 23,543 24,249 69 O&M 01346-545100 Insurance 1,082,060 1,117,227 1,150,744 1,185,266 1,220,824 1,257,449 1,295,172 1,334,027 1,374,048 1,415,270 1,457,728 70 O&M 01346-546100 Ofc Equip Svc & Repair - - - - - - - - - - - 71 O&M 01346-546200 Other Equip Svc & Repair 30,000 30,975 31,904 32,861 33,847 34,863 35,909 36,986 38,095 39,238 40,415 72 O&M 01346-547100 Uniforms-Employee 7,500 7,744 7,976 8,215 8,462 8,716 8,977 9,246 9,524 9,810 10,104 73 O&M 01346-547200 Travel Expense-Emp 7,200 7,434 7,657 7,887 8,123 8,367 8,618 8,877 9,143 9,417 9,700 74 O&M 01346-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 75 O&M 01346-547400 Meals-Employee 800 826 851 876 903 930 958 986 1,016 1,046 1,078 76 O&M 01346-550100 Office Supplies 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 77 O&M 01346-550400 Operating Supplies & Matls 180,000 185,850 191,426 197,168 203,083 209,176 215,451 221,915 228,572 235,429 242,492 78 O&M 01346-551300 Small Tools & Implements 20,000 20,650 21,270 21,908 22,565 23,242 23,939 24,657 25,397 26,159 26,944 79 O&M 01346-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 80 O&M 01346-552500 $1,000-$4,999 Mach & Equip 9,000 9,293 9,571 9,858 10,154 10,459 10,773 11,096 11,429 11,771 12,125 81 O&M 01346-557100 Memberships/Subs/Lic Emp 1,120 1,156 1,191 1,227 1,264 1,302 1,341 1,381 1,422 1,465 1,509 82 O&M 01346-557300 Training & Ref Employee 30,000 30,975 31,904 32,861 33,847 34,863 35,909 36,986 38,095 39,238 40,415 83 O&M 01346-540100 Garage Services 537,890 564,785 593,024 622,675 653,809 686,499 720,824 756,865 794,709 834,444 876,166 84 O&M 01346-540300 Telephone Service Variable 33,900 35,595 37,375 39,243 41,206 43,266 45,429 47,701 50,086 52,590 55,220 85 O&M 01346-540500 Radio Svc-Fixed 12,350 12,968 13,616 14,297 15,012 15,762 16,550 17,378 18,247 19,159 20,117 86 O&M 01346-540900 Risk Mgmt Service 6,917 7,263 7,626 8,007 8,408 8,828 9,269 9,733 10,220 10,731 11,267 87 O&M 01346-541000 Info Technology Charge 191,980 201,579 211,658 222,241 233,353 245,021 257,272 270,135 283,642 297,824 312,715 88 O&M 01346-541500 Garage Variable 40,000 42,000 44,100 46,305 48,620 51,051 53,604 56,284 59,098 62,053 65,156 89 O&M 01346-541800 Administrative Charge 760,750 798,788 838,727 880,663 924,696 970,931 1,019,478 1,070,452 1,123,974 1,180,173 1,239,182 90 O&M 01346-542000 Employee Benefits-Fixed 7,071 7,425 7,796 8,186 8,595 9,025 9,476 9,950 10,447 10,969 11,518 Capital Outlay91CO01346-591000 Contrib To Garage Fund 11,000 11,550 12,128 12,734 13,371 14,039 14,741 15,478 16,252 17,065 17,918 92 CO 01346-571300 Principal-Leased Equipment 6,340 6,340 6,340 6,340 6,340 6,340 6,340 6,340 6,340 6,340 6,340 93 CO 01346-571500 Principal-Interfund Loans 61,360 61,360 61,360 61,360 61,360 61,360 61,360 61,360 61,360 61,360 61,360 94 CO 01346-572300 Interest-Leased Equipt 40 40 40 40 40 40 40 40 40 40 40 95 CO 01346-572500 Interest-Interfund Loans 5,300 5,300 5,300 5,300 5,300 5,300 5,300 5,300 5,300 5,300 5,300 96 Total Wastewater Collection 6,002,454$ 6,243,120$ 6,541,225$ 6,877,880$ 7,171,483$ 7,498,285$ 7,850,200$ 8,215,153$ 8,598,223$ 9,000,355$ 9,422,547$ Wastewater MaintenancePersonnel Services 97 PS 01347-510100 Full Time Salaries & Wages 2,008,623$ 2,109,054$ 2,214,507$ 2,325,232$ 2,441,494$ 2,563,569$ 2,691,747$ 2,826,334$ 2,967,651$ 3,116,034$ 3,271,835$ 98 PS 01347-510400 Special Pay 147,774 155,163 162,921 171,067 179,620 188,601 198,031 207,933 218,330 229,246 240,708 99 PS 01347-510500 Overtime 120,000 126,000 132,300 138,915 145,861 153,154 160,811 168,852 177,295 186,159 195,467 100 PS 01347-510900 Special Acting Pay 3,981 4,180 4,389 4,609 4,839 5,081 5,335 5,602 5,882 6,176 6,485 101 PS 01347-520100 Life Ins $2500 Empl & Pens 45 48 52 56 60 64 69 74 80 86 92 102 PS 01347-520300 Samp Life Insurance 1,506 1,614 1,736 1,866 2,006 2,156 2,318 2,492 2,678 2,879 3,095 103 PS 01347-520400 Major Medical Ins-Emp 370,004 396,644 426,393 458,372 492,750 529,706 569,434 612,142 658,052 707,406 760,462 104 PS 01347-520600 Social Security-Employee 31,196 32,756 34,394 36,113 37,919 39,815 41,806 43,896 46,091 48,395 50,815 105 PS 01347-520700 Emp Pension Plan 146,839 106,365 129,753 189,208 164,635 166,185 180,900 189,945 199,442 209,414 219,885 106 PS 01347-520900 Workers Compensation 30,870 32,414 34,034 35,736 37,523 39,399 41,369 43,437 45,609 47,890 50,284 107 PS 01347-521000 Disability Insurance 347 372 400 430 462 497 534 574 617 663 713 108 PS 01347-522000 CWA Life 4,550 4,878 5,243 5,637 6,059 6,514 7,002 7,528 8,092 8,699 9,352 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Operations and Maintenance109O&M 01347-530300 Other Contractual Serv 5,500 5,679 5,849 6,025 6,205 6,391 6,583 6,781 6,984 7,194 7,409 110 O&M 01347-542500 Postage 100 103 106 110 113 116 120 123 127 131 135 111 O&M 01347-542800 Interfd Other Serv Chgs 77,790 81,680 85,763 90,052 94,554 99,282 104,246 109,458 114,931 120,678 126,712 112 O&M 01347-542900 Interfd Admin Service Chg 587,090 616,445 647,267 679,630 713,612 749,292 786,757 826,095 867,399 910,769 956,308 113 O&M 01347-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 114 O&M 01347-543400 Printing & Binding 30 31 32 33 34 35 36 37 38 39 40 115 O&M 01347-543700 Fees & Permits 25 26 27 27 28 29 30 31 32 33 34 116 O&M 01347-544100 Equipt Rental 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 117 O&M 01347-544600 Uniform Rental 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 118 O&M 01347-545100 Insurance 52,510 54,217 55,843 57,518 59,244 61,021 62,852 64,737 66,680 68,680 70,740 119 O&M 01347-546200 Other Equip Svc & Repair 16,000 16,520 17,016 17,526 18,052 18,593 19,151 19,726 20,318 20,927 21,555 120 O&M 01347-547100 Uniforms-Employee 9,000 9,293 9,571 9,858 10,154 10,459 10,773 11,096 11,429 11,771 12,125 121 O&M 01347-547200 Travel Expense-Emp 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 122 O&M 01347-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 123 O&M 01347-547400 Meals-Employee 1,250 1,291 1,329 1,369 1,410 1,453 1,496 1,541 1,587 1,635 1,684 124 O&M 01347-550100 Office Supplies 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 125 O&M 01347-550400 Operating Supplies & Matls 150,000 154,875 159,521 164,307 169,236 174,313 179,543 184,929 190,477 196,191 202,077 126 O&M 01347-551300 Small Tools & Implements 15,000 15,488 15,952 16,431 16,924 17,431 17,954 18,493 19,048 19,619 20,208 127 O&M 01347-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 128 O&M 01347-552500 $1,000-$4,999 Mach & Equip 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 129 O&M 01347-557100 Memberships/Subs/Lic Emp 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 130 O&M 01347-557300 Training & Ref Employee 43,610 45,027 46,378 47,769 49,203 50,679 52,199 53,765 55,378 57,039 58,750 131 O&M 01347-540100 Garage Services 436,270 458,084 480,988 505,037 530,289 556,803 584,644 613,876 644,569 676,798 710,638 132 O&M 01347-540300 Telephone Service Variable 14,125 14,831 15,573 16,351 17,169 18,027 18,929 19,875 20,869 21,913 23,008 133 O&M 01347-540500 Radio Svc-Fixed 15,910 16,706 17,541 18,418 19,339 20,306 21,321 22,387 23,506 24,682 25,916 134 O&M 01347-540900 Risk Mgmt Service 7,194 7,554 7,931 8,328 8,744 9,182 9,641 10,123 10,629 11,160 11,718 135 O&M 01347-541000 Info Technology Charge 209,580 220,059 231,062 242,615 254,746 267,483 280,857 294,900 309,645 325,127 341,384 136 O&M 01347-541100 Bldg & Maint Dept Svc Fx 12,770 13,409 14,079 14,783 15,522 16,298 17,113 17,969 18,867 19,810 20,801 137 O&M 01347-541500 Garage Variable 14,000 14,700 15,435 16,207 17,017 17,868 18,761 19,699 20,684 21,719 22,805 138 O&M 01347-542000 Employee Benefits-Fixed 7,354 7,722 8,108 8,513 8,939 9,386 9,855 10,348 10,865 11,408 11,979 Capital Outlay 139 CO 01347-571300 Principal-Leased Equipment 138,970 138,970 138,970 138,970 138,970 138,970 138,970 138,970 138,970 138,970 138,970 140 CO 01347-572300 Interest-Leased Equipt 930 930 930 930 930 930 930 930 930 930 930 141 Total Wastewater Maintenance 4,730,943$ 4,914,954$ 5,174,778$ 5,483,036$ 5,720,298$ 5,997,425$ 6,302,203$ 6,616,586$ 6,947,528$ 7,295,930$ 7,662,747$ WPC Plant OperationsPersonnel Services 142 PS 01351-510100 Full Time Salaries & Wages 199,752 209,740 220,227 231,238 242,800 254,940 267,687 281,071 295,125 309,881 325,375 143 PS 01351-520100 Life Ins $2500 Empl & Pens 18 19 21 22 24 26 28 30 32 34 37 144 PS 01351-520300 Samp Life Insurance 642 688 740 795 855 919 988 1,062 1,142 1,227 1,319 145 PS 01351-520400 Major Medical Ins-Emp 12,192 13,070 14,050 15,104 16,237 17,454 18,763 20,171 21,683 23,310 25,058 146 PS 01351-520600 Social Security-Employee 8,693 9,128 9,584 10,063 10,566 11,095 11,649 12,232 12,844 13,486 14,160 147 PS 01351-520700 Emp Pension Plan 5,773 9,333 11,386 16,603 14,447 14,583 15,874 16,668 17,501 18,376 19,295 148 PS 01351-520900 Workers Compensation 1,570 1,649 1,731 1,817 1,908 2,004 2,104 2,209 2,320 2,436 2,557 149 PS 01351-521000 Disability Insurance 343 368 395 425 457 491 528 567 610 656 705 Operations and Maintenance150O&M 01351-530100 Professional Services 30,000 30,975 31,904 32,861 33,847 34,863 35,909 36,986 38,095 39,238 40,415 151 O&M 01351-530300 Other Contractual Serv 500 516 532 548 564 581 598 616 635 654 674 152 O&M 01351-540100 Garage Services 2,470 2,594 2,723 2,859 3,002 3,152 3,310 3,476 3,649 3,832 4,023 153 O&M 01351-540300 Telephone Service Variable 5,085 5,339 5,606 5,887 6,181 6,490 6,814 7,155 7,513 7,889 8,283 154 O&M 01351-540400 Messenger Service 1,636 1,718 1,804 1,894 1,989 2,088 2,192 2,302 2,417 2,538 2,665 155 O&M 01351-540500 Radio Svc-Fixed 1,770 1,859 1,951 2,049 2,151 2,259 2,372 2,491 2,615 2,746 2,883 156 O&M 01351-540700 Postal Service 50 53 55 58 61 64 67 70 74 78 81 157 O&M 01351-540900 Risk Mgmt Service 553 581 610 640 672 706 741 778 817 858 901 158 O&M 01351-541000 Info Technology Charge 55,820 58,611 61,542 64,619 67,850 71,242 74,804 78,544 82,472 86,595 90,925 159 O&M 01351-542000 Employee Benefits-Fixed 566 594 624 655 688 722 758 796 836 878 922 160 O&M 01351-542500 Postage 200 207 213 219 226 232 239 247 254 262 269 161 O&M 01351-542800 Interfd Other Serv Chgs 5,190 5,450 5,722 6,008 6,308 6,624 6,955 7,303 7,668 8,051 8,454 162 O&M 01351-542900 Interfd Admin Service Chg 39,140 41,097 43,152 45,309 47,575 49,954 52,451 55,074 57,828 60,719 63,755 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 163 O&M 01351-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 164 O&M 01351-543200 Other Promotion Activity 100 103 106 110 113 116 120 123 127 131 135 165 O&M 01351-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 166 O&M 01351-543700 Fees & Permits 1,100 1,136 1,170 1,205 1,241 1,278 1,317 1,356 1,397 1,439 1,482 167 O&M 01351-544100 Equipt Rental 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 168 O&M 01351-544600 Uniform Rental 1,600 1,652 1,702 1,753 1,805 1,859 1,915 1,973 2,032 2,093 2,155 169 O&M 01351-545100 Insurance 1,020 1,053 1,085 1,117 1,151 1,185 1,221 1,258 1,295 1,334 1,374 170 O&M 01351-547100 Uniforms-Employee 600 620 638 657 677 697 718 740 762 785 808 171 O&M 01351-547200 Travel Expense-Emp 2,200 2,272 2,340 2,410 2,482 2,557 2,633 2,712 2,794 2,877 2,964 172 O&M 01351-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 173 O&M 01351-547400 Meals-Employee 200 207 213 219 226 232 239 247 254 262 269 174 O&M 01351-550100 Office Supplies 500 516 532 548 564 581 598 616 635 654 674 175 O&M 01351-550400 Operating Supplies & Matls 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 176 O&M 01351-557100 Memberships/Subs/Lic Emp 870 898 925 953 982 1,011 1,041 1,073 1,105 1,138 1,172 177 O&M 01351-557300 Training & Ref Employee 4,075 4,207 4,334 4,464 4,598 4,736 4,878 5,024 5,175 5,330 5,490 Capital Outlay 178 CO 01351-572200 Interest Other 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 179 Total WPC Plant Operations 417,928$ 440,070$ 461,549$ 487,162$ 506,420$ 529,041$ 553,943$ 579,530$ 606,402$ 634,624$ 664,265$ WPC Laboratory OperationsPersonnel Services 180 PS 01352-510100 Full Time Salaries & Wages 186,958 196,306 206,121 216,427 227,249 238,611 250,542 263,069 276,222 290,033 304,535 181 PS 01352-510500 Overtime 4,300 4,515 4,741 4,978 5,227 5,488 5,762 6,051 6,353 6,671 7,004 182 PS 01352-520100 Life Ins $2500 Empl & Pens 27 29 31 33 36 39 42 45 48 52 55 183 PS 01352-520300 Samp Life Insurance 649 696 748 804 864 929 999 1,074 1,154 1,241 1,334 184 PS 01352-520400 Major Medical Ins-Emp 36,576 39,209 42,150 45,311 48,710 52,363 56,290 60,512 65,050 69,929 75,174 185 PS 01352-520600 Social Security-Employee 2,717 2,853 2,995 3,145 3,303 3,468 3,641 3,823 4,014 4,215 4,426 186 PS 01352-520700 Emp Pension Plan 13,350 8,736 10,656 15,539 13,521 13,649 14,857 15,600 16,380 17,199 18,059 187 PS 01352-520900 Workers Compensation 1,350 1,418 1,488 1,563 1,641 1,723 1,809 1,900 1,995 2,094 2,199 Operations and Maintenance 188 O&M 01352-530100 Professional Services 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 189 O&M 01352-530300 Other Contractual Serv 33,370 34,455 35,488 36,553 37,649 38,779 39,942 41,141 42,375 43,646 44,955 190 O&M 01352-540100 Garage Services 6,570 6,899 7,243 7,606 7,986 8,385 8,804 9,245 9,707 10,192 10,702 191 O&M 01352-540300 Telephone Service Variable 1,695 1,780 1,869 1,962 2,060 2,163 2,271 2,385 2,504 2,630 2,761 192 O&M 01352-540900 Risk Mgmt Service 830 872 915 961 1,009 1,059 1,112 1,168 1,226 1,288 1,352 193 O&M 01352-541000 Info Technology Charge 60,030 63,032 66,183 69,492 72,967 76,615 80,446 84,468 88,692 93,126 97,783 194 O&M 01352-541100 Bldg & Maint Dept Svc Fx 72,530 76,157 79,964 83,963 88,161 92,569 97,197 102,057 107,160 112,518 118,144 195 O&M 01352-541200 Custodial Service 420 441 463 486 511 536 563 591 621 652 684 196 O&M 01352-541600 Bldg & Maint-Variable 80 84 88 93 97 102 107 113 118 124 130 197 O&M 01352-542000 Employee Benefits-Fixed 849 891 936 983 1,032 1,084 1,138 1,195 1,254 1,317 1,383 198 O&M 01352-542300 Gas,Water & Sanitation Utl 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 199 O&M 01352-542500 Postage 50 52 53 55 56 58 60 62 63 65 67 200 O&M 01352-542800 Interfd Other Serv Chgs 7,790 8,180 8,588 9,018 9,469 9,942 10,439 10,961 11,509 12,085 12,689 201 O&M 01352-542900 Interfd Admin Service Chg 58,710 61,646 64,728 67,964 71,362 74,930 78,677 82,611 86,741 91,078 95,632 202 O&M 01352-543400 Printing & Binding 100 103 106 110 113 116 120 123 127 131 135 203 O&M 01352-543700 Fees & Permits 500 516 532 548 564 581 598 616 635 654 674 204 O&M 01352-544100 Equipt Rental 500 516 532 548 564 581 598 616 635 654 674 205 O&M 01352-544600 Uniform Rental 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 206 O&M 01352-545100 Insurance 1,150 1,187 1,223 1,260 1,297 1,336 1,376 1,418 1,460 1,504 1,549 207 O&M 01352-546200 Other Equip Svc & Repair 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 208 O&M 01352-547100 Uniforms-Employee 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 209 O&M 01352-547200 Travel Expense-Emp 2,475 2,555 2,632 2,711 2,792 2,876 2,962 3,051 3,143 3,237 3,334 210 O&M 01352-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 211 O&M 01352-550100 Office Supplies 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 212 O&M 01352-550400 Operating Supplies & Matls 14,350 14,816 15,261 15,719 16,190 16,676 17,176 17,692 18,222 18,769 19,332 213 O&M 01352-551000 Lab Chem Supplies 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 214 O&M 01352-551300 Small Tools & Implements 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 215 O&M 01352-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 216 O&M 01352-557100 Memberships/Subs/Lic Emp 150 155 160 164 169 174 180 185 190 196 202 217 O&M 01352-557300 Training & Ref Employee 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 218 Total WPC Laboratory Operations 541,276$ 562,375$ 591,204$ 624,361$ 652,057$ 683,415$ 717,450$ 752,700$ 789,759$ 828,723$ 869,695$ City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Industrial Pretreatment PlPersonnel Services219PS01353-510100 Full Time Salaries & Wages 460,108 483,113 507,269 532,633 559,264 587,227 616,589 647,418 679,789 713,779 749,467 220 PS 01353-510400 Special Pay 20,660 21,693 22,778 23,917 25,112 26,368 27,686 29,071 30,524 32,050 33,653 221 PS 01353-510500 Overtime 4,300 4,515 4,741 4,978 5,227 5,488 5,762 6,051 6,353 6,671 7,004 222 PS 01353-520100 Life Ins $2500 Empl & Pens 9 10 10 11 12 13 14 15 16 17 18 223 PS 01353-520300 Samp Life Insurance 288 309 332 357 384 412 443 476 512 551 592 224 PS 01353-520400 Major Medical Ins-Emp 73,152 78,419 84,300 90,623 97,420 104,726 112,581 121,024 130,101 139,858 150,348 225 PS 01353-520600 Social Security-Employee 6,664 6,997 7,347 7,714 8,100 8,505 8,930 9,377 9,846 10,338 10,855 226 PS 01353-520700 Emp Pension Plan 31,973 22,665 27,649 40,318 35,081 35,412 38,547 40,475 42,498 44,623 46,854 227 PS 01353-520900 Workers Compensation 2,980 3,129 3,285 3,450 3,622 3,803 3,993 4,193 4,403 4,623 4,854 228 PS 01353-522000 CWA Life 910 976 1,049 1,127 1,212 1,303 1,400 1,506 1,618 1,740 1,870 Operations and Maintenance 229 O&M 01353-530100 Professional Services 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 230 O&M 01353-530300 Other Contractual Serv 60,100 62,053 63,915 65,832 67,807 69,841 71,937 74,095 76,318 78,607 80,965 231 O&M 01353-542500 Postage 250 258 266 274 282 291 299 308 317 327 337 232 O&M 01353-542800 Interfd Other Serv Chgs 15,570 16,349 17,166 18,024 18,925 19,872 20,865 21,909 23,004 24,154 25,362 233 O&M 01353-542900 Interfd Admin Service Chg 117,420 123,291 129,456 135,928 142,725 149,861 157,354 165,222 173,483 182,157 191,265 234 O&M 01353-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 235 O&M 01353-543200 Other Promotion Activity 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 236 O&M 01353-543400 Printing & Binding 250 258 266 274 282 291 299 308 317 327 337 237 O&M 01353-544600 Uniform Rental 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 238 O&M 01353-545100 Insurance 13,950 14,403 14,835 15,281 15,739 16,211 16,697 17,198 17,714 18,246 18,793 239 O&M 01353-547100 Uniforms-Employee 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 240 O&M 01353-547200 Travel Expense-Emp 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 241 O&M 01353-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 242 O&M 01353-547400 Meals-Employee 200 207 213 219 226 232 239 247 254 262 269 243 O&M 01353-550100 Office Supplies 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 244 O&M 01353-550400 Operating Supplies & Matls 6,500 6,711 6,913 7,120 7,334 7,554 7,780 8,014 8,254 8,502 8,757 245 O&M 01353-551000 Lab Chem Supplies 800 826 851 876 903 930 958 986 1,016 1,046 1,078 246 O&M 01353-551300 Small Tools & Implements 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 247 O&M 01353-552500 $1,000-$4,999 Mach & Equip 8,000 8,260 8,508 8,763 9,026 9,297 9,576 9,863 10,159 10,464 10,777 248 O&M 01353-557100 Memberships/Subs/Lic Emp 915 945 973 1,002 1,032 1,063 1,095 1,128 1,162 1,197 1,233 249 O&M 01353-557300 Training & Ref Employee 5,320 5,493 5,658 5,827 6,002 6,182 6,368 6,559 6,756 6,958 7,167 250 O&M 01353-540100 Garage Services 14,100 14,805 15,545 16,323 17,139 17,996 18,895 19,840 20,832 21,874 22,967 251 O&M 01353-540300 Telephone Service Variable 3,955 4,153 4,360 4,578 4,807 5,048 5,300 5,565 5,843 6,136 6,442 252 O&M 01353-540500 Radio Svc-Fixed 1,180 1,239 1,301 1,366 1,434 1,506 1,581 1,660 1,743 1,831 1,922 253 O&M 01353-540700 Postal Service 150 158 165 174 182 191 201 211 222 233 244 254 O&M 01353-540900 Risk Mgmt Service 1,660 1,743 1,830 1,922 2,018 2,119 2,225 2,336 2,453 2,575 2,704 255 O&M 01353-541000 Info Technology Charge 79,260 83,223 87,384 91,753 96,341 101,158 106,216 111,527 117,103 122,958 129,106 256 O&M 01353-542000 Employee Benefits-Fixed 1,697 1,782 1,871 1,964 2,063 2,166 2,274 2,388 2,507 2,633 2,764 257 Total Industrial Pretreatment Pl 976,021$ 1,013,101$ 1,066,709$ 1,130,496$ 1,179,005$ 1,235,848$ 1,298,414$ 1,362,844$ 1,430,610$ 1,501,892$ 1,576,879$ WET Marshall Street PlantPersonnel Services258PS01354-510100 Full Time Salaries & Wages 891,545 936,122 982,928 1,032,075 1,083,679 1,137,862 1,194,756 1,254,493 1,317,218 1,383,079 1,452,233 259 PS 01354-510400 Special Pay 6,820 7,161 7,519 7,895 8,290 8,704 9,139 9,596 10,076 10,580 11,109 260 PS 01354-510500 Overtime 71,000 74,550 78,278 82,191 86,301 90,616 95,147 99,904 104,899 110,144 115,652 261 PS 01354-520400 Major Medical Ins-Emp 146,304 156,838 168,601 181,246 194,839 209,452 225,161 242,048 260,202 279,717 300,696 262 PS 01354-520600 Social Security-Employee 13,501 14,176 14,885 15,629 16,411 17,231 18,093 18,997 19,947 20,944 21,992 263 PS 01354-520700 Emp Pension Plan 64,581 45,294 55,253 80,571 70,107 70,767 77,033 80,885 84,929 89,176 93,634 264 PS 01354-520900 Workers Compensation 11,020 11,571 12,150 12,757 13,395 14,065 14,768 15,506 16,282 17,096 17,950 265 PS 01354-522000 CWA Life 2,366 2,536 2,727 2,931 3,151 3,387 3,641 3,914 4,208 4,524 4,863 Operations and Maintenance266O&M 01354-530100 Professional Services 50,000 51,625 53,174 54,769 56,412 58,104 59,848 61,643 63,492 65,397 67,359 267 O&M 01354-530300 Other Contractual Serv 774,700 799,878 823,874 848,590 874,048 900,269 927,278 955,096 983,749 1,013,261 1,043,659 268 O&M 01354-530400 Lot Mowing 35,960 37,129 38,243 39,390 40,572 41,789 43,042 44,334 45,664 47,034 48,445 269 O&M 01354-540100 Garage Services 59,760 62,748 65,885 69,180 72,639 76,271 80,084 84,088 88,293 92,707 97,343 270 O&M 01354-540500 Radio Svc-Fixed 1,770 1,859 1,951 2,049 2,151 2,259 2,372 2,491 2,615 2,746 2,883 271 O&M 01354-540700 Postal Service 100 105 110 116 122 128 134 141 148 155 163 272 O&M 01354-540900 Risk Mgmt Service 3,874 4,068 4,271 4,485 4,709 4,944 5,192 5,451 5,724 6,010 6,310 273 O&M 01354-541000 Info Technology Charge 89,590 94,070 98,773 103,712 108,897 114,342 120,059 126,062 132,365 138,983 145,933 274 O&M 01354-541100 Bldg & Maint Dept Svc Fx 246,240 258,552 271,480 285,054 299,306 314,272 329,985 346,484 363,809 381,999 401,099 275 O&M 01354-541200 Custodial Service 48,300 50,715 53,251 55,913 58,709 61,644 64,727 67,963 71,361 74,929 78,676 276 O&M 01354-541600 Bldg & Maint-Variable 2,000 2,100 2,205 2,315 2,431 2,553 2,680 2,814 2,955 3,103 3,258 277 O&M 01354-542000 Employee Benefits-Fixed 3,960 4,158 4,366 4,584 4,813 5,054 5,307 5,572 5,851 6,143 6,450 278 O&M 01354-542200 Elec-Util Charges 800,000 826,000 850,780 876,303 902,593 929,670 957,560 986,287 1,015,876 1,046,352 1,077,743 279 O&M 01354-542300 Gas,Water & Sanitation Utl 125,000 129,063 132,934 136,922 141,030 145,261 149,619 154,107 158,731 163,493 168,397 280 O&M 01354-542500 Postage 500 516 532 548 564 581 598 616 635 654 674 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 281 O&M 01354-542800 Interfd Other Serv Chgs 33,710 35,396 37,165 39,024 40,975 43,023 45,175 47,433 49,805 52,295 54,910 282 O&M 01354-542900 Interfd Admin Service Chg 254,410 267,131 280,487 294,511 309,237 324,699 340,934 357,980 375,879 394,673 414,407 283 O&M 01354-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 284 O&M 01354-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 285 O&M 01354-543500 Dump Fee 500 516 532 548 564 581 598 616 635 654 674 286 O&M 01354-543700 Fees & Permits 7,800 8,054 8,295 8,544 8,800 9,064 9,336 9,616 9,905 10,202 10,508 287 O&M 01354-544100 Equipt Rental 65,000 67,113 69,126 71,200 73,336 75,536 77,802 80,136 82,540 85,016 87,567 288 O&M 01354-544600 Uniform Rental 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 289 O&M 01354-545100 Insurance 161,440 166,687 171,687 176,838 182,143 187,607 193,236 199,033 205,004 211,154 217,488 290 O&M 01354-546100 Ofc Equip Svc & Repair 250 258 266 274 282 291 299 308 317 327 337 291 O&M 01354-546200 Other Equip Svc & Repair 337,380 348,345 358,795 369,559 380,646 392,065 403,827 415,942 428,420 441,273 454,511 292 O&M 01354-547100 Uniforms-Employee 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 293 O&M 01354-547200 Travel Expense-Emp 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 294 O&M 01354-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 295 O&M 01354-547400 Meals-Employee 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 296 O&M 01354-550100 Office Supplies 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 297 O&M 01354-550400 Operating Supplies & Matls 803,500 829,614 854,502 880,137 906,541 933,738 961,750 990,602 1,020,320 1,050,930 1,082,458 298 O&M 01354-551000 Lab Chem Supplies 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 299 O&M 01354-551300 Small Tools & Implements 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 300 O&M 01354-551500 Medical Supplies 400 413 425 438 451 465 479 493 508 523 539 301 O&M 01354-551700 Bulk Chemicals 852,500 880,206 906,612 933,811 961,825 990,680 1,020,400 1,051,012 1,082,543 1,115,019 1,148,470 302 O&M 01354-557100 Memberships/Subs/Lic Emp 2,180 2,251 2,318 2,388 2,460 2,533 2,609 2,688 2,768 2,851 2,937 303 O&M 01354-557300 Training & Ref Employee 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 304 Total WET Marshall Street Plant 6,026,161$ 6,236,905$ 6,476,275$ 6,740,247$ 6,978,091$ 7,237,141$ 7,512,330$ 7,796,108$ 8,091,576$ 8,399,265$ 8,719,729$ WET Northeast PlantPersonnel Services 305 PS 01355-510100 Full Time Salaries & Wages 832,181 873,790 917,480 963,354 1,011,521 1,062,097 1,115,202 1,170,962 1,229,510 1,290,986 1,355,535 306 PS 01355-510400 Special Pay 6,820 7,161 7,519 7,895 8,290 8,704 9,139 9,596 10,076 10,580 11,109 307 PS 01355-510500 Overtime 76,000 79,800 83,790 87,980 92,378 96,997 101,847 106,940 112,287 117,901 123,796 308 PS 01355-510900 Special Acting Pay 2,840 2,982 3,131 3,288 3,452 3,625 3,806 3,996 4,196 4,406 4,626 309 PS 01355-520400 Major Medical Ins-Emp 169,236 181,421 195,028 209,655 225,379 242,282 260,453 279,987 300,986 323,560 347,827 310 PS 01355-520600 Social Security-Employee 12,504 13,129 13,786 14,475 15,199 15,959 16,757 17,594 18,474 19,398 20,368 311 PS 01355-520700 Emp Pension Plan 60,823 42,753 52,154 76,053 66,175 66,798 72,713 76,349 80,166 84,174 88,383 312 PS 01355-520900 Workers Compensation 9,440 9,912 10,408 10,928 11,474 12,048 12,651 13,283 13,947 14,645 15,377 313 PS 01355-522000 CWA Life 2,366 2,536 2,727 2,931 3,151 3,387 3,641 3,914 4,208 4,524 4,863 Operations and Maintenance 314 O&M 01355-530100 Professional Services 100,000 103,250 106,348 109,538 112,824 116,209 119,695 123,286 126,984 130,794 134,718 315 O&M 01355-530300 Other Contractual Serv 1,112,400 1,148,553 1,183,010 1,218,500 1,255,055 1,292,707 1,331,488 1,371,432 1,412,575 1,454,953 1,498,601 316 O&M 01355-530400 Lot Mowing 59,240 61,165 63,000 64,890 66,837 68,842 70,907 73,035 75,226 77,482 79,807 317 O&M 01355-540100 Garage Services 71,390 74,960 78,707 82,643 86,775 91,114 95,669 100,453 105,476 110,749 116,287 318 O&M 01355-540300 Telephone Service Variable 565 593 623 654 687 721 757 795 835 877 920 319 O&M 01355-540500 Radio Svc-Fixed 2,360 2,478 2,602 2,732 2,869 3,012 3,163 3,321 3,487 3,661 3,844 320 O&M 01355-540700 Postal Service 100 105 110 116 122 128 134 141 148 155 163 321 O&M 01355-540900 Risk Mgmt Service 3,320 3,486 3,660 3,843 4,035 4,237 4,449 4,672 4,905 5,150 5,408 322 O&M 01355-541000 Info Technology Charge 78,610 82,541 86,668 91,001 95,551 100,328 105,345 110,612 116,143 121,950 128,047 323 O&M 01355-541100 Bldg & Maint Dept Svc Fx 265,360 278,628 292,559 307,187 322,547 338,674 355,608 373,388 392,058 411,660 432,243 324 O&M 01355-541200 Custodial Service 16,380 17,199 18,059 18,962 19,910 20,905 21,951 23,048 24,201 25,411 26,681 325 O&M 01355-541600 Bldg & Maint-Variable 2,000 2,100 2,205 2,315 2,431 2,553 2,680 2,814 2,955 3,103 3,258 326 O&M 01355-542000 Employee Benefits-Fixed 3,394 3,564 3,742 3,929 4,125 4,332 4,548 4,776 5,014 5,265 5,528 327 O&M 01355-542200 Elec-Util Charges 1,000,000 1,032,500 1,063,475 1,095,379 1,128,241 1,162,088 1,196,950 1,232,859 1,269,845 1,307,940 1,347,178 328 O&M 01355-542300 Gas,Water & Sanitation Utl 150,000 154,875 159,521 164,307 169,236 174,313 179,543 184,929 190,477 196,191 202,077 329 O&M 01355-542500 Postage 700 723 744 767 790 813 838 863 889 916 943 330 O&M 01355-542800 Interfd Other Serv Chgs 34,000 35,700 37,485 39,359 41,327 43,394 45,563 47,841 50,233 52,745 55,382 331 O&M 01355-542900 Interfd Admin Service Chg 254,410 267,131 280,487 294,511 309,237 324,699 340,934 357,980 375,879 394,673 414,407 332 O&M 01355-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 333 O&M 01355-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 334 O&M 01355-543500 Dump Fee 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 335 O&M 01355-543700 Fees & Permits 7,025 7,253 7,471 7,695 7,926 8,164 8,409 8,661 8,921 9,188 9,464 336 O&M 01355-544100 Equipt Rental 100,000 103,250 106,348 109,538 112,824 116,209 119,695 123,286 126,984 130,794 134,718 337 O&M 01355-544600 Uniform Rental 12,500 12,906 13,293 13,692 14,103 14,526 14,962 15,411 15,873 16,349 16,840 338 O&M 01355-545100 Insurance 195,660 202,019 208,080 214,322 220,752 227,374 234,195 241,221 248,458 255,912 263,589 339 O&M 01355-546100 Ofc Equip Svc & Repair 500 516 532 548 564 581 598 616 635 654 674 340 O&M 01355-546200 Other Equip Svc & Repair 455,000 469,788 483,881 498,398 513,349 528,750 544,612 560,951 577,779 595,113 612,966 341 O&M 01355-547100 Uniforms-Employee 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 342 O&M 01355-547200 Travel Expense-Emp 3,600 3,717 3,829 3,943 4,062 4,184 4,309 4,438 4,571 4,709 4,850 343 O&M 01355-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 344 O&M 01355-547400 Meals-Employee 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 345 O&M 01355-550100 Office Supplies 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 346 O&M 01355-550400 Operating Supplies & Matls 500,000 516,250 531,738 547,690 564,120 581,044 598,475 616,429 634,922 653,970 673,589 347 O&M 01355-551000 Lab Chem Supplies 31,000 32,008 32,968 33,957 34,975 36,025 37,105 38,219 39,365 40,546 41,763 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 348 O&M 01355-551300 Small Tools & Implements 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 349 O&M 01355-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 350 O&M 01355-551700 Bulk Chemicals 976,250 1,007,978 1,038,217 1,069,364 1,101,445 1,134,488 1,168,523 1,203,579 1,239,686 1,276,877 1,315,183 351 O&M 01355-557100 Memberships/Subs/Lic Emp 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 352 O&M 01355-557300 Training & Ref Employee 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 353 Total WET Northeast Plant 6,631,674$ 6,863,190$ 7,120,587$ 7,402,297$ 7,660,477$ 7,939,852$ 8,235,684$ 8,540,897$ 8,858,471$ 9,188,958$ 9,532,941$ WET East PlantPersonnel Services 354 PS 01356-510100 Full Time Salaries & Wages 767,874 806,268 846,581 888,910 933,356 980,023 1,029,025 1,080,476 1,134,500 1,191,225 1,250,786 355 PS 01356-510400 Special Pay 6,820 7,161 7,519 7,895 8,290 8,704 9,139 9,596 10,076 10,580 11,109 356 PS 01356-510500 Overtime 130,000 136,500 143,325 150,491 158,016 165,917 174,212 182,923 192,069 201,673 211,756 357 PS 01356-520400 Major Medical Ins-Emp 129,080 138,374 148,752 159,908 171,901 184,794 198,653 213,552 229,569 246,787 265,296 358 PS 01356-520600 Social Security-Employee 12,551 13,179 13,837 14,529 15,256 16,019 16,820 17,661 18,544 19,471 20,444 359 PS 01356-520700 Emp Pension Plan 60,236 42,272 51,567 75,196 65,430 66,046 71,894 75,489 79,263 83,226 87,388 360 PS 01356-520900 Workers Compensation 7,870 8,264 8,677 9,111 9,566 10,044 10,547 11,074 11,628 12,209 12,819 361 PS 01356-522000 CWA Life 1,820 1,951 2,097 2,255 2,424 2,606 2,801 3,011 3,237 3,480 3,741 Operations and Maintenance362O&M 01356-530100 Professional Services 15,000 15,488 15,952 16,431 16,924 17,431 17,954 18,493 19,048 19,619 20,208 363 O&M 01356-530300 Other Contractual Serv 261,860 270,370 278,482 286,836 295,441 304,304 313,433 322,836 332,522 342,497 352,772 364 O&M 01356-530400 Lot Mowing 15,560 16,066 16,548 17,044 17,555 18,082 18,625 19,183 19,759 20,352 20,962 365 O&M 01356-540100 Garage Services 26,840 28,182 29,591 31,071 32,624 34,255 35,968 37,767 39,655 41,638 43,720 366 O&M 01356-540500 Radio Svc-Fixed 590 620 650 683 717 753 791 830 872 915 961 367 O&M 01356-540700 Postal Service 100 105 110 116 122 128 134 141 148 155 163 368 O&M 01356-540900 Risk Mgmt Service 2,767 2,905 3,051 3,203 3,363 3,531 3,708 3,893 4,088 4,293 4,507 369 O&M 01356-541000 Info Technology Charge 58,230 61,142 64,199 67,409 70,779 74,318 78,034 81,935 86,032 90,334 94,851 370 O&M 01356-541100 Bldg & Maint Dept Svc Fx 92,590 97,220 102,080 107,184 112,544 118,171 124,079 130,283 136,798 143,637 150,819 371 O&M 01356-541200 Custodial Service 7,410 7,781 8,170 8,578 9,007 9,457 9,930 10,427 10,948 11,495 12,070 372 O&M 01356-541600 Bldg & Maint-Variable 2,000 2,100 2,205 2,315 2,431 2,553 2,680 2,814 2,955 3,103 3,258 373 O&M 01356-542000 Employee Benefits-Fixed 2,828 2,969 3,118 3,274 3,437 3,609 3,790 3,979 4,178 4,387 4,607 374 O&M 01356-542200 Elec-Util Charges 425,000 438,813 451,977 465,536 479,502 493,887 508,704 523,965 539,684 555,875 572,551 375 O&M 01356-542300 Gas,Water & Sanitation Utl 35,000 36,138 37,222 38,338 39,488 40,673 41,893 43,150 44,445 45,778 47,151 376 O&M 01356-542500 Postage 500 516 532 548 564 581 598 616 635 654 674 377 O&M 01356-542800 Interfd Other Serv Chgs 25,920 27,216 28,577 30,006 31,506 33,081 34,735 36,472 38,296 40,210 42,221 378 O&M 01356-542900 Interfd Admin Service Chg 195,700 205,485 215,759 226,547 237,875 249,768 262,257 275,370 289,138 303,595 318,775 379 O&M 01356-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 380 O&M 01356-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 381 O&M 01356-543500 Dump Fee 500 516 532 548 564 581 598 616 635 654 674 382 O&M 01356-543700 Fees & Permits 6,500 6,711 6,913 7,120 7,334 7,554 7,780 8,014 8,254 8,502 8,757 383 O&M 01356-544100 Equipt Rental 30,000 30,975 31,904 32,861 33,847 34,863 35,909 36,986 38,095 39,238 40,415 384 O&M 01356-544600 Uniform Rental 6,000 6,195 6,381 6,572 6,769 6,973 7,182 7,397 7,619 7,848 8,083 385 O&M 01356-545100 Insurance 67,200 69,384 71,466 73,609 75,818 78,092 80,435 82,848 85,334 87,894 90,530 386 O&M 01356-546100 Ofc Equip Svc & Repair 250 258 266 274 282 291 299 308 317 327 337 387 O&M 01356-546200 Other Equip Svc & Repair 160,000 165,200 170,156 175,261 180,519 185,934 191,512 197,257 203,175 209,270 215,549 388 O&M 01356-547100 Uniforms-Employee 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 389 O&M 01356-547200 Travel Expense-Emp 1,600 1,652 1,702 1,753 1,805 1,859 1,915 1,973 2,032 2,093 2,155 390 O&M 01356-547300 Mileage Reimbursement 250 258 266 274 282 291 299 308 317 327 337 391 O&M 01356-547400 Meals-Employee 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 392 O&M 01356-550100 Office Supplies 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 393 O&M 01356-550400 Operating Supplies & Matls 300,000 309,750 319,043 328,614 338,472 348,626 359,085 369,858 380,953 392,382 404,153 394 O&M 01356-551000 Lab Chem Supplies 50,000 51,625 53,174 54,769 56,412 58,104 59,848 61,643 63,492 65,397 67,359 395 O&M 01356-551300 Small Tools & Implements 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 396 O&M 01356-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 397 O&M 01356-551700 Bulk Chemicals 320,000 330,400 340,312 350,521 361,037 371,868 383,024 394,515 406,350 418,541 431,097 398 O&M 01356-557100 Memberships/Subs/Lic Emp 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 399 O&M 01356-557300 Training & Ref Employee 6,000 6,195 6,381 6,572 6,769 6,973 7,182 7,397 7,619 7,848 8,083 400 Total WET East Plant 3,244,446$ 3,358,591$ 3,501,832$ 3,665,306$ 3,801,567$ 3,954,689$ 4,119,837$ 4,289,852$ 4,467,516$ 4,653,201$ 4,847,302$ Water DistributionPersonnel Services401PS02051-510100 Full Time Salaries & Wages 2,354,767 2,472,505 2,596,131 2,725,937 2,862,234 3,005,346 3,155,613 3,313,394 3,479,063 3,653,016 3,835,667 402 PS 02051-510400 Special Pay 41,320 43,386 45,555 47,833 50,225 52,736 55,373 58,141 61,048 64,101 67,306 403 PS 02051-510500 Overtime 142,000 149,100 156,555 164,383 172,602 181,232 190,294 199,808 209,799 220,289 231,303 404 PS 02051-520100 Life Ins $2500 Empl & Pens 18 19 21 22 24 26 28 30 32 34 37 405 PS 02051-520300 Samp Life Insurance 674 723 777 835 898 965 1,037 1,115 1,199 1,289 1,385 406 PS 02051-520400 Major Medical Ins-Emp 484,759 519,662 558,636 600,534 645,574 693,992 746,042 801,995 862,144 926,805 996,315 407 PS 02051-520600 Social Security-Employee 40,072 42,076 44,179 46,388 48,708 51,143 53,700 56,385 59,205 62,165 65,273 408 PS 02051-520700 Emp Pension Plan 167,187 118,592 144,669 210,959 183,561 185,289 201,696 211,781 222,370 233,488 245,163 409 PS 02051-520900 Workers Compensation 20,400 21,420 22,491 23,616 24,796 26,036 27,338 28,705 30,140 31,647 33,229 410 PS 02051-521000 Disability Insurance 347 372 400 430 462 497 534 574 617 663 713 411 PS 02051-522000 CWA Life 6,552 7,024 7,551 8,117 8,726 9,380 10,083 10,840 11,653 12,527 13,466 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Operations and Maintenance412O&M 02051-530100 Professional Services 45,000 46,463 47,856 49,292 50,771 52,294 53,863 55,479 57,143 58,857 60,623 413 O&M 02051-530300 Other Contractual Serv 25,400 26,226 27,012 27,823 28,657 29,517 30,403 31,315 32,254 33,222 34,218 414 O&M 02051-540100 Garage Services 483,070 507,224 532,585 559,214 587,175 616,533 647,360 679,728 713,714 749,400 786,870 415 O&M 02051-540300 Telephone Service Variable 9,605 10,085 10,590 11,119 11,675 12,259 12,872 13,515 14,191 14,901 15,646 416 O&M 02051-540400 Messenger Service 1,636 1,718 1,804 1,894 1,989 2,088 2,192 2,302 2,417 2,538 2,665 417 O&M 02051-540500 Radio Svc-Fixed 26,190 27,500 28,874 30,318 31,834 33,426 35,097 36,852 38,695 40,629 42,661 418 O&M 02051-540900 Risk Mgmt Service 10,237 10,749 11,286 11,851 12,443 13,065 13,719 14,404 15,125 15,881 16,675 419 O&M 02051-541000 Info Technology Charge 268,220 281,631 295,713 310,498 326,023 342,324 359,440 377,412 396,283 416,097 436,902 420 O&M 02051-541500 Garage Variable 50,000 52,500 55,125 57,881 60,775 63,814 67,005 70,355 73,873 77,566 81,445 421 O&M 02051-541600 Bldg & Maint-Variable 1,000 1,050 1,103 1,158 1,216 1,276 1,340 1,407 1,477 1,551 1,629 422 O&M 02051-541800 Administrative Charge 1,185,850 1,245,143 1,307,400 1,372,770 1,441,408 1,513,478 1,589,152 1,668,610 1,752,041 1,839,643 1,931,625 423 O&M 02051-542000 Employee Benefits-Fixed 10,465 10,988 11,538 12,115 12,720 13,356 14,024 14,725 15,462 16,235 17,046 424 O&M 02051-542100 Telephone-Util Chgs 4,500 4,646 4,786 4,929 5,077 5,229 5,386 5,548 5,714 5,886 6,062 425 O&M 02051-542500 Postage 100 103 106 110 113 116 120 123 127 131 135 426 O&M 02051-542700 Interfd Svc Chg-Other Fund 112,160 117,768 123,656 129,839 136,331 143,148 150,305 157,820 165,711 173,997 182,697 427 O&M 02051-542800 Interfd Other Serv Chgs 272,410 286,031 300,332 315,349 331,116 347,672 365,055 383,308 402,474 422,597 443,727 428 O&M 02051-542900 Interfd Admin Service Chg 743,650 780,833 819,874 860,868 903,911 949,107 996,562 1,046,390 1,098,710 1,153,645 1,211,327 429 O&M 02051-543100 Advertising 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 430 O&M 02051-543200 Other Promotion Activity 45,000 46,463 47,856 49,292 50,771 52,294 53,863 55,479 57,143 58,857 60,623 431 O&M 02051-543400 Printing & Binding 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 432 O&M 02051-543700 Fees & Permits 2,200 2,272 2,340 2,410 2,482 2,557 2,633 2,712 2,794 2,877 2,964 433 O&M 02051-544100 Equipt Rental 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 434 O&M 02051-544600 Uniform Rental 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 435 O&M 02051-545100 Insurance 382,700 395,138 406,992 419,202 431,778 444,731 458,073 471,815 485,970 500,549 515,565 436 O&M 02051-546200 Other Equip Svc & Repair 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 437 O&M 02051-546900 R & R Infrastructure 120,000 123,900 127,617 131,446 135,389 139,451 143,634 147,943 152,381 156,953 161,661 438 O&M 02051-547100 Uniforms-Employee 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 439 O&M 02051-547200 Travel Expense-Emp 7,500 7,744 7,976 8,215 8,462 8,716 8,977 9,246 9,524 9,810 10,104 440 O&M 02051-547300 Mileage Reimbursement 250 258 266 274 282 291 299 308 317 327 337 441 O&M 02051-547400 Meals-Employee 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 442 O&M 02051-550100 Office Supplies 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 443 O&M 02051-550400 Operating Supplies & Matls 558,000 576,135 593,419 611,222 629,558 648,445 667,898 687,935 708,573 729,831 751,725 444 O&M 02051-551000 Lab Chem Supplies 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 445 O&M 02051-551300 Small Tools & Implements 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 446 O&M 02051-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 447 O&M 02051-557100 Memberships/Subs/Lic Emp 10,320 10,655 10,975 11,304 11,643 11,993 12,353 12,723 13,105 13,498 13,903 448 O&M 02051-557300 Training & Ref Employee 31,405 32,426 33,398 34,400 35,432 36,495 37,590 38,718 39,879 41,076 42,308 Capital Outlay 449 CO 02051-591000 Contrib To Garage Fund 20,000 21,000 22,050 23,153 24,310 25,526 26,802 28,142 29,549 31,027 32,578 450 CO 02051-571500 Principal-Interfund Loans 25,290 25,290 25,290 25,290 25,290 25,290 25,290 25,290 25,290 25,290 25,290 451 CO 02051-572200 Interest Other 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 30,000 452 CO 02051-572500 Interest-Interfund Loans 1,800 1,800 1,800 1,800 1,800 1,800 1,800 1,800 1,800 1,800 1,800 453 Total Water Distribution 7,826,554$ 8,145,859$ 8,556,447$ 9,026,647$ 9,423,577$ 9,871,128$ 10,355,988$ 10,858,351$ 11,386,308$ 11,941,215$ 12,524,506$ Water SupplyPersonnel Services454PS02053-510100 Full Time Salaries & Wages 353,258 370,921 389,467 408,940 429,387 450,857 473,400 497,069 521,923 548,019 575,420 455 PS 02053-510400 Special Pay 2,600 2,730 2,867 3,010 3,160 3,318 3,484 3,658 3,841 4,033 4,235 456 PS 02053-510500 Overtime 5,000 5,250 5,513 5,788 6,078 6,381 6,700 7,036 7,387 7,757 8,144 457 PS 02053-520100 Life Ins $2500 Empl & Pens 18 19 21 22 24 26 28 30 32 34 37 458 PS 02053-520300 Samp Life Insurance 726 778 837 899 967 1,039 1,117 1,201 1,291 1,388 1,492 459 PS 02053-520400 Major Medical Ins-Emp 60,228 64,564 69,407 74,612 80,208 86,224 92,691 99,642 107,116 115,149 123,785 460 PS 02053-520600 Social Security-Employee 4,790 5,030 5,281 5,545 5,822 6,113 6,419 6,740 7,077 7,431 7,802 461 PS 02053-520700 Emp Pension Plan 24,599 16,861 20,569 29,994 26,098 26,344 28,677 30,110 31,616 33,197 34,857 462 PS 02053-520900 Workers Compensation 1,830 1,922 2,018 2,118 2,224 2,336 2,452 2,575 2,704 2,839 2,981 463 PS 02053-521000 Disability Insurance 324 347 373 401 431 464 499 536 576 619 666 464 PS 02053-522000 CWA Life 364 390 419 451 485 521 560 602 647 696 748 Operations and Maintenance465O&M 02053-530100 Professional Services 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 466 O&M 02053-530300 Other Contractual Serv 80,000 82,600 85,078 87,630 90,259 92,967 95,756 98,629 101,588 104,635 107,774 467 O&M 02053-530400 Lot Mowing 14,320 14,785 15,229 15,686 16,156 16,641 17,140 17,655 18,184 18,730 19,292 468 PWC 02053-531100 Inv Purchase-Resale 8,111,706 7,717,281 7,996,170 8,283,084 8,578,101 8,881,283 4,470,633 3,718,611 3,904,541 4,099,768 4,304,757 469 O&M 02053-540100 Garage Services 18,530 19,457 20,429 21,451 22,523 23,649 24,832 26,074 27,377 28,746 30,183 470 O&M 02053-540300 Telephone Service Variable 5,085 5,339 5,606 5,887 6,181 6,490 6,814 7,155 7,513 7,889 8,283 471 O&M 02053-540500 Radio Svc-Fixed 590 620 650 683 717 753 791 830 872 915 961 472 O&M 02053-540900 Risk Mgmt Service 1,107 1,162 1,220 1,281 1,346 1,413 1,483 1,558 1,636 1,717 1,803 473 O&M 02053-541000 Info Technology Charge 108,980 114,429 120,150 126,158 132,466 139,089 146,044 153,346 161,013 169,064 177,517 474 O&M 02053-541100 Bldg & Maint Dept Svc Fx 4,690 4,925 5,171 5,429 5,701 5,986 6,285 6,599 6,929 7,276 7,640 475 O&M 02053-541500 Garage Variable 20,000 21,000 22,050 23,153 24,310 25,526 26,802 28,142 29,549 31,027 32,578 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 476 O&M 02053-542000 Employee Benefits-Fixed 1,131 1,188 1,247 1,309 1,375 1,443 1,516 1,591 1,671 1,755 1,842 477 O&M 02053-542200 Elec-Util Charges 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 478 O&M 02053-542700 Interfd Svc Chg-Other Fund 22,520 23,646 24,828 26,070 27,373 28,742 30,179 31,688 33,272 34,936 36,683 479 O&M 02053-542800 Interfd Other Serv Chgs 10,380 10,899 11,444 12,016 12,617 13,248 13,910 14,606 15,336 16,103 16,908 480 O&M 02053-542900 Interfd Admin Service Chg 78,280 82,194 86,304 90,619 95,150 99,907 104,903 110,148 115,655 121,438 127,510 481 O&M 02053-543100 Advertising 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 482 O&M 02053-543200 Other Promotion Activity 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 483 O&M 02053-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 484 O&M 02053-543700 Fees & Permits 6,075 6,272 6,461 6,654 6,854 7,060 7,271 7,490 7,714 7,946 8,184 485 O&M 02053-544100 Equipt Rental 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 486 O&M 02053-544600 Uniform Rental 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 487 O&M 02053-545100 Insurance 138,800 143,311 147,610 152,039 156,600 161,298 166,137 171,121 176,254 181,542 186,988 488 O&M 02053-547100 Uniforms-Employee 900 929 957 986 1,015 1,046 1,077 1,110 1,143 1,177 1,212 489 O&M 02053-547200 Travel Expense-Emp 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 490 O&M 02053-547300 Mileage Reimbursement 100 103 106 110 113 116 120 123 127 131 135 491 O&M 02053-547400 Meals-Employee 100 103 106 110 113 116 120 123 127 131 135 492 O&M 02053-550100 Office Supplies 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 493 O&M 02053-550400 Operating Supplies & Matls 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 494 O&M 02053-551000 Lab Chem Supplies 2,500 2,581 2,659 2,738 2,821 2,905 2,992 3,082 3,175 3,270 3,368 495 O&M 02053-551300 Small Tools & Implements 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 496 O&M 02053-551500 Medical Supplies 500 516 532 548 564 581 598 616 635 654 674 497 O&M 02053-557100 Memberships/Subs/Lic Emp 2,250 2,323 2,393 2,465 2,539 2,615 2,693 2,774 2,857 2,943 3,031 498 O&M 02053-557300 Training & Ref Employee 2,350 2,426 2,499 2,574 2,651 2,731 2,813 2,897 2,984 3,074 3,166 499 Total Water Supply 9,149,631$ 8,794,016$ 9,124,797$ 9,471,660$ 9,815,765$ 10,174,764$ 5,824,738$ 5,135,303$ 5,386,903$ 5,651,044$ 5,928,358$ City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Reclaimed WaterPersonnel Services 500 PS 02054-510100 Full Time Salaries & Wages 926,295 972,610 1,021,240 1,072,302 1,125,917 1,182,213 1,241,324 1,303,390 1,368,560 1,436,988 1,508,837 501 PS 02054-510400 Special Pay 20,660 21,693 22,778 23,917 25,112 26,368 27,686 29,071 30,524 32,050 33,653 502 PS 02054-510500 Overtime 49,000 51,450 54,023 56,724 59,560 62,538 65,665 68,948 72,395 76,015 79,816 503 PS 02054-520100 Life Ins $2500 Empl & Pens 9 10 10 11 12 13 14 15 16 17 18 504 PS 02054-520300 Samp Life Insurance 350 375 403 434 466 501 539 579 622 669 719 505 PS 02054-520400 Major Medical Ins-Emp 194,340 208,332 223,957 240,754 258,811 278,222 299,088 321,520 345,634 371,556 399,423 506 PS 02054-520600 Social Security-Employee 13,777 14,466 15,189 15,949 16,746 17,583 18,462 19,386 20,355 21,373 22,441 507 PS 02054-520700 Emp Pension Plan 67,419 46,536 56,769 82,781 72,030 72,708 79,146 83,104 87,259 91,622 96,203 508 PS 02054-520900 Workers Compensation 15,800 16,590 17,420 18,290 19,205 20,165 21,174 22,232 23,344 24,511 25,737 509 PS 02054-522000 CWA Life 2,548 2,731 2,936 3,157 3,393 3,648 3,921 4,215 4,532 4,871 5,237 Operations and Maintenance510O&M 02054-530100 Professional Services 20,000 20,650 21,270 21,908 22,565 23,242 23,939 24,657 25,397 26,159 26,944 511 O&M 02054-530300 Other Contractual Serv 5,560 5,741 5,913 6,090 6,273 6,461 6,655 6,855 7,060 7,272 7,490 512 O&M 02054-540100 Garage Services 95,000 99,750 104,738 109,974 115,473 121,247 127,309 133,675 140,358 147,376 154,745 513 O&M 02054-540300 Telephone Service Variable 5,650 5,933 6,229 6,541 6,868 7,211 7,572 7,950 8,348 8,765 9,203 514 O&M 02054-540500 Radio Svc-Fixed 10,020 10,521 11,047 11,599 12,179 12,788 13,428 14,099 14,804 15,544 16,322 515 O&M 02054-540900 Risk Mgmt Service 4,150 4,358 4,575 4,804 5,044 5,297 5,561 5,839 6,131 6,438 6,760 516 O&M 02054-541000 Info Technology Charge 121,250 127,313 133,678 140,362 147,380 154,749 162,487 170,611 179,141 188,099 197,503 517 O&M 02054-541500 Garage Variable 20,000 21,000 22,050 23,153 24,310 25,526 26,802 28,142 29,549 31,027 32,578 518 O&M 02054-541800 Administrative Charge 290,870 305,414 320,684 336,718 353,554 371,232 389,794 409,283 429,747 451,235 473,797 519 O&M 02054-542000 Employee Benefits-Fixed 4,243 4,455 4,678 4,912 5,157 5,415 5,686 5,970 6,269 6,582 6,911 520 O&M 02054-542500 Postage 100 103 106 110 113 116 120 123 127 131 135 521 O&M 02054-542800 Interfd Other Serv Chgs 38,890 40,835 42,876 45,020 47,271 49,635 52,116 54,722 57,458 60,331 63,348 522 O&M 02054-542900 Interfd Admin Service Chg 293,550 308,228 323,639 339,821 356,812 374,652 393,385 413,054 433,707 455,392 478,162 523 O&M 02054-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 524 O&M 02054-543400 Printing & Binding 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 525 O&M 02054-543900 Other Refunds 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 526 O&M 02054-544600 Uniform Rentals 13,000 13,423 13,825 14,240 14,667 15,107 15,560 16,027 16,508 17,003 17,513 527 O&M 02054-545100 Insurance 311,140 321,252 330,890 340,816 351,041 361,572 372,419 383,592 395,100 406,952 419,161 528 O&M 02054-546200 Other Equip Svc & Repair 2,400 2,478 2,552 2,629 2,708 2,789 2,873 2,959 3,048 3,139 3,233 529 O&M 02054-547100 Uniforms-Employee 6,000 6,195 6,381 6,572 6,769 6,973 7,182 7,397 7,619 7,848 8,083 530 O&M 02054-547200 Travel Expense-Emp 4,150 4,285 4,413 4,546 4,682 4,823 4,967 5,116 5,270 5,428 5,591 531 O&M 02054-547300 Mileage Reimbursement 300 310 319 329 338 349 359 370 381 392 404 532 O&M 02054-547400 Meals-Employee 550 568 585 602 621 639 658 678 698 719 741 533 O&M 02054-550100 Office Supplies 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 534 O&M 02054-550400 Operating Supplies & Matls 150,000 154,875 159,521 164,307 169,236 174,313 179,543 184,929 190,477 196,191 202,077 535 O&M 02054-551300 Small Tools & Implements 12,000 12,390 12,762 13,145 13,539 13,945 14,363 14,794 15,238 15,695 16,166 536 O&M 02054-551500 Medical Supplies 800 826 851 876 903 930 958 986 1,016 1,046 1,078 537 O&M 02054-557100 Memberships/Subs/Lic Emp 1,090 1,125 1,159 1,194 1,230 1,267 1,305 1,344 1,384 1,426 1,468 538 O&M 02054-557300 Training & Ref Employee 15,000 15,488 15,952 16,431 16,924 17,431 17,954 18,493 19,048 19,619 20,208 Capital Outlay539CO02054-572200 Interest Other 500 500 500 500 500 500 500 500 500 500 500 540 Total Reclaimed Water 2,720,911$ 2,827,452$ 2,970,704$ 3,136,446$ 3,272,487$ 3,427,396$ 3,595,900$ 3,770,174$ 3,953,339$ 4,145,869$ 4,348,267$ Water Supply RO 1Personnel Services541PS02056-510100 Full Time Salaries & Wages 501,584 526,663 552,996 580,646 609,678 640,162 672,171 705,779 741,068 778,121 817,027 542 PS 02056-510400 Special Pay 30,990 32,540 34,166 35,875 37,669 39,552 41,530 43,606 45,786 48,076 50,479 543 PS 02056-510500 Overtime 48,000 50,400 52,920 55,566 58,344 61,262 64,325 67,541 70,918 74,464 78,187 544 PS 02056-520400 Major Medical Ins-Emp 92,504 99,164 106,602 114,597 123,191 132,431 142,363 153,040 164,518 176,857 190,122 545 PS 02056-520600 Social Security-Employee 7,889 8,283 8,698 9,133 9,589 10,069 10,572 11,101 11,656 12,238 12,850 546 PS 02056-520700 Emp Pension Plan 37,590 27,127 33,092 48,256 41,989 42,384 46,137 48,444 50,866 53,409 56,080 547 PS 02056-520900 Workers Compensation 3,670 3,854 4,046 4,248 4,461 4,684 4,918 5,164 5,422 5,693 5,978 548 PS 02056-522000 CWA Life 1,274 1,366 1,468 1,578 1,697 1,824 1,961 2,108 2,266 2,436 2,618 Operations and Maintenance 549 O&M 02056-530100 Professional Services 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 550 O&M 02056-530300 Other Contractual Serv 198,600 205,055 211,206 217,542 224,069 230,791 237,714 244,846 252,191 259,757 267,550 551 O&M 02056-530400 Lot Mowing 13,960 14,414 14,846 15,291 15,750 16,223 16,709 17,211 17,727 18,259 18,807 552 O&M 02056-540100 Garage Services 19,330 20,297 21,311 22,377 23,496 24,671 25,904 27,199 28,559 29,987 31,487 553 O&M 02056-540300 Telephone Service Variable 1,130 1,187 1,246 1,308 1,374 1,442 1,514 1,590 1,670 1,753 1,841 554 O&M 02056-540500 Radio Svc-Fixed 1,770 1,859 1,951 2,049 2,151 2,259 2,372 2,491 2,615 2,746 2,883 555 O&M 02056-540900 Risk Mgmt Service 2,214 2,325 2,441 2,563 2,691 2,826 2,967 3,115 3,271 3,435 3,606 556 O&M 02056-541000 Info Technology Charge 59,740 62,727 65,863 69,157 72,614 76,245 80,057 84,060 88,263 92,676 97,310 557 O&M 02056-541100 Bldg & Maint Dept Svc Fx 72,720 76,356 80,174 84,182 88,392 92,811 97,452 102,324 107,441 112,813 118,453 558 O&M 02056-541200 Custodial Service 7,870 8,264 8,677 9,111 9,566 10,044 10,547 11,074 11,628 12,209 12,819 559 O&M 02056-541600 Bldg & Maint-Variable 80 84 88 93 97 102 107 113 118 124 130 560 O&M 02056-542000 Employee Benefits-Fixed 2,263 2,376 2,495 2,620 2,751 2,888 3,033 3,184 3,343 3,511 3,686 561 O&M 02056-542200 Elec-Util Charges 700,000 722,750 744,433 766,765 789,768 813,461 837,865 863,001 888,891 915,558 943,025 562 O&M 02056-542300 Gas,Water & Sanitation Utl 5,500 5,679 5,849 6,025 6,205 6,391 6,583 6,781 6,984 7,194 7,409 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 563 O&M 02056-542500 Postage 200 207 213 219 226 232 239 247 254 262 269 564 O&M 02056-542800 Interfd Other Serv Chgs 18,150 19,058 20,010 21,011 22,061 23,165 24,323 25,539 26,816 28,157 29,564 565 O&M 02056-542900 Interfd Admin Service Chg 136,990 143,840 151,031 158,583 166,512 174,838 183,580 192,759 202,397 212,516 223,142 566 O&M 02056-543100 Advertising 500 516 532 548 564 581 598 616 635 654 674 567 O&M 02056-543200 Other Promotion Activity 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 568 O&M 02056-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 569 O&M 02056-543500 Dump Fee 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 570 O&M 02056-544100 Equipt Rental 7,500 7,744 7,976 8,215 8,462 8,716 8,977 9,246 9,524 9,810 10,104 571 O&M 02056-544600 Uniform Rental 6,000 6,195 6,381 6,572 6,769 6,973 7,182 7,397 7,619 7,848 8,083 572 O&M 02056-545100 Insurance 4,000 4,130 4,254 4,382 4,513 4,648 4,788 4,931 5,079 5,232 5,389 573 O&M 02056-546200 Other Equip Svc & Repair 60,000 61,950 63,809 65,723 67,694 69,725 71,817 73,972 76,191 78,476 80,831 574 O&M 02056-547100 Uniforms-Employee 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 575 O&M 02056-547200 Travel Expense-Emp 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 576 O&M 02056-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 577 O&M 02056-547400 Meals-Employee 200 207 213 219 226 232 239 247 254 262 269 578 O&M 02056-550100 Office Supplies 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 579 O&M 02056-550400 Operating Supplies & Matls 485,000 500,763 515,785 531,259 547,197 563,613 580,521 597,937 615,875 634,351 653,381 580 O&M 02056-551000 Lab Chem Supplies 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 581 O&M 02056-551300 Small Tools & Implements 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 582 O&M 02056-551500 Medical Supplies 200 207 213 219 226 232 239 247 254 262 269 583 O&M 02056-551700 Bulk Chemicals 485,000 500,763 515,785 531,259 547,197 563,613 580,521 597,937 615,875 634,351 653,381 584 O&M 02056-557100 Memberships/Subs/Lic Emp 750 774 798 822 846 872 898 925 952 981 1,010 585 O&M 02056-557300 Training & Ref Employee 6,025 6,221 6,407 6,600 6,798 7,002 7,212 7,428 7,651 7,880 8,117 586 Total Water Supply RO 1 3,075,893$ 3,183,881$ 3,308,275$ 3,446,719$ 3,568,804$ 3,702,853$ 3,845,802$ 3,993,101$ 4,146,577$ 4,306,516$ 4,473,218$ Water Supply RO 2Personnel Services 587 PS 02057-510100 Full Time Salaries & Wages 576,765 605,603 635,883 667,678 701,061 736,115 772,920 811,566 852,145 894,752 939,489 588 PS 02057-510400 Special Pay 30,990 32,540 34,166 35,875 37,669 39,552 41,530 43,606 45,786 48,076 50,479 589 PS 02057-510500 Overtime 48,000 50,400 52,920 55,566 58,344 61,262 64,325 67,541 70,918 74,464 78,187 590 PS 02057-520400 Major Medical Ins-Emp 108,996 116,844 125,607 135,028 145,155 156,041 167,744 180,325 193,849 208,388 224,017 591 PS 02057-520600 Social Security-Employee 9,007 9,457 9,930 10,427 10,948 11,495 12,070 12,674 13,307 13,973 14,671 592 PS 02057-520700 Emp Pension Plan 42,774 30,640 37,378 54,505 47,426 47,872 52,111 54,717 57,453 60,325 63,342 593 PS 02057-520900 Workers Compensation 3,670 3,854 4,046 4,248 4,461 4,684 4,918 5,164 5,422 5,693 5,978 594 PS 02057-522000 CWA Life 1,456 1,561 1,678 1,804 1,939 2,084 2,241 2,409 2,589 2,784 2,992 Operations and Maintenance595O&M 02057-530100 Professional Services 26,000 26,845 27,650 28,480 29,334 30,214 31,121 32,054 33,016 34,006 35,027 596 O&M 02057-530300 Other Contractual Serv 199,800 206,294 212,482 218,857 225,422 232,185 239,151 246,325 253,715 261,326 269,166 597 O&M 02057-530400 Lot Mowing 11,560 11,936 12,294 12,663 13,042 13,434 13,837 14,252 14,679 15,120 15,573 598 O&M 02057-540100 Garage Services 32,240 33,852 35,545 37,322 39,188 41,147 43,205 45,365 47,633 50,015 52,516 599 O&M 02057-540300 Telephone Service Variable 565 593 623 654 687 721 757 795 835 877 920 600 O&M 02057-540500 Radio Svc-Fixed 1,770 1,859 1,951 2,049 2,151 2,259 2,372 2,491 2,615 2,746 2,883 601 O&M 02057-540700 Postal Service 100 105 110 116 122 128 134 141 148 155 163 602 O&M 02057-540900 Risk Mgmt Service 2,214 2,325 2,441 2,563 2,691 2,826 2,967 3,115 3,271 3,435 3,606 603 O&M 02057-541000 Info Technology Charge 46,360 48,678 51,112 53,667 56,351 59,168 62,127 65,233 68,495 71,920 75,516 604 O&M 02057-541100 Bldg & Maint Dept Svc Fx 93,360 98,028 102,929 108,076 113,480 119,154 125,111 131,367 137,935 144,832 152,074 605 O&M 02057-541200 Custodial Service 7,870 8,264 8,677 9,111 9,566 10,044 10,547 11,074 11,628 12,209 12,819 606 O&M 02057-541600 Bldg & Maint-Variable 1,000 1,050 1,103 1,158 1,216 1,276 1,340 1,407 1,477 1,551 1,629 607 O&M 02057-542000 Employee Benefits-Fixed 2,263 2,376 2,495 2,620 2,751 2,888 3,033 3,184 3,343 3,511 3,686 608 O&M 02057-542200 Elec-Util Charges 500,000 516,250 531,738 547,690 564,120 581,044 598,475 616,429 634,922 653,970 673,589 609 O&M 02057-542300 Gas,Water & Sanitation Utl 50,000 51,625 53,174 54,769 56,412 58,104 59,848 61,643 63,492 65,397 67,359 610 O&M 02057-542500 Postage 400 413 425 438 451 465 479 493 508 523 539 611 O&M 02057-542800 Interfd Other Serv Chgs 20,730 21,767 22,855 23,998 25,197 26,457 27,780 29,169 30,628 32,159 33,767 612 O&M 02057-542900 Interfd Admin Service Chg 156,560 164,388 172,607 181,238 190,300 199,815 209,805 220,296 231,310 242,876 255,020 613 O&M 02057-543100 Advertising 200 207 213 219 226 232 239 247 254 262 269 614 O&M 02057-543200 Other Promotion Activity 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 615 O&M 02057-543400 Printing & Binding 500 516 532 548 564 581 598 616 635 654 674 616 O&M 02057-543700 Fees & Permits 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 617 O&M 02057-544100 Equipt Rental 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 618 O&M 02057-544600 Uniform Rental 7,000 7,228 7,444 7,668 7,898 8,135 8,379 8,630 8,889 9,156 9,430 619 O&M 02057-545100 Insurance 5,640 5,823 5,998 6,178 6,363 6,554 6,751 6,953 7,162 7,377 7,598 620 O&M 02057-546200 Other Equip Svc & Repair 50,000 51,625 53,174 54,769 56,412 58,104 59,848 61,643 63,492 65,397 67,359 621 O&M 02057-547100 Uniforms-Employee 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 622 O&M 02057-547200 Travel Expense-Emp 1,800 1,859 1,914 1,972 2,031 2,092 2,155 2,219 2,286 2,354 2,425 623 O&M 02057-547300 Mileage Reimbursement 200 207 213 219 226 232 239 247 254 262 269 624 O&M 02057-547400 Meals-Employee 300 310 319 329 338 349 359 370 381 392 404 625 O&M 02057-550100 Office Supplies 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 626 O&M 02057-550400 Operating Supplies & Matls 330,000 340,725 350,947 361,475 372,319 383,489 394,994 406,843 419,049 431,620 444,569 627 O&M 02057-551000 Lab Chem Supplies 25,000 25,813 26,587 27,384 28,206 29,052 29,924 30,821 31,746 32,699 33,679 628 O&M 02057-551300 Small Tools & Implements 3,000 3,098 3,190 3,286 3,385 3,486 3,591 3,699 3,810 3,924 4,042 629 O&M 02057-551500 Medical Supplies 200 207 213 219 226 232 239 247 254 262 269 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 630 O&M 02057-551700 Bulk Chemicals 450,000 464,625 478,564 492,921 507,708 522,940 538,628 554,787 571,430 588,573 606,230 631 O&M 02057-557100 Memberships/Subs/Lic Emp 1,620 1,673 1,723 1,775 1,828 1,883 1,939 1,997 2,057 2,119 2,182 632 O&M 02057-557300 Training & Ref Employee 6,250 6,453 6,647 6,846 7,052 7,263 7,481 7,705 7,937 8,175 8,420 Capital Outlay 633 Total Water Supply RO 2 2,875,160$ 2,977,527$ 3,099,702$ 3,237,215$ 3,355,702$ 3,487,139$ 3,628,052$ 3,773,284$ 3,924,883$ 4,083,157$ 4,248,426$ Water Supply RO 3Personnel Services634PS02058-510100 Salaries & Wages-Full Time 73,389 77,058 80,911 84,957 89,205 93,665 98,348 103,266 108,429 113,850 119,543 635 PS 02058-510400 Special Pay 3,900 4,095 4,300 4,515 4,740 4,977 5,226 5,488 5,762 6,050 6,353 636 PS 02058-520400 Major Medical Insurance 12,192 13,070 14,050 15,104 16,237 17,454 18,763 20,171 21,683 23,310 25,058 637 PS 02058-520600 Social Security 1,023 1,074 1,128 1,184 1,243 1,306 1,371 1,439 1,511 1,587 1,666 638 PS 02058-520700 Pension Plan Contribution 5,093 5,320 5,595 5,996 6,353 6,717 7,115 7,537 7,984 8,457 8,959 639 PS 02058-522000 Life Ins CWA 182 195 210 225 242 261 280 301 324 348 374 640 O&M 02058-530100 Professional Services 10,000 10,325 10,635 10,954 11,282 11,621 11,970 12,329 12,698 13,079 13,472 641 O&M 02058-530300 Other Contractual Serv 20,000 20,650 21,270 21,908 22,565 23,242 23,939 24,657 25,397 26,159 26,944 642 O&M 02058-530400 Lot Mowing 6,360 6,567 6,764 6,967 7,176 7,391 7,613 7,841 8,076 8,318 8,568 643 O&M 02058-540100 Garage Services 2,990 3,140 3,296 3,461 3,634 3,816 4,007 4,207 4,418 4,638 4,870 644 O&M 02058-540300 Telephone Service Variable 565 593 623 654 687 721 757 795 835 877 920 645 O&M 02058-541000 Info Technology Charge 16,000 16,800 17,640 18,522 19,448 20,421 21,442 22,514 23,639 24,821 26,062 646 O&M 02058-541100 Bldg & Maint Dept Svc Fx 71,200 74,760 78,498 82,423 86,544 90,871 95,415 100,186 105,195 110,455 115,977 647 O&M 02058-541600 Bldg & Maint-Variable 300 315 331 347 365 383 402 422 443 465 489 648 O&M 02058-542200 Elec-Util Charges 180,000 185,850 191,426 197,168 203,083 209,176 215,451 221,915 228,572 235,429 242,492 649 O&M 02058-542300 Gas,Water & Sanitation Utl 5,500 5,679 5,849 6,025 6,205 6,391 6,583 6,781 6,984 7,194 7,409 650 O&M 02058-542500 Postage 200 207 213 219 226 232 239 247 254 262 269 651 O&M 02058-542800 Interfd Other Serv Chgs 4,280 4,494 4,719 4,955 5,202 5,462 5,736 6,022 6,324 6,640 6,972 652 O&M 02058-542900 Interfd Admin Service Chg 19,570 20,549 21,576 22,655 23,787 24,977 26,226 27,537 28,914 30,359 31,877 653 O&M 02058-543100 Advertising 200 207 213 219 226 232 239 247 254 262 269 654 O&M 02058-543400 Printing & Binding 200 207 213 219 226 232 239 247 254 262 269 655 O&M 02058-544100 Equipt Rental 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 656 O&M 02058-545100 Insurance 440 454 468 482 496 511 527 542 559 575 593 657 O&M 02058-546200 Other Equip Svc & Repair 22,000 22,715 23,396 24,098 24,821 25,566 26,333 27,123 27,937 28,775 29,638 658 O&M 02058-550100 Office Supplies 150 155 160 164 169 174 180 185 190 196 202 659 O&M 02058-550400 Operating Supplies & Matls 60,000 61,950 63,809 65,723 67,694 69,725 71,817 73,972 76,191 78,476 80,831 660 O&M 02058-551000 Lab Chem Supplies 15,000 15,488 15,952 16,431 16,924 17,431 17,954 18,493 19,048 19,619 20,208 661 O&M 02058-551300 Small Tools & Implements 2,000 2,065 2,127 2,191 2,256 2,324 2,394 2,466 2,540 2,616 2,694 662 O&M 02058-551500 Medical Supplies 150 155 160 164 169 174 180 185 190 196 202 663 O&M 02058-551700 Bulk Chemicals 70,000 72,275 74,443 76,677 78,977 81,346 83,787 86,300 88,889 91,556 94,302 664 Total Water Supply RO 3 607,884$ 631,571$ 655,288$ 680,083$ 705,826$ 732,612$ 760,516$ 789,576$ 819,843$ 851,372$ 884,220$ Lift Stations MaintenancePersonnel Services 665 PS 01348-510100 Salaries & Wages-Full Time 306,151 321,459 337,531 354,408 372,128 390,735 410,272 430,785 452,324 474,941 498,688 666 PS 01348-510400 Special Pay 35,500 37,275 39,139 41,096 43,150 45,308 47,573 49,952 52,450 55,072 57,826 667 PS 01348-510500 Salaries & Wages-Overtime 17,000 17,850 18,743 19,680 20,664 21,697 22,782 23,921 25,117 26,373 27,691 668 PS 01348-520400 Major Medical Insurance 76,000 81,472 87,582 94,151 101,212 108,803 116,964 125,736 135,166 145,304 156,201 669 PS 01348-520600 Social Security 4,677 4,911 5,156 5,414 5,685 5,969 6,268 6,581 6,910 7,256 7,618 670 PS 01348-520700 Emp Pension Plan 22,427 16,758 20,443 29,810 25,939 26,183 28,501 29,926 31,423 32,994 34,643 671 PS 01348-520900 Workers Compensation 2,690 2,825 2,966 3,114 3,270 3,433 3,605 3,785 3,974 4,173 4,382 672 PS 01348-522000 Life Insurance-CWA 910 976 1,049 1,127 1,212 1,303 1,400 1,506 1,618 1,740 1,870 673 PS 01348-542000 Emp Benefits Fixed Chgs 1,697 1,782 1,871 1,964 2,063 2,166 2,274 2,388 2,507 2,633 2,764 Operations and Maintenance 674 O&M 01348-530100 Professional Services 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 675 O&M 01348-530300 Other Contractual Serv 5,000 5,163 5,317 5,477 5,641 5,810 5,985 6,164 6,349 6,540 6,736 676 O&M 01348-540100 Garage Services-Fixed 30,680 32,214 33,825 35,516 37,292 39,156 41,114 43,170 45,328 47,595 49,974 677 O&M 01348-541600 Bldg & Maint Chgs-Variable 500 525 551 579 608 638 670 704 739 776 814 678 O&M 01348-542200 Utilities-Electric 280,000 289,100 297,773 306,706 315,907 325,385 335,146 345,201 355,557 366,223 377,210 679 O&M 01348-542300 Utilities-Gas Water Sanitation 17,000 17,553 18,079 18,621 19,180 19,755 20,348 20,959 21,587 22,235 22,902 680 O&M 01348-542500 Postage 500 516 532 548 564 581 598 616 635 654 674 681 O&M 01348-542700 Interfund Svc Chgs-Enterprise 16,650 17,483 18,357 19,274 20,238 21,250 22,313 23,428 24,600 25,830 27,121 682 O&M 01348-542800 Interfund Svc Chgs-Gen Fd Ops 36,600 38,430 40,352 42,369 44,488 46,712 49,048 51,500 54,075 56,779 59,618 683 O&M 01348-542900 Interfund Svc Chgs-Gen Fd Adm 97,850 102,743 107,880 113,274 118,937 124,884 131,128 137,685 144,569 151,797 159,387 684 O&M 01348-543100 Advertising 250 258 266 274 282 291 299 308 317 327 337 685 O&M 01348-543400 Printing Services 50 52 53 55 56 58 60 62 63 65 67 686 O&M 01348-544100 Rentals-Equipment 7,500 7,744 7,976 8,215 8,462 8,716 8,977 9,246 9,524 9,810 10,104 687 O&M 01348-544600 Rentals-Uniforms 7,500 7,744 7,976 8,215 8,462 8,716 8,977 9,246 9,524 9,810 10,104 688 O&M 01348-545100 Ins Premiums 3,280 3,387 3,488 3,593 3,701 3,812 3,926 4,044 4,165 4,290 4,419 689 O&M 01348-546200 Repairs & Svc-Other Equip 370,000 382,025 393,486 405,290 417,449 429,973 442,872 456,158 469,843 483,938 498,456 690 O&M 01348-547100 Uniforms-Employee 1,200 1,239 1,276 1,314 1,354 1,395 1,436 1,479 1,524 1,570 1,617 691 O&M 01348-547200 Travel Expense-Employee 1,120 1,156 1,191 1,227 1,264 1,302 1,341 1,381 1,422 1,465 1,509 692 O&M 01348-547300 Mileage Reimb-Employee 200 207 213 219 226 232 239 247 254 262 269 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 693 O&M 01348-547400 Meals-Employee 200 207 213 219 226 232 239 247 254 262 269 694 O&M 01348-550100 Office Supplies 500 516 532 548 564 581 598 616 635 654 674 695 O&M 01348-550400 Operating Supplies 281,500 290,649 299,368 308,349 317,600 327,128 336,942 347,050 357,461 368,185 379,231 696 O&M 01348-557100 Memberships Subs Lic Emp 500 516 532 548 564 581 598 616 635 654 674 697 O&M 01348-557300 Training & Ref Emp 5,650 5,834 6,009 6,189 6,375 6,566 6,763 6,966 7,175 7,390 7,612 698 O&M 01348-541000 Info Tech Chgs-Fixed 49,830 52,322 54,938 57,684 60,569 63,597 66,777 70,116 73,622 77,303 81,168 699 O&M 01348-540300 Telephone Service Chgs-Var 565 583 601 619 637 657 676 697 717 739 761 700 O&M 01348-540900 Risk Mgt Fixed Chgs 1,660 1,714 1,765 1,818 1,873 1,929 1,987 2,047 2,108 2,171 2,236 Capital Outlay 701 O&M 01348-543700 Fees & Permits 30 31 32 33 34 35 36 37 38 39 40 702 O&M 01348-551300 Small Tools & Implements 4,500 4,646 4,786 4,929 5,077 5,229 5,386 5,548 5,714 5,886 6,062 703 Total Lift Stations Maintenance 1,692,867$ 1,755,022$ 1,827,161$ 1,907,945$ 1,978,592$ 2,056,607$ 2,140,104$ 2,226,280$ 2,316,273$ 2,410,269$ 2,508,464$ PU EngineeringPersonnel Services704PS01344-510100 Salaries & Wages-Full Time 562,580 590,709 620,244 651,257 683,820 718,010 753,911 791,607 831,187 872,746 916,384 705 PS 01344-520100 Life Ins $2500 Empl & Pens 54 57 60 63 66 69 72 76 80 84 88 706 PS 01344-520300 Life Ins SAMP 1,718 1,842 1,980 2,128 2,288 2,460 2,644 2,842 3,055 3,285 3,531 707 PS 01344-520400 Major Medical Insurance 85,344 91,489 98,350 105,727 113,656 122,180 131,344 141,195 151,784 163,168 175,406 708 PS 01344-520600 Social Security 8,021 8,422 8,843 9,285 9,750 10,237 10,749 11,286 11,851 12,443 13,065 709 PS 01344-520700 Pension Plan Contribution 37,930 39,618 41,666 44,658 47,315 50,021 52,988 56,130 59,458 62,984 66,719 710 PS 01344-520900 Workers Compensation 2,690 2,825 2,966 3,114 3,270 3,433 3,605 3,785 3,974 4,173 4,382 711 PS 01344-522000 Life Ins CWA 182 195 210 225 242 261 280 301 324 348 374 Operations and Maintenance 712 O&M 01344-530100 Professional Services 775,000 800,188 824,193 848,919 874,386 900,618 927,637 955,466 984,130 1,013,654 1,044,063 713 O&M 01344-540300 Telephone Service Chgs-Var 5,650 5,933 6,229 6,541 6,868 7,211 7,572 7,950 8,348 8,765 9,203 714 O&M 01344-540900 Risk Mgt Fixed Chgs 1,660 1,743 1,830 1,922 2,018 2,119 2,225 2,336 2,453 2,575 2,704 715 O&M 01344-541000 Info Tech Chgs-Fixed 61,140 64,197 67,407 70,777 74,316 78,032 81,933 86,030 90,332 94,848 99,591 716 O&M 01344-542000 Emp Benefits Fixed Chgs 1,697 1,782 1,871 1,964 2,063 2,166 2,274 2,388 2,507 2,633 2,764 717 O&M 01344-542500 Postage 50 52 53 55 56 58 60 62 63 65 67 718 O&M 01344-542900 Interfund Svc Chgs-Gen Fd Adm 117,420 123,291 129,456 135,928 142,725 149,861 157,354 165,222 173,483 182,157 191,265 719 O&M 01344-543100 Advertising 1,500 1,549 1,595 1,643 1,692 1,743 1,795 1,849 1,905 1,962 2,021 719 O&M 01344-543400 Printing Services 100 103 106 110 113 116 120 123 127 131 135 720 O&M 01344-545100 Ins Premiums 2,210 2,282 2,350 2,421 2,493 2,568 2,645 2,725 2,806 2,891 2,977 721 O&M 01344-547100 Uniforms-Employee 750 774 798 822 846 872 898 925 952 981 1,010 722 O&M 01344-547200 Travel Expense-Employee 3,300 3,407 3,509 3,615 3,723 3,835 3,950 4,068 4,190 4,316 4,446 723 O&M 01344-547300 Mileage Reimb-Employee 100 103 106 110 113 116 120 123 127 131 135 724 O&M 01344-550100 Office Supplies 1,000 1,033 1,063 1,095 1,128 1,162 1,197 1,233 1,270 1,308 1,347 725 O&M 01344-550400 Operating Supplies 1,400 1,446 1,489 1,534 1,580 1,627 1,676 1,726 1,778 1,831 1,886 726 O&M 01344-557100 Memberships Subs Lic Emp 3,430 3,541 3,648 3,757 3,870 3,986 4,106 4,229 4,356 4,486 4,621 727 O&M 01344-557300 Training & Ref Emp 6,230 6,432 6,625 6,824 7,029 7,240 7,457 7,681 7,911 8,148 8,393 728 O&M 01344-542800 Interfund Svc Chgs-Gen Fd Ops 15,550 16,328 17,144 18,001 18,901 19,846 20,838 21,880 22,974 24,123 25,329 729 Total PU Engineering 1,696,706 1,769,338 1,843,793 1,922,493 2,004,326 2,089,847 2,179,448 2,273,237 2,371,425 2,474,236 2,581,906 Incremental O&M 730 PWC Incremental Cost of Increased Water Production 2 - 127,514 131,339 135,279 139,337 143,518 687,629 986,933 1,016,541 1,047,038 1,078,449 731 O&M Projected O&M Savings From Wastewater Plants Consolidation 3 - - - - - - - (3,097,786) (3,097,786) (3,097,786) (3,097,786) 732 Total Incremental O&M - 127,514 131,339 135,279 139,337 143,518 687,629 (2,110,853) (2,081,245) (2,050,748) (2,019,337) Total Expenses by Category733PSPersonnel Services 18,829,888$ 19,540,019 20,700,238 22,142,650 23,118,922 24,320,832 25,671,272 27,056,294 28,518,168 30,061,306 31,690,383 734 PWC Purchased Water Cost 8,111,706 7,844,795 8,127,509 8,418,363 8,717,438 9,024,801 5,158,263 4,705,544 4,921,083 5,146,806 5,383,205 735 O&M Operations & Maintenance 33,225,407 34,519,251 35,811,649 37,155,661 38,553,477 40,007,384 41,519,773 39,995,357 41,632,316 43,335,593 45,108,036 736 CO Capital Outlay (Equip & Lease Purchase Program)331,530 333,080 334,708 336,416 338,211 340,095 342,073 344,150 346,331 348,621 351,026 737 Total Expenses 60,498,531$ 62,237,145 64,974,104 68,053,091 70,728,048 73,693,111 72,691,381 72,101,345 75,417,898 78,892,326 82,532,651 Expense Execution Factors 4 738 Personnel Services 96%96%96%96%96%96%96%96%96%96%96% 739 Purchased Water Cost 100%100%100%100%100%100%100%100%100%100%100%740 Operations & Maintenance 98%98%98%98%98%98%98%98%98%98%98%741 Capital Outlay (Equip & Lease Purchase Program)100%100%100%100%100%100%100%100%100%100%100% Total Expenses at Execution 742 Personnel Services 18,076,692$ 18,758,418 19,872,228 21,256,944 22,194,165 23,347,999 24,644,421 25,974,043 27,377,442 28,858,854 30,422,768 743 Purchased Water Cost 8,111,706 7,844,795 8,127,509 8,418,363 8,717,438 9,024,801 5,158,263 4,705,544 4,921,083 5,146,806 5,383,205 744 Operations & Maintenance 32,560,899 33,828,865 35,095,416 36,412,548 37,782,407 39,207,236 40,689,378 39,195,450 40,799,670 42,468,881 44,205,875 745 Capital Outlay (Equip & Lease Purchase Program)331,530 333,080 334,708 336,416 338,211 340,095 342,073 344,150 346,331 348,621 351,026 746 Total Expenses at Execution 59,080,827$ 60,765,159 63,429,861 66,424,272 69,032,222 71,920,130 70,834,134 70,219,186 73,444,525 76,823,162 80,362,874 Transfers Out City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Renewal & Replacement Transfers by Department 5 747 Wastewater Collection 10,045,880$ 4,016,444 4,258,779 4,492,818 4,768,023 5,101,367 5,459,279 5,843,119 6,254,702 6,697,730 7,174,510 748 WET Northeast Plant 172,060 68,791 72,942 76,950 81,664 87,373 93,503 100,078 107,127 114,715 122,881 749 Water Distribution 1,196,010 478,177 507,028 534,891 567,656 607,342 649,953 695,651 744,652 797,397 854,160 750 Reclaimed Water 3,057,220 1,222,307 1,296,056 1,367,280 1,451,032 1,552,477 1,661,399 1,778,211 1,903,467 2,038,292 2,183,388 751 Water Supply RO 3 - - - - - - - - - - - 752 Additional R&R - 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 10,000,000 Payment in Lieu of Taxes By Department 6 753 Pub Util Administration 462,360$ 500,989 535,718 572,982 612,991 655,955 702,100 751,693 804,962 862,190 923,683 754 Wastewater Collection 722,440 782,797 837,062 895,287 957,802 1,024,934 1,097,036 1,174,524 1,257,757 1,347,176 1,443,259 755 Wastewater Maintenance 866,925 939,353 1,004,471 1,074,340 1,149,358 1,229,916 1,316,438 1,409,424 1,509,304 1,616,606 1,731,905 756 WPC Plant Operations 57,795 62,624 66,965 71,623 76,624 81,994 87,763 93,962 100,620 107,774 115,460 757 WPC Laboratory Operations 86,690 93,933 100,444 107,431 114,932 122,988 131,640 140,938 150,926 161,656 173,186 758 Industrial Pretreatment Pl 173,385 187,871 200,894 214,868 229,872 245,983 263,288 281,885 301,861 323,321 346,381 759 WET Marshall Street Plant 375,670 407,056 435,274 465,551 498,058 532,967 570,460 610,754 654,036 700,534 750,497 760 WET Northeast Plant 375,670 407,056 435,274 465,551 498,058 532,967 570,460 610,754 654,036 700,534 750,497 761 WET East Plant 288,975 313,118 334,824 358,113 383,119 409,972 438,813 469,808 503,101 538,869 577,302 762 Water Distribution 1,098,110 1,189,853 1,272,336 1,360,837 1,455,860 1,557,901 1,667,496 1,785,278 1,911,793 2,047,710 2,193,757 763 Water Supply 115,590 125,247 133,930 143,245 153,248 163,989 175,525 187,923 201,240 215,547 230,921 764 Reclaimed Water 433,460 469,674 502,233 537,167 574,676 614,955 658,215 704,708 754,648 808,298 865,948 765 Water Supply RO 1 202,280 219,180 234,374 250,676 268,180 286,977 307,165 328,861 352,167 377,203 404,106 766 Water Supply RO 2 231,180 250,494 267,859 286,491 306,495 327,978 351,050 375,846 402,481 431,095 461,841 767 Water Supply RO 3 28,900 31,314 33,485 35,814 38,315 41,001 43,885 46,985 50,314 53,892 57,735 767 Lift Stations Maintenance 144,490 156,562 167,415 179,060 191,563 204,990 219,410 234,908 251,555 269,439 288,656 768 Total Transfers Out 20,135,090$ 21,922,840 22,697,363 23,490,976 24,377,527 25,384,025 26,464,879 27,625,310 28,870,750 30,209,977 31,650,074 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Projection of Cash Outflows Schedule 4 Account Code Expense Line Item1 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Debt Service 769 Series 2017 Principal 805,000 850,000 885,000 930,000 975,000 1,020,000 1,070,000 1,125,000 1,180,000 7,220,000 7,530,000 770 Series 2017 Interest 2,837,425 2,796,050 2,752,675 2,707,300 2,659,675 2,609,800 2,557,550 2,502,675 2,445,050 2,235,050 1,922,775 771 Series 2017B Principal 2,395,000 2,455,000 2,510,000 2,575,000 2,635,000 2,695,000 2,760,000 2,830,000 2,895,000 - - 772 Series 2017B Interest 541,260 483,060 423,480 362,460 299,940 235,980 170,520 103,440 34,740 - - 773 Series 2020 Principal 1,425,000 1,490,000 1,565,000 1,640,000 1,715,000 1,805,000 1,885,000 1,975,000 2,060,000 - - 774 Series 2020 Interest 742,375 669,500 593,125 513,000 429,125 341,125 248,875 152,375 51,500 - - Interim Financing Interest Payments - - - - - - - - - - - 775 Cumulative New Debt Service for CIP - - - 8,933,583 11,622,848 26,941,290 31,552,580 47,369,103 52,130,330 64,120,775 70,385,844 776 Total Debt Service 8,746,060$ 8,743,610 8,729,280 17,661,343 20,336,588 35,648,195 40,244,525 56,057,593 60,796,620 73,575,825 79,838,619 777 Total Cash Outflows 87,961,977$ 91,431,608 94,856,504 107,576,591 113,746,336 132,952,350 137,543,539 153,902,089 163,111,895 180,608,964 191,851,567 1 FY 2025 values reflect City's 2025 Budget. Starting in FY 2026, costs are escalated using annual cost escalation factors presented in Schedule 5 of this report. 2 The City anticipates water production of 10.5 MGD by Fiscal Year 2032, reflected as a 0.5 MGD increase in FY 2026, a 2.0 MGD increase in FY 2031, and a 1.0 MGD increase in FY 2032. As such, these annual costs reflect projected added costs of chemicals and electricity. 3 Reflects operating cost savings identified by Black & Veatch for the consolidation both Marshal Street and East water reclamation facilities into the North East water reclamation facility 4 Execution is based on discussion with City staff and reflects historical comparison of budget to actual spending. 6 Reflects 5.5% of operating revenues as established by City Council. 5 The analysis includes an additional annual transfer for $1.0M a year, capping at $10M by FY 2026 in order to comply with bond covenants and maintain a reasonable balance between cash versus bond funded capital projects. Furthermore, transfers are distributed proportionally by department and are based upon 5.00% of the prior year's operating revenue. City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Cost Escalation Factors Schedule 5 Description Escalation Factor FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Full Time Salaries & Wages Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Overtime Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Life Ins $2500 Empl & Pens Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50% 1% Life Insurance-Employee Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50% Samp Life Insurance Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50% Major Medical Ins-Emp Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50% Social Security-Employee Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Emp Pension Plan1 Pension Contribution 4.45%5.17%7.18%5.95%5.72%5.93%5.93%5.93%5.93%5.93%Workers Compensation Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Disability Insurance Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%CWA Life Insurance Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%Professional Services Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Other Contractual Serv Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Inv Purchase-Resale Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Garage Services Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Telephone Service Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Messenger Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Radio Svc-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Telephone Svc Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Postal Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Risk Mgmt Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Info Technology Charge Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Bldg & Maint Dept Svc Fx Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Custodial Service Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Garage Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Bldg & Maint-Variable Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Administrative Charge Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Employee Benefits-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Telephone-Util Chgs Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Elec-Util Charges Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Gas,Water & Sanitation Utl Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Postage Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Interfd Svc Chg-Other Fund Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Interfd Other Serv Chgs Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Interfd Admin Service Chg Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Advertising Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Other Promotion Activity Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Freight Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Printing & Binding Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Dump Fee Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Taxes Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Equipt Rental Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Uniform Rental Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Insurance Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Ofc Equip Svc & Repair Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Other Equip Svc & Repair Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Cost Escalation Factors Schedule 5 Description Escalation Factor FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Uniforms-Employee Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Travel Expense-Emp Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Mileage Reimbursement Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Meals-Employee Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Other Services Or Charges Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Bad Debt Expense Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Obsolete Inventory Loss Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Loss-Disposal of Assets Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Recruitment Expense Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% P-Card Disputes Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Office Supplies Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Operating Supplies & Matls Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Construction Materials Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Lab Chem Supplies Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Medical Supplies Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%$750-5000 Computer Softwar Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%$750-5000 Mach & Equip Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Memberships/Subs/Lic Emp Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Officl Recognition-Emp Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Training & Ref Employee Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%>$5,000 Machinery & Equip Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% >$5,000 Computer Software Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Cost Matl & Services Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Contrib To Garage Fund Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% OPEB Expense Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1345 - Administration Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1346 - Sanitary Sewer Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1347 - Sanitary Sewer Maintenance Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1351 - WPC Operations Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1352 - WPC Lab Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 1353 - Industrial Pretreatment Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 2051 - Water Distribution Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 2053 - Water Supply Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% 2054 - Reclaimed Water Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% CWA Life Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%$1,000-$4,999 Mach & Equip Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Interest-Leased Equipt No Escalation 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%Interest Other No Escalation 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%Uniform Rentals Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Salaries & Wages-Full Time Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Salaries & Wages-Overtime Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Major Medical Insurance Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%Social Security Pay 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%Pension Plan Contribution Pension Contribution 4.45%5.17%7.18%5.95%5.72%5.93%5.93%5.93%5.93%5.93%Life Insurance-CWA Health Insurance 7.20%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%7.50%Utilities-Electric Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Cost Escalation Factors Schedule 5 Description Escalation Factor FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Utilities-Gas Water Sanitation Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Interfund Svc Chgs-Gen Fd Ops Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Interfund Svc Chgs-Gen Fd Adm Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Printing Services Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Rentals-Equipment Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Rentals-Uniforms Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Ins Premiums Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Repairs & Svc-Other Equip Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Travel Expense-Employee Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Mileage Reimb-Employee Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Other Charges Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Operating Supplies Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Memberships Subs Lic Emp Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Training & Ref Emp Inflation 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%Info Tech Chgs-Fixed Internal Service Charges 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Default Inflation Factor 3.25%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Weighted Average Increase2 2.86%4.41%4.74%3.94%4.20%-1.52%-0.88%4.61%4.62%4.63% 1 Reflects the percentage of Salaries & Wages as provided by staff. 2 The Weighted Average cost escalation in O&M Expenses is reflective of the cost escalation factors presented on this Schedule and execution percentages presented in Schedules 1 and 4. FY 26 is impacted by projected reduction in purchased water costs from lower purchases, recurring again in FY 31 and FY 32. FY 32 is impacted by projected annual savings in O&M from the consolidation of Marshal Street and East water reclamation facilities into the North East plant. City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Capital Improvement Program Schedule 6 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Total CIP Spending From Water & Sewer Revenue 1 2023 Sewer Point Repair and Improvements $ 32,000,000 $ 32,000,000 $ 32,000,000 $ 32,000,000 $ 32,000,000 $ 32,000,000 $ - $ - $ - $ - $ - 192,000,000 2 SB 64 Program - 7,142,857 32,142,857 32,142,857 32,142,857 47,142,857 40,000,000 - - - - 190,714,286 3 Annual Water and RCW Repair - 4,500,000 9,000,000 9,000,000 9,000,000 9,000,000 9,000,000 - - - - 49,500,000 4 WWCS Improvements Program - 2,100,000 2,100,000 2,100,000 2,100,000 2,100,000 2,100,000 2,500,000 - - - 15,100,000 5 NE WRF Sand Filters Rehab 2,000,000 2,000,000 - - - - - - - - - 4,000,000 6 ONHOLD WF Interconnect 42,000 2,000,000 - - - - - - - - - 2,042,000 7 Lift Station Program (Tetra Tech) 1,942,734 1,942,734 1,942,734 1,942,734 1,942,734 1,942,734 1,942,734 - - - - 13,599,138 8 Water-RCW Program 1,500,000 1,800,000 1,800,000 1,800,000 1,800,000 1,800,000 1,800,000 - - - - 12,300,000 9 Water CIP30 Elevated Storage Tanks Demolition and Remov 1,150,000 1,150,000 - - - - - - - - - 2,300,000 10 East WRF Sand Filter Bldg - Feed Pump Station Improveme 1,000,000 1,000,000 - - - - - - - - - 2,000,000 11 Water CIP28 Fire Flow - Hydraulic Improvements Phase 1 - 1,000,000 1,331,947 2,404,238 2,478,769 2,555,611 - - - - - 9,770,565 12 Load Bank Testing 500,000 700,000 - - - - - - - - - 1,200,000 13 Lightning Protection Plan and Standards 225,000 500,000 1,500,000 1,000,000 - - - - - - - 3,225,000 14 NE WRF Digester Repairs 500,000 500,000 - - - - - - - - - 1,000,000 15 Subaqueous Pipeline Master Plan 300,000 - - - - - - - - - - 300,000 16 Sewer Relocation at Allen's Creek Crossing 50,000 - 400,000 - - - - - - - - 450,000 17 NE WRF Clarifier Gates 51,000 - - - - - - - - - - 51,000 18 Lift Station 16 Pierce St Rehab - - - - - - - - - - - - 19 NE WRF MCC-1, DC-1 & DC-2 Replacement 1,000,000 - - - - - - - - - - 1,000,000 20 Water CIP17 Island Estates - Windward Passage Water Mai 1,000,000 - - - - - - - - - - 1,000,000 21 Water CIP19 Island Estates - Cast Iron Water Main Replacem 550,000 - - - - - - - - - - 550,000 22 RO1 Dual Media Filters 1,400,000 - - - - - - - - - - 1,400,000 23 Hach WIMs Support Services 15,000 - - - - - - - - - - 15,000 24 FDEP UIC Class I and V Renewal (NE WRF) - - - 50,000 - - - - - - - 50,000 25 Energy Efficiency Study - Public Utilities (Siemen's) 200,000 - - - - - - - - - - 200,000 26 JPA Lakeview at Keene Drainage and Road Imp 250,000 - - - - - - - - - - 250,000 27 Permanent Generator/ ATS Evaluation - 1,500,000 2,000,000 2,000,000 2,000,000 3,000,000 3,000,000 - - - - 13,500,000 28 Automated Meter Reading (AMR) Evaluation 2,000,000 2,000,000 4,231,690 4,231,690 4,231,690 4,231,690 4,231,690 - - - - 25,158,450 29 SLR LS Improvements - 1,000,000 2,000,000 1,000,000 - - - - - - - 4,000,000 30 SCADA MP Implementation 500,000 - 2,500,000 2,500,000 2,500,000 2,500,000 2,500,000 - - - - 13,000,000 31 Water CIP29 Fire Flow - Hydraulic Improvements Phase 2 - - - - 1,000,000 1,634,835 2,716,515 2,800,727 2,887,549 - - 11,039,625 32 Subaqueous Crossing MP Implementation - - - 500,000 1,500,000 6,000,000 6,000,000 6,000,000 - - - 20,000,000 33 RotoMix Drum Screen (KSA) 250,000 - - - - - - - - - - 250,000 34 Replace Court St. Line 1,000,000 - - - - - - - - - - 1,000,000 35 WRF Maintenance and Repair Program 1,000,000 5,759,000 6,000,000 7,000,000 8,000,000 9,000,000 10,000,000 - - - - 46,759,000 36 Rerouting Collection System 1,000,000 1,000,000 6,000,000 12,000,000 12,000,000 12,000,000 12,000,000 11,000,000 - - - 67,000,000 37 NE WRF Upgrades 1,000,000 1,000,000 10,000,000 35,000,000 35,000,000 35,000,000 35,000,000 29,000,000 - - - 181,000,000 38 Primary Lift Stations/ Force Mains - - 1,000,000 20,600,000 45,600,000 45,600,000 45,600,000 45,600,000 39,600,000 - - 243,600,000 39 MS/NE Replacement of sludge conveyor system - - 250,000 - - - - - - - - 250,000 40 WWCS R&R Force Mains 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 - - - 40,000,000 41 WWCS R&R Lift Stations 3,000,000 4,000,000 12,000,000 12,000,000 12,000,000 12,000,000 12,000,000 - - - - 67,000,000 42 GTB Interconnect Relocation - 500,000 2,500,000 1,500,000 - - - - - - - 4,500,000 43 WWCS R&R Gravity Mains - - 1,000,000 3,000,000 6,000,000 10,000,000 10,000,000 11,110,000 11,110,000 11,110,000 11,110,000 74,440,000 44 WWCS R&R Manholes - - 1,000,000 2,000,000 3,000,000 4,000,000 5,000,000 3,663,800 3,663,800 3,663,800 3,663,800 29,655,200 45 LS H2S control feasibity study - - - - 400,000 500,000 1,000,000 - - - - 1,900,000 46 ON HOLD Water CIP07 RO1 - Residuals Management Syste - - 1,175,905 - - - - - - - - 1,175,905 47 Upgrade SCADA Software at all facilities - 654,000 - - - - - - - - - 654,000 48 MS/NE/E Entrance Upgrades - - - 60,000 540,000 - - - - - - 600,000 49 WWCS Master Plan Update - - 300,000 300,000 - - - - - - - 600,000 50 Water Master Plan Update - - - - 250,000 250,000 - - - - - 500,000 51 Replace MW 19-60 - 150,000 150,000 - - - - - - - - 300,000 52 MS/E/NE WRF - Upgrade Sludge Thickening 1,000,000 1,000,000 1,000,000 - - - - - - - - 3,000,000 53 Water CIP06 RO1 - High Service Pump Station and Building - - - - 504,112 6,234,156 5,891,563 - - - - 12,629,831 54 2025 ERP RRA Update - 150,000 - - - - - - - - - 150,000 55 Water CIP02 Wellfield #2 Improvements - - 1,234,500 10,606,069 9,622,632 9,920,933 - - - - - 31,384,134 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Capital Improvement Program Schedule 6 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Total 56 Water CIP10 RO2 - Process Improvements for 2-Skid Opera - - - 6,413,851 6,061,535 - - - - - - 12,475,386 57 Water CIP11 RO2 - Blending and Process Improvements - - - 536,449 6,634,691 6,270,142 - - - - - 13,441,282 58 Water CIP15 WTP#3 - Convert to RO Treatment Process - - - - - - 1,201,753 19,411,114 20,012,858 20,633,257 - 61,258,982 59 Develop a comprehensive library of SCADA standards and p - - - 144,000 - - - - - - - 144,000 60 Water CIP03 Wellfield #3 Improvements - - - - - - 762,956 9,437,539 8,919,111 - - 19,119,606 61 ON HOLD Water CIP04 Wellfield #1 to Wellfield #2 Interconn - - - - - - - - 277,719 3,145,286 - 3,423,005 62 Water CIP09 RO1 - New Brackish Water RO System - - - - - 427,356 5,287,250 4,996,892 - - - 10,711,498 63 Mitigate PLC and RTU panels risk of flooding - - - - 6,960,000 - - - - - - 6,960,000 64 Distribution South Side Interconnect - 100,000 1,000,000 - - - - - - - - 1,100,000 65 Imagine Station and Distribution Control Improvements (FH) - 285,000 - - - - - - - - - 285,000 66 Water CIP01 Wellfield #1 Improvements - - 904,846 11,192,351 10,577,498 - - - - - - 22,674,695 67 WRF Master Plan Update - - - - - 540,000 - - - - - 540,000 68 NE - Biosolid Treatment - Secondary Anaerobic Digester Mod - 440,000 2,200,000 - - - - - - - - 2,640,000 69 Master Reuse Permit Renewal - - - - - - - 75,000 - - - 75,000 70 Performance Benchmarking Study - - 100,000 - - - - - - - - 100,000 71 RO1 IPP Sewer Re-alignment (FH) - - 50,000 560,000 - - - - - - - 610,000 72 LS Maintenance Point Repair - 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 5,000,000 - - - 35,000,000 73 WWCS CIP MAR-02 - 5,556,000 - - - - - - - - - 5,556,000 74 WWCS CIP NRE-01 and NRE 02 - - - 500,000 2,324,800 8,000,000 8,299,200 - - - - 19,124,000 75 WWCS CIP EAS-03 - - - 200,000 1,536,000 - - - - - - 1,736,000 76 WWCS CIP NRE-03 - - - 350,000 2,630,000 - - - - - - 2,980,000 77 WWCS CIP EAS-01 - - - 200,000 1,288,000 - - - - - - 1,488,000 78 Rehab or replace Quad odor control unit at Marshall Street B - - 200,000 800,000 - - - - - - - 1,000,000 79 Upgrade PLC's at the Remote Stations - - 784,800 - - - - - - - - 784,800 80 Update the Facilities PLC Hardware - - 1,874,000 - - - - - - - - 1,874,000 81 Add redundant fiber optic loops to facility networks - - - 6,960,000 - - - - - - - 6,960,000 82 Water Facilities Program (Consultant) - - 500,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 2,000,000 - 14,500,000 83 Chemical system updates RO1, RO2, WTP3 (FH) - - 100,000 790,000 - - - - - - - 890,000 84 WTP3 Wellhead Rehab (FH) - - - 510,000 - - - - - - - 510,000 85 RO1 Control System Updates (FH) - - - 50,000 425,000 - - - - - - 475,000 86 NE - Fuel Tank Addition - New Convault Armorcast 6000 gal - - - 90,000 - - - - - - - 90,000 87 Manual Controls tied to SCADA for the Sand Filters at Marsh - - 140,000 - - - - - - - - 140,000 88 Utilities Finance & Land Development Code Updates - 50,000 - - - - - - - - - 50,000 89 MS/NE/E - Storage (Operations) - General Storage - - - - - - - 200,000 1,800,000 - - 2,000,000 90 Well 45 Assessment & Modifications - - 150,000 - - - - - - - - 150,000 91 Solid Waste Truck Wash 200,000 - - - - - - - - - - 200,000 92 NE Parking Lot Resurfacing & Striping - 80,000 800,000 - - - - - - - - 880,000 93 Hydropower and Solar Initiatives Facility-Wide (CG) - - - 250,000 250,000 - - - - - - 500,000 94 Develop Tagging Strategy for all Devices - 114,000 - - - - - - - - - 114,000 95 Develop a comprehensive library of PLC standards and polici - - 784,800 - - - - - - - - 784,800 96 Train SCADA Team and Technicians on new PLC standards - - 50,400 - - - - - - - - 50,400 97 Develop change management procedures - 144,000 - - - - - - - - - 144,000 98 Develop contractor qualifications standards - - 24,000 - - - - - - - - 24,000 99 Total CIP Budget (in current dollars) $ 61,625,734 93,817,591 156,222,479 238,284,239 276,300,318 285,650,314 237,333,661 157,795,072 90,271,037 40,552,343 14,773,800 1,652,626,587 100 Cumulative Projected Cost Escalation 1 0.00%3.00%6.09%9.27%12.55%15.93%19.41%22.99%26.68%30.48%34.39% 101 Total CIP Budget (future year dollars) $ 61,625,734 96,632,119 165,736,428 260,379,621 310,978,442 331,147,003 283,388,803 194,068,035 114,352,649 52,911,610 19,854,752 1,891,075,195 102 Annual CIP Execution Percentage 100.00%100.00%100.00%74.82%60.19%61.49%74.72%100.00%183.08%223.30%506.12% 103 CIP Redistribution 2 - - - (65,563,620) (123,805,969) (127,520,148) (71,643,138) - 95,007,756 65,238,659 80,634,983 (147,651,477) 104 Final CIP Funding Level $ 61,625,734 $ 96,632,119 $ 165,736,428 $ 194,816,001 $ 187,172,473 $ 203,626,855 $ 211,745,665 $ 194,068,035 $ 209,360,405 $ 118,150,269 $ 100,489,735 1,743,423,718 1 CIP Escalation factors applied reflect the Engineering News Record Construction Cost Index. 2 Per discussion with City staff, the Utility anticipates to spend approximately $75M in R&R and approximately $125M a year in other projects for total annual spending of $200M a year. As such, the analysis uses this redistribution assumption in order to match the Utility's projected annual City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules FAMS - Control Panel Schedule 7 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Forecast of Net Revenues & Debt Service Coverage Schedule 8 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 1 Operating Revenue 2 Water, Sewer And Reclaimed Rate Revenue 104,864,820$ 104,864,820$ 112,240,026$ 120,158,484$ 128,661,569$ 137,793,891$ 147,603,554$ 158,147,583$ 169,474,705$ 181,644,920$ 194,722,934$ 3 Change in Revenue From Growth - (55,490) (54,299) (52,816) (51,002) (48,814) (40,815) (39,373) (37,527) (35,225) (32,413) 4 Subtotal 104,864,820$ 104,809,330$ 112,185,727$ 120,105,668$ 128,610,567$ 137,745,077$ 147,562,739$ 158,108,210$ 169,437,178$ 181,609,695$ 194,690,521$ 5 Weighted Average Rate Increase 8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00% 6 Additional Rate Revenue From Rate Increase - 8,384,746 8,974,858 9,608,453 10,288,845 11,019,606 11,805,019 12,648,657 13,554,974 14,528,776 15,575,242 7 Price Elasticity Adjustment - (954,050) (1,002,101) (1,052,553) (1,105,522) (1,161,129) (1,220,175) (1,282,162) (1,347,233) (1,415,536) (1,487,229) 8 Total Rate Revenue 104,864,820$ 112,240,026$ 120,158,484$ 128,661,569$ 137,793,891$ 147,603,554$ 158,147,583$ 169,474,705$ 181,644,920$ 194,722,934$ 208,778,534$ 9 Plus: Other Operating Revenue 6,719,181 7,079,202 7,460,358 7,868,455 8,305,494 8,773,626 9,275,165 9,812,602 10,388,615 11,006,787 11,670,387 10 Equals: Total Operating Revenue 111,584,001$ 119,319,228$ 127,618,842$ 136,530,024$ 146,099,385$ 156,377,180$ 167,422,749$ 179,287,307$ 192,033,535$ 205,729,721$ 220,448,921$ 11 Less: Operating Expenses 12 Personal Services (18,076,692)$ (18,758,418)$ (19,872,228)$ (21,256,944)$ (22,194,165)$ (23,347,999)$ (24,644,421)$ (25,974,043)$ (27,377,442)$ (28,858,854)$ (30,422,768)$ 13 Purchased Water Costs (8,111,706) (7,844,795) (8,127,509) (8,418,363) (8,717,438) (9,024,801) (5,158,263) (4,705,544) (4,921,083) (5,146,806) (5,383,205) 14 Operations & Maintenance Costs (32,560,899) (33,828,865) (35,095,416) (36,412,548) (37,782,407) (39,207,236) (40,689,378) (39,195,450) (40,799,670) (42,468,881) (44,205,875) 15 Equals: Net Operating Income 52,834,704$ 58,887,149$ 64,523,688$ 70,442,169$ 77,405,374$ 84,797,145$ 96,930,687$ 109,412,271$ 118,935,341$ 129,255,180$ 140,437,072$ 16 Plus: Non-Operating Income/(Expense) 17 Interest Income 4,130,390$ 3,376,879$ 1,819,957$ 837,488$ 871,795$ 905,502$ 918,429$ 911,652$ 929,125$ 969,061$ 1,010,763$ 18 Water Impact Fees 39,000 42,900 46,800 46,800 46,800 46,800 46,800 46,800 46,800 46,800 46,800 19 Sewer Impact Fees 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 20 Equals: Net Income 57,082,334$ 62,385,168$ 66,468,685$ 71,404,697$ 78,402,209$ 85,827,687$ 97,974,157$ 110,448,963$ 119,989,506$ 130,349,281$ 141,572,875$ 21 Less: Revenues Excluded From Coverage Test 22 Impact Fees (117,240)$ (121,140)$ (125,040)$ (125,040)$ (125,040)$ (125,040)$ (125,040)$ (125,040)$ (125,040)$ (125,040)$ (125,040)$ 23 Equals: Net Income Available For Debt Service 56,965,094$ 62,264,028$ 66,343,645$ 71,279,657$ 78,277,169$ 85,702,647$ 97,849,117$ 110,323,923$ 119,864,466$ 130,224,241$ 141,447,835$ 24 Senior Lien Debt Service Coverage Test 25 Net Income Available for Senior-Lien Debt Service 56,965,094$ 62,264,028$ 66,343,645$ 71,279,657$ 78,277,169$ 85,702,647$ 97,849,117$ 110,323,923$ 119,864,466$ 130,224,241$ 141,447,835$ 26 Existing Senior-Lien Debt 8,746,060 8,743,610 8,729,280 8,727,760 8,713,740 8,706,905 8,691,945 8,688,490 8,666,290 9,455,050 9,452,775 27 Cumulative New Senior Lien Debt Service (calculated) 1 - - - 8,933,583 11,622,848 26,941,290 31,552,580 47,369,103 52,130,330 64,120,775 70,385,844 28 Total Annual Senior-Lien Debt Service Req.8,746,060$ 8,743,610$ 8,729,280$ 17,661,343$ 20,336,588$ 35,648,195$ 40,244,525$ 56,057,593$ 60,796,620$ 73,575,825$ 79,838,619$ 29 Calculated Senior-Lien Debt Service Coverage 1.50 6.51 7.12 7.60 4.04 3.85 2.40 2.43 1.97 1.97 1.77 1.77 30 Cash Flow Test31Net Income Available For Debt Service 56,965,094$ 62,264,028$ 66,343,645$ 71,279,657$ 78,277,169$ 85,702,647$ 97,849,117$ 110,323,923$ 119,864,466$ 130,224,241$ 141,447,835$ 32 Less: Non-Operating Expenditures 33 Net Interfund Transfers (In - Out)(20,135,090) (21,922,840) (22,697,363) (23,490,976) (24,377,527) (25,384,025) (26,464,879) (27,625,310) (28,870,750) (30,209,977) (31,650,074) 34 Net Debt Service Payment (8,746,060) (8,743,610) (8,729,280) (17,661,343) (20,336,588) (35,648,195) (40,244,525) (56,057,593) (60,796,620) (73,575,825) (79,838,619) 35 Capital Outlay (331,530) (333,080) (334,708) (336,416) (338,211) (340,095) (342,073) (344,150) (346,331) (348,621) (351,026) 36 Net Cash Flow 27,752,414$ 31,264,498$ 34,582,295$ 29,790,921$ 33,224,844$ 24,330,332$ 30,797,640$ 26,296,870$ 29,850,765$ 26,089,817$ 29,608,117$ City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Forecast of Net Revenues & Debt Service Coverage Schedule 8 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 37 Unrestricted Reserve Fund Test 38 Balance At Beginning Of Fiscal Year 187,841,666$ 170,186,836$ 120,624,592$ 31,547,577$ 33,043,928$ 34,347,005$ 35,790,018$ 35,246,031$ 34,937,518$ 36,549,097$ 38,237,270$ 39 Cash Flow Surplus/(Deficit)27,752,414 31,264,498 34,582,295 29,790,921 33,224,844 24,330,332 30,797,640 26,296,870 29,850,765 26,089,817 29,608,117 41 Projects Paid With Non Specified Funds (45,407,244) (80,826,742) (123,659,310) (28,294,570) (31,921,767) (22,887,320) (31,341,627) (26,605,383) (28,239,186) (24,401,644) (27,839,463) 42 Balance At End Of Fiscal Year 170,186,836$ 120,624,592$ 31,547,577$ 33,043,928$ 34,347,005$ 35,790,018$ 35,246,031$ 34,937,518$ 36,549,097$ 38,237,270$ 40,005,924$ 43 Minimum Working Capital Reserve Target 29,374,648 30,216,039 31,547,577 33,043,928 34,347,005 35,790,018 35,246,031 34,937,518 36,549,097 38,237,270 40,005,924 44 Excess/(Deficiency) Of Working Capital To Target 140,812,187$ 90,408,553$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 1 For additional information regarding model calculated debt service, see Schedule 11 of this report. City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Capital Project Funding Summary Schedule 9 Final Capital Projects Funding Sources FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Renewal & Replacement (327)16,218,490$ 15,805,377 16,135,026 16,471,942 16,868,376 17,348,559 17,864,134 18,417,059 19,009,948 19,648,133 20,334,939 Revenue Fund (421)45,407,244$ 80,826,742 123,659,310 28,294,570 31,921,767 22,887,320 31,341,627 26,605,383 28,239,186 24,401,644 27,839,463 Senior-Lien Debt Proceeds - - 25,942,091 150,049,489 138,382,331 163,390,976 162,539,904 149,045,593 162,111,271 74,100,492 52,315,333 Total Projects Paid 61,625,734$ 96,632,119 165,736,428 194,816,001 187,172,473 203,626,855 211,745,665 194,068,035 209,360,405 118,150,269 100,489,735 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Funding Summary by Fund Schedule 10 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Water Impact Fees Balance At Beginning Of Fiscal Year 950,000$ 989,000 1,031,900 1,078,700 1,125,500 1,172,300 1,219,100 1,265,900 1,312,700 1,359,500 1,406,300 Annual Revenues 39,000 42,900 46,800 46,800 46,800 46,800 46,800 46,800 46,800 46,800 46,800 Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 989,000 1,031,900 1,078,700 1,125,500 1,172,300 1,219,100 1,265,900 1,312,700 1,359,500 1,406,300 1,453,100 Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 989,000 1,031,900 1,078,700 1,125,500 1,172,300 1,219,100 1,265,900 1,312,700 1,359,500 1,406,300 1,453,100 Amount Paid For Projects - - - - - - - - - - - Subtotal 989,000 1,031,900 1,078,700 1,125,500 1,172,300 1,219,100 1,265,900 1,312,700 1,359,500 1,406,300 1,453,100 Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings 21,814 22,735 23,744 24,797 25,850 26,903 27,956 29,009 30,062 31,115 32,168 Less: Interest Allocated To Cash Flow (21,814) (22,735) (23,744) (24,797) (25,850) (26,903) (27,956) (29,009) (30,062) (31,115) (32,168) Balance At End Of Fiscal Year 989,000$ 1,031,900 1,078,700 1,125,500 1,172,300 1,219,100 1,265,900 1,312,700 1,359,500 1,406,300 1,453,100 Sewer Impact Fees Balance At Beginning Of Fiscal Year 3,550,000$ 3,628,240 3,706,480 3,784,720 3,862,960 3,941,200 4,019,440 4,097,680 4,175,920 4,254,160 4,332,400 Annual Revenues 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 78,240 Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 3,628,240 3,706,480 3,784,720 3,862,960 3,941,200 4,019,440 4,097,680 4,175,920 4,254,160 4,332,400 4,410,640 Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 3,628,240 3,706,480 3,784,720 3,862,960 3,941,200 4,019,440 4,097,680 4,175,920 4,254,160 4,332,400 4,410,640 Amount Paid For Projects - - - - - - - - - - - Subtotal 3,628,240 3,706,480 3,784,720 3,862,960 3,941,200 4,019,440 4,097,680 4,175,920 4,254,160 4,332,400 4,410,640 Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings 80,755 82,516 84,276 86,036 87,797 89,557 91,318 93,078 94,838 96,599 98,359 Less: Interest Allocated To Cash Flow (80,755) (82,516) (84,276) (86,036) (87,797) (89,557) (91,318) (93,078) (94,838) (96,599) (98,359) Balance At End Of Fiscal Year 3,628,240$ 3,706,480 3,784,720 3,862,960 3,941,200 4,019,440 4,097,680 4,175,920 4,254,160 4,332,400 4,410,640 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Funding Summary by Fund Schedule 10 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Renewal & Replacement (327) Balance At Beginning Of Fiscal Year 1,747,320$ 19,657 221 2 0 0 0 0 0 0 0 Annual Revenues 14,471,170 15,785,720 16,134,805 16,471,940 16,868,376 17,348,559 17,864,134 18,417,059 19,009,948 19,648,133 20,334,939 Less: Annual Expenses - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 16,218,490 15,805,377 16,135,026 16,471,942 16,868,376 17,348,559 17,864,134 18,417,059 19,009,948 19,648,133 20,334,939 Less: Restricted Funds - - - - - - - - - - - Total Amount Available For Projects 16,218,490 15,805,377 16,135,026 16,471,942 16,868,376 17,348,559 17,864,134 18,417,059 19,009,948 19,648,133 20,334,939 Amount Paid For Projects (16,218,490) (15,805,377) (16,135,026) (16,471,942) (16,868,376) (17,348,559) (17,864,134) (18,417,059) (19,009,948) (19,648,133) (20,334,939) Subtotal - - - - - - - - - - - Add Back: Restricted Funds - - - - - - - - - - - Plus: Interest Earnings 19,657 221 2 0 0 0 0 0 0 0 0 Less: Interest Allocated To Cash Flow - - - - - - - - - - - Balance At End Of Fiscal Year 19,657$ 221 2 0 0 0 0 0 0 0 0 Revenue Fund (421) Balance At Beginning Of Fiscal Year 187,841,666$ 170,186,836 120,624,592 31,547,577 33,043,928 34,347,005 35,790,018 35,246,031 34,937,518 36,549,097 38,237,270 Net Cash Flow 27,752,414 31,264,498 34,582,295 29,790,921 33,224,844 24,330,332 30,797,640 26,296,870 29,850,765 26,089,817 29,608,117 Less: Cash-Funded Capital Projects - - - - - - - - - - - Less: Payment Of Debt Service - - - - - - - - - - - Subtotal 215,594,080 201,451,334 155,206,887 61,338,498 66,268,772 58,677,338 66,587,657 61,542,901 64,788,283 62,638,915 67,845,387 Less: Restricted Funds (29,374,648) (30,216,039) (31,547,577) (33,043,928) (34,347,005) (35,790,018) (35,246,031) (34,937,518) (36,549,097) (38,237,270) (40,005,924) Total Amount Available For Projects 186,219,432 171,235,295 123,659,310 28,294,570 31,921,767 22,887,320 31,341,627 26,605,383 28,239,186 24,401,644 27,839,463 Amount Paid For Projects (45,407,244) (80,826,742) (123,659,310) (28,294,570) (31,921,767) (22,887,320) (31,341,627) (26,605,383) (28,239,186) (24,401,644) (27,839,463) Subtotal 140,812,187 90,408,553 - - - - - - - - - Add Back: Restricted Funds 29,374,648 30,216,039 31,547,577 33,043,928 34,347,005 35,790,018 35,246,031 34,937,518 36,549,097 38,237,270 40,005,924 Plus: Interest Earnings 4,027,821 3,271,629 1,711,937 726,654 758,148 789,042 799,156 789,565 804,224 841,347 880,236 Less: Interest Allocated To Cash Flow (4,027,821) (3,271,629) (1,711,937) (726,654) (758,148) (789,042) (799,156) (789,565) (804,224) (841,347) (880,236) Balance At End Of Fiscal Year 170,186,836$ 120,624,592 31,547,577 33,043,928 34,347,005 35,790,018 35,246,031 34,937,518 36,549,097 38,237,270 40,005,924 City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis Appendix: Supporting Financial Schedules Schedule 11 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2030 FY 2031 FY 2032 FY 2033 FY 2034 FY 2035 Term (Years)30 30 30 30 30 30 30 30 30 30 30 Interest Rate 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Sources of Funds Par Amount -$ - - 178,671,655 - 306,368,839 - 316,330,454 - 239,808,896 53,112,013 Uses of Funds Proceeds -$ - - 175,991,580 - 301,773,306 - 311,585,497 - 236,211,763 52,315,333 Cost of Issuance 1.50%of Par -$ - - 2,680,075 - 4,595,533 - 4,744,957 - 3,597,133 796,680 Underwriter's Discount - per $1,000 -$ - - - - - - - - - - Bond Insurance 0 times total Debt Service -$ - - - - - - - - - - Capitalized Interest 0 Years Interest -$ - - - - - - - - - - Debt Service Surety 0.00%of Debt Service -$ - - - - - - - - - - Debt Service Reserve 0 Year(s) of Debt Service -$ - - - - - - - - - - Other Costs -$ - - - - - - - - - - Total Uses -$ - - 178,671,655 - 306,368,839 - 316,330,454 - 239,808,896 53,112,013 1 Year Interest -$ - - 8,933,583 - 15,318,442 - 15,816,523 - 11,990,445 2,655,601 Annual Debt Service -$ - - 11,622,848 - 19,929,733 - 20,577,750 - 15,599,913 3,455,013 Total Debt Service -$ - - 348,685,427 - 597,891,979 - 617,332,500 - 467,997,385 103,650,380 Required Proceeds for Capital Funding -$ - 25,942,091 150,049,489 138,382,331 163,390,976 162,539,904 149,045,593 162,111,271 74,100,492 52,315,333 Cumulative New Annual Senior Lien Debt Service1 -$ - - 8,933,583 11,622,848 26,941,290 31,552,580 47,369,103 52,130,330 64,120,775 70,385,844 1Reflects interest-only payment due in year of issuance. Interim Financing Interim Financing being Utilized?Y Y N N N N N N N N N Interim Financing Proceeds -$ - - - - - - - - - - Interest Payments -$ - - - - - - - - - - EOY Balance -$ - - - - - - - - - - Proceeds to be Bond-Funded -$ - - 175,991,580 - 301,773,306 - 311,585,497 - 236,211,763 52,315,333 Long-Term Borrowing Projections City of Clearwater | FY 2025 Water, Sewer, Irrigation and Reclaimed Water Revenue Sufficiency Analysis ORDINANCE NO. 9854-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING CODE OF ORDINANCES, APPENDIX A – SCHEDULE OF FEES, RATES AND CHARGES, ARTICLE XXIV PUBLIC WORKS – FEES, RATES AND CHARGES; AMENDING SECTION 3 RATES FOR WASTEWATER COLLECTION; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Appendix A, Article XXIV sets forth the schedule of fees, rates, and charges to be paid by customers of the City’s water, wastewater collection, and reclaimed water systems; WHEREAS, in July 2025, Stantec Consulting Services, Inc. completed a Water and Sewer Rate Study Analysis (“Study”), which evaluated the sufficiency of the revenues provided by existing water, wastewater collection, and reclaimed water rates; WHEREAS, the Study recommended an 8% increase to domestic water rates, lawn water rates, wastewater collection rates, and reclaimed water rates. WHEREAS, the Study noted that while the previously adopted 3% annual increase was sufficient for previous fiscal years, recent increases in capital costs, borrowing levels, and operating costs necessitates an increase in rates; WHEREAS, the Public Utilities Department conducted an internal review of the Study and recommends increases to these rates in order to sustainably fund the identified infrastructure needs to maintain safe and reliable drinking and wastewater services; WHEREAS, the City Council adopted Ordinance 9841-25 on September 18, 2025, which implemented the 8% increase as recommended by the Study; however, there was a scrivener’s error regarding the Wastewater Collection Rates; WHEREAS, after a properly noticed public hearing, the City Council determines that the adoption of this Ordinance correcting the scrivener’s error is in the best interest of the City. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: SECTION 1: Appendix A, Article XXIV, Section 3 (b) 1 of the City of Clearwater Code of Ordinances, is amended with the following underlined language to be added and the strikethrough language to be deleted as written below: “(b) Wastewater collection utility rates. 1.There is hereby established a uniform schedule of rates and charges for the availability of use of the wastewater collection system. The wastewater collection utility rate shall be a monthly fee, as provided in the table below, based on the meter size and volume allowance of domestic water, with an additional charge per 1,000 gallons of water consumed over the allowance per the table below. Such rates shall take effect for bills issued on or after the dates as shown in the following table, and shall remain in effect thereafter unless amended: Base Monthly Charge With or Without Consumption Size of Meter October 1, 2025 October 1, 2026 October 1, 2027 October 1, 2028 October 1, 2029 Allowance (gallons) Under 1-inch Effective December 1, 2025 $40.74 $34.73 $44.01 $37.51 $47.52 $40.51 $51.33 $43.75 $55.44 $47.25 3,000 or less SECTION 2: Should any of the clauses, sentences, paragraphs, sections, or parts of this Ordinance be deemed invalid, unconstitutional, or unenforceable by a court of law or administrative agency with jurisdiction over the matter, such action shall not be construed to affect any other valid portion of this Ordinance. SECTION 3: This Ordinance shall become effective November 20, 2025. PASSED ON FIRST READING ____________________ PASSED ON SECOND AND FINAL ____________________ READING AND ADOPTED __________________________ Bruce Rector Mayor Approved as to form: Attest: _______________________ __________________________ Jerrod Simpson Rosemarie Call Senior Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1051 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Authorize a purchase order to Trihedral Inc. of Orlando, FL, for the purchase of Supervisory Control and Data Acquisition (SCADA) system software licenses, including the initial year of SupportPlus, in a not-to-exceed amount of $199,079.75, and authorize annual technical support services in the amount of $30,467.25 per year for a nine-year term following the initial year, pursuant to RFP 07-25, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Public Utilities Department uses a SCADA system to monitor, control, and analyze operations across the City’s water and wastewater treatment facilities and lift stations. The current platform, Citect SCADA 2016 R2, has been in service for several years but presents limitations in scalability, integration, and long-term vendor support. As part of the City’s SCADA Master Plan (20-0016-UT), staff evaluated modern software platforms capable of supporting the City’s growing infrastructure, while enhancing reliability, and cybersecurity and overall performance. Based on the recommendations in the Master Plan, the City issued RFP 07-25 on March 7, 2025, to solicit proposals from qualified vendors. The City received responses from two qualified firms. A selection committee comprised of Public Utilities staff along with an engineer from McKim and Creed thoroughly evaluated the submissions based on the RFP criteria and responsiveness. Following the evaluation, the committee recommended awarding Trihedral Inc. based on their VTScada software solution. VTScada was selected due to its built-in redundancy, integrated toolsets, enhanced cybersecurity, user-friendly interface, and cost-effective licensing structure. The software will be implemented at the following facilities: ·Lift stations ·East Water Reclamation Facility (WRF), Marshall Street WRF, Northeast WRF ·Reverse Osmosis (RO) 1, RO2, and Water Treatment Plant 3 After refining the project's scope to meet the City's specific operational needs, Trihedral's initial quote was revised from $172,810.50 to $199,079.75. This increase reflects necessary scope adjustments, not higher unit prices, and includes several cost-saving measures. The primary change involved correcting the software licensing model. The initial proposal had incorrectly bundled lift stations under plant licenses and underestimated the license size needed for the plants. The revised scope ensures each lift station is properly licensed and that plants have larger licenses to handle required data volumes. This proactive adjustment prevents future coverage gaps and the need for costly add-ons. To help offset the increase, Trihedral honored its original discounted pricing for critical features and removed optional services, lowering the overall cost. Page 1 City of Clearwater Printed on 10/31/2025 File Number: ID#25-1051 The initial contract term is anticipated to begin on November 1, 2025, and continue through project completion. If the project is delayed, the City may adjust the start date, end date and associated milestones accordingly. The RFP also specified a ten-year term for annual software support. The initial year is included with the purchase of the Supervisory Control and Data Acquisition (SCADA) system software licenses, with each subsequent year priced at $30,467.25 annually. APPROPRIATION CODE AND AMOUNT: Funding for the current year is available in Public Utilities operating cost centers 4211348, 4211354, 4211355, 4211356, 4212056, 4212057, and 4212058 in cost code 530300 (contractual services). Future year funding will be requested as part of the annual budget process. The Public Utilities Department is funded by revenue from the Water & Sewer Utility Enterprise Fund. STRATEGIC PRIORITY: Approval is requested for funding to purchase Trihedral’s VTScada software. This aligns with the Council’s Strategic Plan for High Performing Government, furthering our commitment to maintaining public infrastructure via evidence-based measurement, systematic management, and fostering innovation. Page 2 City of Clearwater Printed on 10/31/2025 City of Clearwater Procurement Jay Ravins, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [TRIHEDRAL INC] RESPONSE DOCUMENT REPORT RFP No. 07-25 SCADA System Software RESPONSE DEADLINE: April 10, 2025 at 10:00 am Report Generated: Friday, July 18, 2025 Trihedral Inc Response CONTACT INFORMATION Company: Trihedral Inc Email: bryan.sinkler@trihedral.com Contact: Bryan Sinkler Address: 7380 West Sand Lake Rd. Suite 100 Orlando, FL 32819 Phone: (800) 463-2783 Website: www.vtscada.com Submission Date: Apr 10, 2025 1:21 AM (Eastern Time) [TRIHEDRAL INC] RESPONSE DOCUMENT REPORT RFP No. 07-25 SCADA System Software [TRIHEDRAL INC] RESPONSE DOCUMENT REPORT Request For Proposal - SCADA System Software Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. Exceptions* Pass Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? Yes EXCEPTIONS TAKEN* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. Trihedral_Response_to_RFP_07-25_SCADA_System_Software_Exceptions.docx 2. Additional Materials* Pass Have you included any additional materials? Yes [TRIHEDRAL INC] RESPONSE DOCUMENT REPORT RFP No. 07-25 SCADA System Software [TRIHEDRAL INC] RESPONSE DOCUMENT REPORT Request For Proposal - SCADA System Software Page 3 DESCRIPTION OF ADDITIONAL MATERIALS* Provide a brief description of the additional materials included. Product Information 3. Certified Business* Pass Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No 4. Vendor Certification* Pass By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public [TRIHEDRAL INC] RESPONSE DOCUMENT REPORT RFP No. 07-25 SCADA System Software [TRIHEDRAL INC] RESPONSE DOCUMENT REPORT Request For Proposal - SCADA System Software Page 4 records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed 5. E-Verify System Certification* Pass PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. [TRIHEDRAL INC] RESPONSE DOCUMENT REPORT RFP No. 07-25 SCADA System Software [TRIHEDRAL INC] RESPONSE DOCUMENT REPORT Request For Proposal - SCADA System Software Page 5 D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed 6. Vendor's Proposal* Pass Upload a copy of your proposal with the information requested as detailed in the solicitation titled 07-25 SCADA System Software. Exhibit_A_-_SCADA_Software_Evaluation_Trihedral_Response.xlsx Exhibit_B_Price_Sheet.pdf Request_for_Proposal_07-25_SCADA_System_Software_Trihedral_Repsonse_.pdf 7. Scrutinized Company Certification* Pass Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... Scrutinized_Form_1.jpg Scrutinized_Form_2.jpg [TRIHEDRAL INC] RESPONSE DOCUMENT REPORT RFP No. 07-25 SCADA System Software [TRIHEDRAL INC] RESPONSE DOCUMENT REPORT Request For Proposal - SCADA System Software Page 6 8. Compliance with Anti-Human Trafficking Laws* Pass Please download the below documents, complete, and upload. • Compliance_with_787.06_form... Anti_Trafficking.jpg 9. W-9* Pass Upload your current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) W9_2025TINC.pdf Trihedral Response to RFP 07-25 SCADA System Software April 10, 2025 Exceptions and Notes to the RFP • Some T&Cs in sample contract conflict with VTScada Standard Terms and Conditions. This is not uncommon with several municipalities we have worked closely with. In almost every case we have been able to work with our clients to resolve any T&C issues and have never had a legal dispute with any client in our nearly 40 years of making software. In addition, VTScada can be purchased through our VTScada Certified Solutions approved system integrators and partners. • Multi-year discounts for SupportPlus are available if SupportPlus is pre-purchased. • If SupportPlus is maintained, annual SupportPlus costs remain fixed year over year for licenses purchased at that time. • Prices valid until October 1, 2025. © Trihedral Engineering Limited 2024. VTScada and Trihedral are registered trademarks of Trihedral Engineering Limited. All other products are trademarks of their respective owners. VTScada.com info@trihedral.com 1.800.463.2783 (North America) 1.902.835.1575 (Worldwide) +44 (0) 1224 258910 (Europe) US Pricing Small to Medium Systems Step 1: Select tag limit. Step 2: Select a Development Runtime or Runtime as a primary server. Add back-up servers as needed. Step 3: Add features to a server. Development Runtimes include the Data Sharing Package. Step 4: Add Thin Clients. Not required on back- up servers. (Ex. 6 Clients = 5-Pack + Single) I/O Tags Development Runtime Runtime Alarm Notification Email, SMS, Voice Data Sharing to 3rd Party Systems* ODBC Server, OPC Server, WEB Services Thin Clients Concurrent PC and Mobile connections. Single 5-Pack Unlimited 1,000 6,195 3,295 1,695 2,095 2,795 8,095 8,695 5,000 8,195 4,195 2,795 2,595 3,295 10,895 16,395 10,000 9,995 5,095 2,795 2,795 4,095 12,495 23,795 25,000 12,095 5,995 4,095 3,195 5,095 16,395 37,395 50,000 14,095 6,995 4,095 3,495 5,895 19,795 58,195 100,000 to Unlimited Please refer to Enterprise Pricing Sheet * Add to the VTScada Runtime license – if required. This specific feature is included with every Development Runtime license. Prices in effect as of July 1, 2024. Subject to change without notice. VTScada and the Idea Studio are registered trademarks of Trihedral Engineering Limited. Allen-Bradley, SCADAPack, DataFlow Systems, Modbus, CIP, ENIP, Siemens S7, Omron Host Link, OPC, DNP3, SNMP, Motorola ACE, CalAmp and MDS are trademarks of their respective owners. Support Options - Single Vendor 90 days SupportPlus Technical Support and Product Updates Included with software purchase Annual SupportPlus Technical Support and Product Updates 15% of total software purchase price Annual 24/7 Emergency Product Support. Available as extension of annual SupportPlus 5% (minimum $1,500) Integrated Components Included (single installation) Development Runtime Runtime Run and Operate Application Server - Primary or redundant event-driven execution for any scale √ √ Runtime Client - Can function as a complete or partial back-up for system operations √ √ Widgets and Graphics Library – 1,000's for many industries and applications √ √ Historian - High performance with zero set-up time needed √ √ Security - Integrated and extensible by both privilege and role-based models √ √ Network and Computer Resource Monitoring with SNMP Agent - A total system view √ √ Alarms and Events - Unlimited logging of all user and system actions √ √ Trending - Automatic and available with no additional set-up √ √ Reporting - Manual or automatic report creation with extensible options √ √ Slippy Maps Integration - Available either on-line or off-line with full pan and zoom √ √ Electronic Operator Logbooks - Tamperproof recording of noteworthy events √ √ I/O Drivers Common (e.g. Modbus, DF1, CIP/ENIP, Siemens S7, Omron Host Link, OPC) √ √ Advanced (e.g. DNP3, SNMP, Motorola ACE, CalAmp and MDS radio diagnostics) √ √ Proprietary (e.g. DataFlow Systems and others) √ √ DataLogger (e.g. DF1, SCADAPack) √ √ Develop Automatic Version Control - System-wide disaster recovery and audit tools √ √ Idea Studio - Efficient development environment on-line, off-line and multi-developer √ Change Deployment - Remotely update all computers with a single click √ Scripting and Debugging Tools - Powerful event-driven language of 700+ functions √ ODBC Server, OPC Server, Web Services - Sharing process data and services with 3rd party systems √ © Trihedral Engineering Limited 2024. VTScada and Trihedral are registered trademarks of Trihedral Engineering Limited. All other products are trademarks of their respective owners. VTScada.com info@trihedral.com 1.800.463.2783 (North America) 1.902.835.1575 (Worldwide) +44 (0) 1224 258910 (Europe) US Pricing Popular Bundles - Small and Medium Systems Prices in effect as of July 1, 2024. Subject to change without notice. Training credit is only available as long as the bundle remains current in SupportPlus. Allen-Bradley, SCADAPack, DataFlow Systems, Modbus, CIP, ENIP, Siemens S7, Omron Host Link, OPC, DNP3, SNMP, Motorola ACE, CalAmp and MDS are trademarks of their respective owners. Dual Server Redundant Dual Server Config Dual Server Premium Run and Operate Thin Client (PC or Mobile) Two Two Unlimited Historian √ √ √ Security √ √ √ Trending √ √ √ Reporting √ √ √ Slippy Maps Integration √ √ √ Electronic Operator Logbooks √ √ √ Widgets and Graphics Library √ √ √ Network and Computer Resource Monitoring √ √ √ I/O Drivers Common: e.g. Modbus, DF1, CIP/ENIP, Siemens S7, Omron Host Link, OPC √ √ √ Advanced: e.g. DNP3, SNMP, Motorola ACE, CalAmp, MDS radio diagnostics √ √ √ Proprietary: e.g. DataFlow Systems and others √ √ √ DataLogger: e.g. DF1, SCADAPack √ √ √ SupportPlus 1st Year: Seamless Version Compatibility and Value Protection √ √ √ 1st Year: Unlimited Support and Upgrades √ √ √ Alarms Alarms and Events Logging √ √ √ Email, SMS, Pager, Voice (text-to-speech) Dial-out/Dial-in √ √ √ Configuration Automatic Version Control √ √ √ Idea Studio Development Environment √ √ √ Change Deployment √ √ √ Scripting and Debugging Tools √ √ √ ODBC Server, OPC Server, Web Services √ √ √ Multiple-plant Support √ √ √ Redundancy Back-up Historian √ √ √ Back-up Alarms and Events Logging √ √ √ Back-up Alarm Notification and Acknowledgement √ √ √ Back-up ODBC Server, OPC Server, Web Services √ √ √ Back-up Automatic Version Control √ √ √ Secondary Idea StudioTM Development Environment √ √ Back-up Change Deployment √ √ Multi-user Scripting and Debugging Tools √ √ Bonus: $1,000 credit toward a regularly scheduled training class √ √ Bonus: 1st Year: 24/7 Emergency Support √ Tag Ranges 1,000 I/O 22,879 24,774 29,728 SPECIAL DISCOUNTED PRICE 16,195 17,195 19,495 SAVINGS 29% 31% 34% 5,000 I/O 30,221 32,784 45,611 SPECIAL DISCOUNTED PRICE 20,695 22,895 27,695 SAVINGS 32% 30% 39% 10,000 I/O 35,227 38,569 58,398 SPECIAL DISCOUNTED PRICE 24,195 27,695 37,095 SAVINGS 31% 28% 36% 25,000 I/O 44,127 48,359 82,113 SPECIAL DISCOUNTED PRICE 29,995 34,695 51,095 SAVINGS 32% 28% 38% 50,000 I/O 49,579 54,589 110,943 SPECIAL DISCOUNTED PRICE 33,595 40,395 76,695 SAVINGS 32% 26% 31% 100,000 - 2,500,000 (unlimited) I/O Please call Trihedral 1 Trihedral Inc. 7380 W Sand Lake Rd, Suite 100 Orlando, Florida 32819 Mobile: 407-403-3785 Office: 407-888-8203 www.trihedral.com City of Clearwater, FL Trihedral Response to RFP 07-25, SCADA System Software Date: Apr. 9, 2025 Delivered to: Lori Vogel via Portal Website Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 2 Tab 1. Letter of Transmittal Lori Vogel City of Clearwater Re: Trihedral Cover Letter, Response to Request for Proposal 07-25, SCADA System Software April 9, 2025 Dear Ms. Vogel, Thank you for providing us with the opportunity to provide a response to Request for Proposal 07-25, SCADA System Software. Trihedral has a 38+ year history in providing SCADA solutions that range from small implementations to large mission-critical systems. We believe that our experience in providing similar SCADA solutions for the Water/Wastewater industry throughout North America may be of interest in your review. In addition to our work with both large and small Water/Wastewater/Stormwater municipalities such as: Miami Dade, City of Tampa, Union County, NC, City of West Palm Beach, Manatee County, City of Sarasota and many other utilities across the US and North America, we also provide mission critical SCADA for large enterprise systems with demanding installations, such as Chesapeake Bay Tunnel, Niagara Falls power generation at Ontario Power, NavCanada's air traffic management equipment, Duke University Power Distribution, UNC Chapel Hill Chiller Systems, Toyota North America Building and Facilities Automation and many others. We believe this proven history of product capability, coupled with our 3 US east coast offices and vast network of highly trained system integrators in the state of Florida and North America offers real value for the City of Clearwater. We look forward to working with you and wish you well in your evaluation process. Best Regards, Bryan Sinkler Technical Sales, Trihedral Inc. 7380 West Sand Lake Rd., Suite 100 Orlando FL, 32819 407.403.3785 - Mobile 407.888.8203 - Office 800.463.2783 - Toll Free bryan.sinkler@trihedral.com Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 3 Tab 2. SCADA System Features Trihedral was founded on the spirit of innovation. What began as an idea for one of the world’s first reactive programming languages developed into VTScada, an award-winning all-in-one HMI and SCADA software platform for industrial applications of any size. Our permanent team of programmers and engineers keep VTScada on the cutting-edge with regular updates and industry leading features like integrated version control, real-time configuration, and bi-directional synchronization. Our unique approach to software and service has resulted in growth in sales, installations, and new customers every year for the last 37 years. Industries of Focus -Water/Wastewater – Power Generation – Manufacturing – Agriculture – Oil & Gas – Airport Systems – Food & Beverage – Tank Farm Monitoring – Broadcasting – Marine – Flood Control – Power Transmission – Power Distribution A History of Uninterrupted Growth Headquartered in North America, Trihedral has grown to nine offices in three countries spanning six time zones and serving customers in over 100 countries. In addition to primary VTScada software development the Bedford office is home to the engineering department that serves customers across North America. In 2015, Trihedral opened an engineering office in Calgary, Alberta, to provide services and support to our oil & gas and water & wastewater customers in western and northern Canada. Trihedral has two wholly owned subsidiaries. Trihedral UK was incorporated in 1998 in Aberdeen, Scotland. This office provides engineering and integration services to our European customers. Trihedral, Inc. was incorporated in Orlando, Florida in 2007. This office provides engineering and technical sales support for the southeast United States. Since then, Trihedral Inc. has added regional sales offices in Houston, Texas; Birmingham, Alabama; Chicago, Illinois; Dayton, Ohio, San Diego, California and Boston, Massachusetts. Awards and Recognitions • 2023 – Frost & Sullivan’s Best Practice Award – Global SCADA Solutions Customer Value Leadership Award • 2023 – Bronze Winner for Control Engineering Product of the Year – SCADA / HMI Software • 2023 – Finalist for Plant Engineering Product of the Year – SCADA / HMI Software • 2023 – Finalist for Consulting and Specifying Engineer Product of the Year – SCADA / HMI Software • 2022 – Frost & Sullivan’s Global Technology Innovation Leadership Award for SCADA and HMI Systems – Winner • 2021 – Control Engineering Engineers’ Choice Award – HMI Software Category – Winner Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 4 • 2020 – Plant Engineering 2020 Product of the Year “Automation & Controls” Category – Silver Award • 2020 – Oil & Gas Engineering Product of the Year – IIoT & Process Control Category – Silver Award • 2018 – Water’s Next Awards – Project/Technology Drinking Water category from Water Canada – Winner • 2018 – Named among Canada’s Top Small & Medium Employers, by Canada’s Top 100 Employers • 2018 – Control Engineering Engineers’ Choice Award, HMI Category – Honorable Mention • 2017 – Plant Engineering, Product of the Year – Automation and Controls Category – Silver Award • 2017 – Ernst & Young, Entrepreneurs of the Year, IT Category, Atlantic Canadian Region: Glenn Wadden and Barry Baker • 2017 – Control Engineering Engineers’ Choice Award, HMI Category – Honorable Mention • 2017 – Best ISA Whitepaper: Industrial and Automation Communication Protocols in the Age of IIoT – 2nd Prize • 2016 – Best ISA White Paper: Alarm Management and Reliable Architecture for Utility-wide SCADA Systems – Best Presentation • 2015 – Control Engineering Engineers’ Choice Award, HMI Category – Winner • 2015 – Best ISA Whitepaper: All Aboard the SCADA Mothership – Best Presentation, • 2014 – Best ISA Whitepaper: Managing Complexity Minimizing Risk – Honorable Mention • 2013 – Best ISA Whitepaper: Reinventing the SCADA Historian – Best Presentation • 2012 – Best ISA Whitepaper: Asset Tracking Version Control – Honorable Mention • 2012 to 2013 – Atlantic Canada’s Top Employer • 2007 to 2013 – Nova Scotia’s Top Employer • 2007 – Ten Best Employers in the Maritimes A Commitment to Outstanding Support We believe that personal and accessible technical support is an integral component of great HMI and SCADA software. Supervisory Control and Data Acquisition systems are complex and unique to each customer. Therefore, ensuring system uptime often requires timely answers from SCADA professionals with strong knowledge of the automation industry in general and specific knowledge of each customer’s system and needs. Our SCADA support offices are side-by-side with those of our development team. This makes it easy to get to the bottom of even the most difficult technical support questions. It also provides developers with direct feedback from customers to help keep VTScada growing with the needs of industry. With a yearly support contract in place, access to our friendly support team is just a phone call or email away. VTScada Offices Worldwide This corporate philosophy has seen our business grow from one entrepreneur’s vision to a flourishing global company with offices in Bedford, Nova Scotia; Aberdeen, Scotland; Orlando, Florida; Calgary, Alberta; Birmingham, Alabama; Houston, Texas; Chicago, Illinois; Dayton, Ohio; Boston, Massachusetts, and San Diego, California, for a total of ten offices in three countries spanning six time zones, and serving customers in over 100 countries. Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 5 Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 6 Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 7 Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 8 Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 9 Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 10 Tab 3. References Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 11 Tab 4. SCADA System Software Options (Appendix A: SCADA Software Evaluation) – See Next Page Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 12 Primary Topic Sub-Topics Possible Points Answer 1a. Name and Version of the latest software release VTScada 12.1.64 1b. Explain where the proposed software is in its lifecycle 50 VTScada is a very mature product and was developed in 1986 and uses a similar model to Apple to constantly improve the product. Fixes and features to VTScada are 1c. Upcoming features to be released in the next 3-5 years 30 Version 12.2 is expected to be released by summer of 2025 and Version 13.0 is expected within the next 2 to 3 years. Both are major releases and will have many new 1d. Estimated number of installations worldwide of this relative size using the proposed version of software30 1e. Describe the development and testing facilities used for internal testing, QC and validation20 Every version of VTScada is regression tested internally for up to 2.5 million tags and then "soaked" internally by staff for approximately a week before being released to the public. We are also IEC 62443 ML3 Certified for 1f. Ability of the software to provide simulation and/or development off of the live system20All VTScada applications can be cloned to allow users to simulate their application without interacting with the live 1g. References from current and past users 40 See Appendix A: References TOTAL SOFTWARE PACKAGE POINTS POSSIBLE 190 2a. Explain how licensing is counted and priced (tags, screens, bundles, groups, etc.)30 VTScada licensing utilizes tags for real I/O, meaning only tags reading data or writing data to and from field devices count against the licensed tag count. 2b. Type of license key (software, hardware, cloud, etc.)15 VTScada uses alphnumeric 25 character software key for installation. 2c. Primary/Backup or Redundant Server licensing strategy (hot standby, failover, redundant, etc.)30 VTScada redundancy uses a real time redundant fail over strategy that synchronizes the historians and all other services, where fail over is transparent to the end user. 2d. Client licensing strategy (concurrent, cloud based, NIC card assigned, etc.)50 Thin clients are concurrent in VTScada and would be unlimited in the architecture proposed. VTScada requires no installed software for the VTScada Anywhere thin 2e. Historian licensing strategy (point count method, user licensing, etc.)30 All VTScada thick clients licenses include a matching number of historian tags. The VTScada historian is integrated out of the box. For example, if a 5K tag thick 2f. 3rd part app licensing requirements (included in software, purchased separately, etc.)20 VTScada requires no 3rd party applications, with the exception of WebViewer, which is utilized for feeding live video streams or URLs into VTScada, which is not 2g. I/O Driver licensing requirements (included in software, purchased separately, etc.)20 All drivers are included with VTScada at no additional charge. A list of drivers can be found at 2h. Process for purchasing additional client licenses 20 Additional client licenses can be added at any time. This proposal includes unlimited thin clients. TOTAL LICENSING POINTS POSSIBLE 215 3a. List of I/O drivers that are built into the product 30 Please visit https://www.vtscada.com/device-driver-list/ 3b. Vendor sources of I/O drivers that are not built into the product20 All drivers required for this project are included in VTScada. 3c. List of database connectors/drivers that are built into the product10 VTScada includes ODBC, OPC and Web Services. 3d. Vendor sources of database connectors/drivers that are not built into the product15VTScada includes database connectors required for this project.3e. Primary/Backup strategy for I/O drivers (hot standby, failover, redundant, etc.)30 All VTScada services will fail over automatically from primary to backup based on an assigned server list.3f. Primary/Backup strategy for database connectors/drivers (hot standby, failover, redundant, etc.)15 All VTScada services will fail over automatically from primary to backup based on an assigned server list.TOTAL DRIVERS POINTS POSSIBLE 120 4a. Server license cost ranges 30 See Appendix B: Price Sheet. Server license and thick client have same meaning for VTScada licensing. 4b. Thick client license cost ranges 20 See Appendix B: Price Sheet. Server license and thick client have same meaning for VTScada licensing. 4c. Thin client license cost ranges 20 See Appendix B: Price Sheet 4d. Historian license cost and ranges 30 See Appendix B: Price Sheet 4e. Driver license cost ranges 20 VTScada includes a matching historian with every license, no additional cost 4f. Annual support cost strategy and details of what is included.50 VTScada SupportPlus is 15% of all licenses purchased and can be renewed annually. SupportPlus includes standard tech support Monday to Friday 8 to 5 EST, excluding US and Canadian holidays. If annual SupportPlus is maintained, annual SupportPlus renewal prices will not change annually, assuming no change in licensing. 24x7 TOTAL COST POINTS POSSIBLE 170 5a. Server redundancy strategy (hot standby, failover, redundant, levels of redundancy, etc.)70 All VTScada services will fail over automatically from primary to backup based on an assigned server list. 5b. Ability to upgrade and develop on servers without requiring downtime100 VTScada can be upgraded by installing the latest version on top of the old one. Typically this is done by upgrading the backup, then shutting down the primary server and 5c. Ability to have a client operate autonomously after loss of communication with server100A VTScada thick client can operate autonomously if it is configured as part of the server list. 5d. Server hardware requirements 10 System requirements can be found here, https://www.vtscada.com/scada-system-requirements/.5e. Thick client hardware requirements 10 System requirements can be found here, https://www.vtscada.com/scada-system-requirements/.5f. Thin client hardware requirements 10 System requirements can be found here, https://www.vtscada.com/scada-system-requirements/. 5g. 3rd Party software required to be added to your SCADA software for a complete system (MSSQL, WIN-911, AntiVirus, etc.)50 VTScada Development Runtime licenses come with Data Sharing option, which allows connection to 3rd party products via ODBC, OPC and Web Services. VTScada 5h. Can the server software run as a service 50 Yes. 5i. Can the client software run as a service 50 Yes. 5j. Server software supported platforms (Windows, Apple, Android, Linux)20 Windows, see system requirements for compatible versions of Windows, https://www.vtscada.com/scada-5k. Thick client supported platforms (Windows, Apple, Android, Linux)20 Windows, see system requirements for compatible versions of Windows, https://www.vtscada.com/scada-5l. Thin client supported platforms (Windows, Apple, Android, Linux)20 Windows, see system requirements for compatible versions of Windows, https://www.vtscada.com/scada- 5m. SCADA software tag database format 15 The VTScada Historian is pre-configured in every application and has a standardized schema. The integrated database is stored in binary files, which results in very compact storage and fast data read/write access. Relational databases can be used as an alternative to file- based storage. Microsoft SQL, Oracle and MySQL are 5n. SCADA software tag naming format 30 VTScada uses a hierachial tag structure, though flat tag file structure can be used. This is based on user 5o. Describe ability for servers to load share 10 VTScada services can be configured to load share to a number of servers. For example the historian can be a primary service on server A and a back up can be server B, 5p. Where is development of the application possible (on which servers and/or workstations)50 Development can occur on any licensed Development Runtime server as well as any VTScada Internet Client (VIC) that is connected to a Development Runtime server. 5q. Does the system support screen printing 10 Yes. 5r. List limitations on screen or I/O count based on polling method and reliable operation30 No limitation on screens. VTScada limitations on polling are often related to the existing radio/cellular and SCADA network infrastructure/bandwidth, as well as protocol that end devices are using. That said, VTScada typically 5s. Describe tools for monitoring network and system hardware health and statistics30VTScada includes drivers to monitor system health as well as an SNMP driver to monitor network devices.5t. Describe the ability and limitations of the software to include sub-projects as a roll-up into other projects20VTScada uses a feature called master-subordinate application where applications can be rolled into other 5u. Describe the ability and limitations of the software to share data between servers of separate systems.20 VTScada can shared date between data in a variety of ways, one of which is utilizing the master-subordinate application feature. VTScada can also hand off data using SQL tags or by using the ODBC connector as a way to TOTAL SERVER/CLIENT POINTS POSSIBLE 725 6a. Is the Historian ODBC compliant 70 Yes. 6b. Databased file format and location of data 40 The VTScada Historian is pre-configured in every application and has a standardized schema. The integrated database is stored in binary files, which results in very compact storage and fast data read/write access. Relational databases can be used as an alternative to file- based storage. Microsoft SQL, Oracle and MySQL are 6c. Strategies for data compression 20 See 6b above. 6d. Primary/Backup strategy for Historians (hot standby, failover, redundant, etc.)100 All VTScada services will fail over automatically from primary to backup based on an assigned server list. Upon fail over, the back up server will run all services and collect data. Once the primary server becomes available, 6e. Backfill from primary to backup Historian capability upon loss and reconnection of communications100See 6e. 6f. Backfill from server to Historian capability upon loss and reconnection of communications100See 6e. 6g. Can the Historian run as a service 20 Yes. 6h. How is trending achieved (pre-designed, trend on the fly, save custom trends, etc.)100 VTScada offers a unique quick trend feature that is an operator favorite. Any value on the screen can be trended on the fly. There is no limit to the number of 6i. What is the reporting capability (canned, custom, templates, etc.)40 VTScada has a built in report generator that has some canned reports and allows the creation of custom reports via scripting. The new Report Studio is very flexible and allows the user to create forms and templates for 6j. List limitations on historian tags, trending and reports 10 The only limit on historian tags is tag count, which would be tag count matching thick client license. No limit on trend pens other than the fact that too many pens in a trend window can become very busy. The report 6k. Data export capabilities and file formats 100 Historical data can be exported on the fly or on a schedule to Excel, CSV, Access or ODBC compliant database. TOTAL HISTORIAN/TRENDING POINTS POSSIBLE 700 7a. What packages can the SCADA system connect to (CMMS, LIMS, GPS, etc.)30 VTScada can connect to any product that supports ODBC, OPC or Web Services connections. 7b. What 3rd Party connection software is required 20 No 3rd party software is required. 7c. What is the method for connecting to Hach WIMS 30 Hach WIMS has a connector for VTScada via ODBC, it is reccomended that the user consult Hach for instructions on setting this up in Hach WIMS. 7d. Connectivity requirements for 3rd Party alarm notification software30VTScada has an integrated alarm notification system. VTScada supports voice, text and email notifications. TOTAL 3RD PARTY CONNECTIVITY POINTS POSSIBLE 110 8a. Does the software have built-libraries (how many and what kinds)50 VTScada has about 4,500 widgets, images and shapes and supports a variety of file types such as png, svg, bmp, jpg, 8b. Can custom objects be created as a custom library 50 Yes, widgets, as they are called in VTScada, can grouped and saved as custom widgets in custom libraries. 8c. Describe the scripting language and need for scripting as part of the application design20 Though seldom needed due to the vast amount of out of the box features in VTScada, the VTScada scripting language (similar to C++) allows unlimited customization of almost every feature including simple display 8d. Describe the configuration tools to configure the application (checkbox style dialog boxes, text files, etc.)30 Yes. 8e. Describe the built-in tools for easy integration of PLC objects into the application15VTScada has import tag import feature for Allen Bradley, DNP3, Multitrode, BACnet, MQTT, OPCUA and others if 8f. Describe the use of screen and object templates and how easy it is to create custom templates30 A unique feature of VTScada is the ability to create OEM code layers. This allows you to develop an extensive set of customized objects (including graphics, functions, displays 8g. Can the system configuration be changed without the need to redeploy or restart the system (servers or clients).30 Yes, VTScada can deploy configuration in real time using a VTScada Development Runtime license or a changeset can be deployed on the fly without requiring a restart of the 8h. Does the system support panning and zooming of screens 10 VTScada supports panning and zooming on trend windows and the HDV. 8i. Does the system support import and export of tags (bulk and selective) for tag modifications external to the software 20 Yes, VTScada has the ability to export and import bulk tag changes from Excel. 8j. Does the system support direct PLC addressing or is an HMI tag required20VTScada can import tags directly from various PLCs or tags can be created depending on type of hardware.8k. Does the system support importing graphic objects and their compression for better performance20VTScada has the ability to import graphic images. 7. 3rd party connectivity 8. Development Tools City of Clearwater Exhibit A - SCADA Software Evaluation 6. Historian/Trending/Reporting 1. Software Package 2. Licensing 3. Drivers 5. Servers and Clients 4. Cost Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 13 Tab 5. Cost of Software and Support Based on Trihedral’s evaluation of RFP 07-25 SCADA Software Services, Trihedral has submitted an overall price for VTScada HMI Software on this RFP in the amount of $172,810.50. This includes initial software purchase for software licenses for facilities listed below, as well as 1 year of SupportPlus and 24x7 Emergency Support for Year 1. We are proposing that the Master Application could run all applications for collection of data at all facilities if desired. Each plant would have its own application and would run independent of the others. The additional SupportPlus cost for the remaining 9 years if maintained annually would be $215,126.25. If SupportPlus is pre-purchased, a pre-pay discount is eligible. The license structure is as follows: A. Lift Stations/Master Application • 50K Dual Server Premium Bundle (Includes • (2) Development Runtime Servers • (2) 25K Historians • (2) Alarm Notification • (2) Data Sharing • (1) $1K Training Credit for VTScada Course • 24x7 Emergency Support Year One • SupportPlus Year One • Unlimited Thin Clients B. East WRF • (2) 5K Runtime • (1) 5K Alarm Notification • (1) 5K Data Sharing • (2) 5K Historians • Unlimited Thin Clients Shared From Master App License • 24x7 Emergency Support Year One • SupportPlus Year One C. Marshall Street WRF • (2) 5K Runtime • (1) 5K Alarm Notification • (1) 5K Data Sharing • (2) 5K Historians • Unlimited Thin Clients Shared From Master App License • 24x7 Emergency Support Year One • SupportPlus Year One D. Northeast WRF • (2) 5K Runtime • (1) 5K Alarm Notification • (1) 5K Data Sharing • (2) 5K Historians • Unlimited Thin Clients Shared From Master App License • 24x7 Emergency Support Year One • SupportPlus Year One Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 14 E. RO 1 • (2) 5K Runtime • (1) 5K Alarm Notification • (1) 5K Data Sharing • (2) 5K Historians • Unlimited Thin Clients Shared From Master App License • 24x7 Emergency Support Year One • SupportPlus Year One F. RO2 • (2) 5K Runtime • (1) 5K Alarm Notification • (1) 5K Data Sharing • (2) 5K Historians • Unlimited Thin Clients Shared From Master App License • 24x7 Emergency Support Year One • SupportPlus Year One G. WTP3 • (2) 5K Runtime • (1) 5K Alarm Notification • (1) 5K Data Sharing • (2) 5K Historians • Unlimited Thin Clients Shared From Master App License • 24x7 Emergency Support Year One • SupportPlus Year One Based on VTScada’s unique and powerful redundancy and integrated features, we believe the licensing proposed provides the best value for the City and will help reduce long term support and hardware costs. Based on the RFP requirements, we believe that VTScada can meet and in many cases exceeds the City’s SCADA HMI requirements on licensing structures. Please note that all licenses include VTScada’s powerful integrated Version Control feature and all drivers at no additional cost. Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 15 Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 16 Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 17 VTScada Software License Agreement (Standard Conditions) FL 1. In consideration of the development and availability for use of the VTScada Software, including any updates or amendments of the Software and, where applicable, the VTScadaLIGHT and VTS software of Trihedral Engineering Limited (the Software), the Customer and any third party using, or relying upon the operation of the Software pursuant to this Agreement, agree to the following terms and conditions. 2. The Software is licensed by Trihedral, Inc. (Trihedral) to the Licensee (the Customer) named in any associated sales order, or who has downloaded the Software, for possession and use solely in accordance with this VTScada Software License Agreement (Standard Conditions) (this Agreement). The Software is not sold by Trihedral to the Customer. This Agreement contains terms which limit the liability of Trihedral. In any event, installation of the Software upon a computer hardware system by the Customer will constitute irrevocable acceptance of the provisions of this Agreement. 3. Upon acceptance of this Agreement by the Customer, Trihedral grants to the Customer a perpetual, non-exclusive, worldwide license to use the Software in accordance with the provisions of this Agreement and the associated sales order, if any. Where the computer hardware system upon which the Software is installed is configured so as to function as virtual computers or virtual servers, except to the extent expressly authorized by any associated sales order, the license granted hereunder does not include the right to install or run simultaneously the Software on more than one virtual computer or virtual server. The term "virtual computer" includes one or more computers and includes partitioned computer segments, any of which are configured to run the Software concurrently with an operating computer system as a hot backup for failover application. 4. Where the Software has been downloaded by the Customer without monetary consideration to Trihedral, the Customer agrees that the possession and use of the Software is restricted to the operating condition that the maximum number of tags which are concurrently communicable with the Software will not exceed fifty during any period of operation of the Software. 5. Where the Software has been downloaded by the Customer without monetary consideration to Trihedral, the Customer agrees that the possession and use of the Software is restricted to the operating condition that the maximum cumulative number licenses of Software so licensed at facilities of the Customer and facilities of entities which are affiliated with the Customer will not exceed 10, without the written consent of Trihedral. 6. WITH THE SOLE AND LIMITED EXCEPTION OF THE WARRANTIES EXPRESSLY PROVIDED IN CLAUSES 14 AND 15, TRIHEDRAL EXPRESSLY AND UNEQUIVOCALLY DISCLAIMS ALL WARRANTIES, EXPRESS OR IMPLIED, OR BOTH, IN ANY FORM, INCLUDING, BUT NOT LIMITED TO A WARRANTY OR CONDITION AS TO ANY STANDARD OF PERFORMANCE, A WARRANTY OR CONDITION AS TO MERCHANTABILITY AND A WARRANTY OR CONDITION AS TO FITNESS FOR A PARTICULAR PURPOSE. THERE ARE NO WARRANTIES WITH EXTEND BEYOND THE DESCRIPTION ON THE FACE HEREOF. IN NO EVENT SHALL TRIHEDRAL HAVE ANY LIABILITY TO THE CUSTOMER OR ANY THIRD PARTY ARISING FROM THE FAILURE OF THE SOFTWARE TO MEET ANY STANDARD OF PERFORMANCE OR TO BE FIT FOR ANY PARTICULAR PURPOSE. 7. The Customer, agrees that the possession and use of the Software is restricted to the extent that such possession or use is in accordance with the specifications of the associated sales order issued by Trihedral, if any, as to scope of use, maximum number of concurrently installed or operating copies of the Software, tag limit, maximum number of communicating channels or remote telemetry devices, features of the Software authorized for activation by the Customer and any other limitations concerning the Software. 8. The Customer and all other persons using or relying upon this Software pursuant to this Agreement agree that the Customer and such other person will not copy, decompile, list or render otherwise than Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 18 in machine readable form only the Software, provided that the Customer or such other person may make such copies as are reasonably necessary as backup copies for use only on installation on hardware systems as may be expressly authorized by any associated sales order. The Customer and such other party further agree not to permit or acquiesce in conduct on the part of third parties contrary to the provisions of this clause. 9. In the event that the Software, as delivered to the Customer by Trihedral should prove defective by reason of materials or the copying process within a period of one year from the effective date of this Agreement, Trihedral will replace the Software upon return of any physical medium upon which defective Software was delivered, and in all cases, the destruction of all electronically recorded copies of defective Software in the possession, or under the control of, the Customer. Replacement of the defective Software under such circumstances shall be the sole liability of Trihedral. In no event shall replacement be made if a defect in, or non-operability of, the Software is, in the opinion of Trihedral, the result of an attempt to copy, decompile or list in other than machine readable form the Software. 10. With the exception of the warranties expressly provided pursuant to clause 14 and clause 15 of this Agreement, in no event shall Trihedral have any liability to the Customer or any third party for any claims, damages or causes of action other than the replacement of the master copy of the Software in accordance with the provisions of clause 9. 11. The Customer and all other persons using or relying upon the Software pursuant to this Agreement agree that the Customer and such other person will perform such checks and verifications of the operation of the Software as may be reasonably necessary to ensure its proper functioning and that the Customer will exercise due diligence in the operation of the Software and the review of the results of the use of the Software, including the provision of such backup and fail-safe systems as may be required, to avoid loss, injury or damage to the Customer and any third party. 12. Unless otherwise agreed to in writing by Trihedral, and then only to the extent thereby provided, the Customer will ensure that the Software and all copies of the Software, including backup copies of the Software and copies of the Software delivered to sublicensees, where permitted, are labeled on medium and transmittal communication by, and display on screen at startup and during use of the Software, the complete copyright notice of Trihedral and the trademarks of Trihedral as prescribed by Trihedral at the time of delivery of the Software to the Customer, and as may be reasonably revised by Trihedral thereafter. 13. The Customer will forthwith give notice in writing to Trihedral of any claim by a third party arising alleged infringement of intellectual property right with respect to the Software or the use of the Software, and will co-operate with Trihedral in the investigation and defense of such claim. 14. Trihedral warrants that the Software does not infringe the copyright or trade secret rights of a third party. Trihedral will indemnify the Customer against any costs, expenses or damages finally awarded against the Customer in any action in which infringement by Trihedral of copyright or trade secret rights of a third party is established, provided that the Customer has performed completely its covenants in accordance with clause 12 and clause 13 of this Agreement. 15. Trihedral warrants that, to the best of information and belief, the Software does not infringe any patent right of a third party. Trihedral does not provide any other warranty with respect to patent rights in the Software, and with the sole exception of such warranty, Trihedral will have no liability to the Customer for any costs, expenses or damages incurred by the Customer arising from a claim by a third party for infringement of patent rights concerning the Software. 16. In the event that the Software is, or in the opinion of Trihedral is likely to become, subject to a claim or action with respect to an alleged infringement of intellectual property rights of a third party, Trihedral may, at its option: Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 19 (a) at the expense of Trihedral, procure the right for the Customer to continue use of the Software in accordance with this Agreement; (b) at the expense of Trihedral, replace or modify the Software so that its use by the Customer in accordance with this Agreement will be non-infringing, provided that substantially the same function is performed by the replacement or modified Software; or, (c) at the expense of Trihedral, contest such claim or action to such extent as Trihedral may in its absolute discretion consider reasonable and appropriate under the circumstances. 17. With respect to any license of the Software by Trihedral hereunder which is exclusive to the Customer, the Customer shall have the right in its sole discretion to bring and prosecute and to answer and defend any claim, action or suit arising from or relating to the Software in the exclusive territory of the Customer, solely in the name of the Customer, upon provision of written notice to Trihedral. In the event that a final judgment is awarded to the Customer as a result of any claim, action or suit prosecuted by the Customer, the Customer shall retain the entire judgment and such participation by the Customer will be at the sole cost and risk of the Customer. If such Customer elects not to bring and prosecute a claim related to the Software forthwith upon written notice from Trihedral to do so, then Trihedral at its sole expense and gain may undertake such legal proceedings as may in its absolute discretion be considered advantageous. 18. In no event shall the liability of Trihedral to the Customer or any other party extend to indirect or consequential damages. 19. To enable certain features of the Software, such as VTScada Slippy Maps, the Customer may choose to download third party data, images and software which are subject to license conditions or agreements governing use by the Customer. Compliance with such licensing and use agreements is strictly the responsibility of the Customer. 20. This Agreement shall be effective from the time of first installation of the Software by the Customer upon any hardware system. This Agreement may be terminated by the Customer at any time by so notifying Trihedral in writing and destroying the Software and all copies of the Software in the possession of the Customer or under the control of the Customer, in every form whatsoever. The license of the Customer to use the Software and any copies thereof terminates forthwith and without notice if there is a failure to comply with any term or condition of this Agreement. Such license may also be summarily terminated by Trihedral upon written notice to the Customer in the event of default of payment of compensation due to Trihedral for the licensing or sublicensing of the Software pursuant to an associated sales order, if any. Upon termination, the Customer and all other persons using or relying upon the Software pursuant to this Agreement shall immediately destroy the Software and all copies thereof. 21. Where the Customer obtains from Trihedral a license to an upgraded version of the Software which is intended to replace the Software licensed hereunder, this license will terminate upon installation and commissioning of such upgrade software, which will be subject to the terms and conditions of the end user license agreement then in effect, as may be designated by Trihedral, from time to time. Trihedral Response to RFP 07-25 SCADA System Software April 09, 2025 20 22. Where the Software has been downloaded by the Customer without monetary consideration to Trihedral, the Customer, this Agreement and the Software may be assigned exclusively or sublicensed exclusively to a third party. This Agreement and the Software may not be otherwise assigned, sublicensed or transferred to another party without the consent in writing of Trihedral. 23. Where the Software is installed on a computer or other device which is accessible by Internet connection, the Customer consents to Trihedral using features of the Software to obtain data concerning usage of the Software by the Customer solely for the purpose of analyzing and improving upon the quality and performance of the Software, and the Customer consents to the modification by Trihedral from time to time by such Internet connection of modules of the Software used to obtain such data. Trihedral will not disclose such data to a third party in any manner which may tend to identify the source or permit the data to be associated with any discrete source. 24. This Agreement shall be binding upon the Customer, any other party using or relying upon the Software, their heirs, administrators, successors and assigns and shall be construed with such changes of gender and number as the context may require. 25. The Customer consents to permit Trihedral at its discretion and expense to undertake from time to time audit of the use of the Software by the Customer or under or through the Customer, to confirm compliance with the terms and conditions of this Agreement, and without cost to Trihedral to co-operate to facilitate such audit. In the event that it is determined by such audit that the Customer is not, or has not been, in compliance with this Agreement, then Trihedral may, in addition to any other remedies to which Trihedral is entitled, terminate the license to possess and use the Software granted by this Agreement, and recover the actual and reasonable cost of the audit from the Customer. 26. Where the Software has been acquired by the Customer without monetary payment to Trihedral, the Customer acknowledges that the provision by Trihedral of any support service with respect to the possession, installation or use of the Software will be at the absolute discretion of Trihedral. In all other cases, the obligation of Trihedral to provide support service with respect to the possession, installation or use of the Software will be in accordance with the provisions of any associated sales order or collateral support services agreement between the Customer and Trihedral. 27. In the event that any provision of this Agreement is determined to be unenforceable, illegal or void by a tribunal of competent jurisdiction, such provisions shall be severed from this Agreement and the remaining provisions shall remain in full force and effect notwithstanding such unenforceability, illegality or invalidity. 28. This Agreement shall be interpreted in accordance with and governed by the laws of the State of Florida and the United States, excepting that the laws of Canada shall apply to any and all claims or causes of action arising out of intellectual property rights including, but not limited to, copyright, trademark rights and patent rights. The Customer consents to jurisdiction over it in the State of Florida and consents that venue for any state action arising under this Agreement will lie solely in the courts located in Orange County, Florida, and for any federal action will lie solely in the United States District Court for the Middle District of Florida, Orlando Division. VSLASCFL v1.2 – 2018-06-08 Trihedral Response to RFP No. 500610-FY25-08 Supervisory Control and Data Acquisition (SCADA) Human Machine Interface (HMI) Software August 21, 2024 1 VTScada Software Standard Support Services Agreement (Standard Conditions) 1. In consideration of the provision by Trihedral, Inc. (Trihedral), of software technical and support services (the Services), which term will include any product of the Services) as specified in any quotation or sales order issued by Trihedral, or requested by the Customer by purchase order or otherwise, the Customer and any third party using, or relying upon the operation of software which is created, modified or adapted by the Services agree to the following terms and conditions of this agreement (the Agreement). 2. Software and software code which is created in the course of the performance of the Services is not sold by Trihedral to the Customer, but is licensed by Trihedral to the Customer named in the associated sales order, for possession and use solely in accordance with the terms and conditions of the VTScada Software License Agreement (Standard Conditions) Florida or other licensing agreement as may be expressly agreed in writing between Trihedral and the Customer. 3. Rights and obligations with respect to the Services are governed exclusively by this Agreement, except to the extent otherwise agreed in writing between Trihedral and the Customer. 4. The compensation payable to Trihedral by the Customer will be in accordance with the applicable Trihedral standard fees for technical support services in effect at the time of request for supply of services by the Customer, except to the extent otherwise stated in a quotation issued by Trihedral in respect of the Services or otherwise agreed in writing between Trihedral and the Customer. 5. 1. Trihedral warrants to the Customer, subject to the limitations and exclusions of liability provided by this Agreement, that in rendering the Services, Trihedral will perform with a degree of care, skill and knowledge which is in accordance with generally accepted standards for the Services. 2. In the event that a task comprising the Services is found by the Customer to be unsatisfactory within a 90 day period following completion of such task, and in contravention of the warranty in the preceding subsection, Trihedral will correct the task to enable satisfactory performance, if possible with reasonable commercial effort. Such correction to the extent of reasonable commercial effort will be the sole liability of Trihedral for any breach of warranty in the preceding subsection. 6. The Customer and all other persons using or relying upon the Services rendered pursuant to this Agreement agree that the Customer and such other person will perform such checks and verifications of the operation of the Services as may be reasonably necessary to ensure their proper functioning and that the Customer will exercise due diligence in the operation and the review of the results of the use of the Services, including the provision of such backup and fail-safe systems as may be required, to avoid loss, injury or damage. 7. The Customer will forthwith give notice in writing to Trihedral of any claim by a third party arising from alleged infringement of an intellectual property right with respect to the Services or the use of the Services, and will cooperate with Trihedral in the investigation and defense of such claim. 8. Trihedral warrants that the Services do not infringe the copyright or trade secret rights of a third party. Trihedral will indemnify the Customer against any costs, expenses or damages finally awarded against the Customer in any action in which infringement by Trihedral of copyright or trade secret rights of a third party is established, provided that the Customer has performed completely its covenants in accordance with section 7 of this Agreement. 9. Trihedral warrants that, to the best of information and belief, the Services do not infringe any patent right of a third party, provided that the Customer has performed completely its covenants in accordance with section 7 of this Agreement. Trihedral does not provide any other warranty with respect to patent Trihedral Response to RFP No. 500610-FY25-08 Supervisory Control and Data Acquisition (SCADA) Human Machine Interface (HMI) Software August 21, 2024 2 rights concerning the Services, and with the sole exception of the warranty as limited by this section, Trihedral will have no liability to the Customer for any costs, expenses or damages incurred by the Customer arising from a claim by a third party for infringement of patent rights concerning the Services. 10. In the event that the Services are, or in the opinion of Trihedral are likely to become, subject to a claim or action with respect to an alleged infringement of intellectual property rights of a third party, Trihedral may, at its option: (a) at the expense of Trihedral, procure the right for the Customer to continue use of the Software in accordance with this Quote; (b) at the expense of Trihedral, replace or modify the Services so that use by the Customer in accordance with this Agreement will be non-infringing, provided that substantially the same function is performed by the replacement or modified Services; or, (c) at the expense of Trihedral, contest such claim or action to such extent as Trihedral may in its absolute discretion consider reasonable and appropriate under the circumstances. 11. WITH THE SOLE AND LIMITED EXCEPTION OF THE WARRANTIES PROVIDED IN SECTIONS 5, 8 AND 9 OF THE AGREEMENT, TRIHEDRAL EXPRESSLY AND UNEQUIVOCALLY DISCLAIMS ANY AND ALL WARRANTIES, EXPRESS OR IMPLIED, OR BOTH, IN ANY FORM, INCLUDING BUT NOT LIMITED TO, EXPRESS OR IMPLIED WARRANTIES OF FITNESS. THERE ARE NOT WARRANTIES WHICH EXTEND BEYOND THE FACE HEREOF. IN NO EVENT SHALL TRIHEDRAL HAVE ANY LIABILITY TO THE CUSTOMER OR ANY THIRD PARTY ARISING FROM THE FAILURE OF THE SERVICES TO MEET ANY STANDARD OF PERFORMANCE OR TO BE FIT FOR ANY PARTICULAR PURPOSE. 12. IN NO EVENT WILL THE LIABILITY OF TRIHEDRAL TO THE CUSTOMER OR ANY OTHER PARTY EXTEND TO INDIRECT, CONSEQUENTIAL, PUNITIVE OR EXEMPLARY DAMAGES. 13. THE AGGREGATE LIABILITY OF TRIHEDRAL IN RESPECT OF ALL CLAIMS WITH RESPECT TO THIS AGREEMENT AND THE SERVICES, INCLUDING CLAIMS BASED IN TORT, IS ABSOLUTELY LIMITED TO THE AMOUNT OF COMPENSATION DUE TO TRIHEDRAL FOR THE PERFORMANCE OF THE SERVICES PURSUANT TO THIS AGREEMENT. 14. This Agreement may not be assigned, sublicensed or otherwise transferred to another party without the consent in writing of Trihedral. 15. This Agreement shall be binding upon the Customer, any other party using or relying upon the Services, their heirs, administrators, successors and assigns and shall be construed with such changes of gender and number as the context may require. 16. In the event that any provision of this Agreement is determined to be unenforceable, illegal or void by a tribunal of competent jurisdiction, such provisions shall be severed from this Agreement and the remaining provisions shall remain in full force and effect notwithstanding such. 17. This Agreement shall be interpreted in accordance with and governed by the laws of the State of Florida and the United States, excepting that the laws of Canada shall apply to any and all claims or causes of action arising out of intellectual property rights including, but not limited to, copyright, trademark rights and patent rights. The Customer consents to jurisdiction over it in the State of Florida and consents that venue for any state action arising under this Agreement will lie solely in the courts located in Orange County, Florida, and for any federal action will lie solely in the United States District Court for the Middle District of Florida, Orlando Division. VSSSSASCFL v 1.2 2019-02-26 Form W-9 (Rev. March 2024) Request for Taxpayer Identification Number and Certification Department of the Treasury Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below.Print or type. See Specific Instructions on page 3.1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner’s name on line 1, and enter the business/disregarded entity’s name on line 2.) 2 Business name/disregarded entity name, if different from above. 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor C corporation S corporation Partnership Trust/estate LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . . Note: Check the “LLC” box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate box for the tax classification of its owner. Other (see instructions) 3b If on line 3a you checked “Partnership” or “Trust/estate,” or checked “LLC” and entered “P” as its tax classification, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check this box if you have any foreign partners, owners, or beneficiaries. See instructions . . . . . . . . . 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code (if any) (Applies to accounts maintained outside the United States.) 5 Address (number, street, and apt. or suite no.). See instructions. 6 City, state, and ZIP code Requester’s name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number –– or Employer identification number – Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person Date General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. What’s New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the “LLC” box and enter its appropriate tax classification. New line 3b has been added to this form. A flow-through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow-through entity in which it has an ownership interest. This change is intended to provide a flow-through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024) Trihedral, Inc 4 7380 West Sand Lake Road, Suite 100 Orlando, FL 32819 2 6 0 4 4 9 4 2 3 01/01/2025 Form W-9 (Rev. 3-2024)Page 2 must obtain your correct taxpayer identification number (TIN), which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid). • Form 1099-DIV (dividends, including those from stocks or mutual funds). • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds). • Form 1099-NEC (nonemployee compensation). • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers). • Form 1099-S (proceeds from real estate transactions). • Form 1099-K (merchant card and third-party network transactions). • Form 1098 (home mortgage interest), 1098-E (student loan interest), and 1098-T (tuition). • Form 1099-C (canceled debt). • Form 1099-A (acquisition or abandonment of secured property). Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. Caution: If you don’t return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. By signing the filled-out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued); 2. Certify that you are not subject to backup withholding; or 3. Claim exemption from backup withholding if you are a U.S. exempt payee; and 4. Certify to your non-foreign status for purposes of withholding under chapter 3 or 4 of the Code (if applicable); and 5. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting is correct. See What Is FATCA Reporting, later, for further information. Note: If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester’s form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien; • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States; • An estate (other than a foreign estate); or • A domestic trust (as defined in Regulations section 301.7701-7). Establishing U.S. status for purposes of chapter 3 and chapter 4 withholding. Payments made to foreign persons, including certain distributions, allocations of income, or transfers of sales proceeds, may be subject to withholding under chapter 3 or chapter 4 of the Code (sections 1441–1474). Under those rules, if a Form W-9 or other certification of non-foreign status has not been received, a withholding agent, transferee, or partnership (payor) generally applies presumption rules that may require the payor to withhold applicable tax from the recipient, owner, transferor, or partner (payee). See Pub. 515, Withholding of Tax on Nonresident Aliens and Foreign Entities. The following persons must provide Form W-9 to the payor for purposes of establishing its non-foreign status. • In the case of a disregarded entity with a U.S. owner, the U.S. owner of the disregarded entity and not the disregarded entity. • In the case of a grantor trust with a U.S. grantor or other U.S. owner, generally, the U.S. grantor or other U.S. owner of the grantor trust and not the grantor trust. • In the case of a U.S. trust (other than a grantor trust), the U.S. trust and not the beneficiaries of the trust. See Pub. 515 for more information on providing a Form W-9 or a certification of non-foreign status to avoid withholding. Foreign person. If you are a foreign person or the U.S. branch of a foreign bank that has elected to be treated as a U.S. person (under Regulations section 1.1441-1(b)(2)(iv) or other applicable section for chapter 3 or 4 purposes), do not use Form W-9. Instead, use the appropriate Form W-8 or Form 8233 (see Pub. 515). If you are a qualified foreign pension fund under Regulations section 1.897(l)-1(d), or a partnership that is wholly owned by qualified foreign pension funds, that is treated as a non-foreign person for purposes of section 1445 withholding, do not use Form W-9. Instead, use Form W-8EXP (or other certification of non-foreign status). Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a saving clause. Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise become a U.S. resident alien for tax purposes. If you are a U.S. resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement to Form W-9 that specifies the following five items. 1. The treaty country. Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident alien. 2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions. 4. The type and amount of income that qualifies for the exemption from tax. 5. Sufficient facts to justify the exemption from tax under the terms of the treaty article. Example. Article 20 of the U.S.-China income tax treaty allows an exemption from tax for scholarship income received by a Chinese student temporarily present in the United States. Under U.S. law, this student will become a resident alien for tax purposes if their stay in the United States exceeds 5 calendar years. However, paragraph 2 of the first Protocol to the U.S.-China treaty (dated April 30, 1984) allows the provisions of Article 20 to continue to apply even after the Chinese student becomes a resident alien of the United States. A Chinese student who qualifies for this exception (under paragraph 2 of the first Protocol) and is relying on this exception to claim an exemption from tax on their scholarship or fellowship income would attach to Form W-9 a statement that includes the information described above to support that exemption. If you are a nonresident alien or a foreign entity, give the requester the appropriate completed Form W-8 or Form 8233. Backup Withholding What is backup withholding? Persons making certain payments to you must under certain conditions withhold and pay to the IRS 24% of such payments. This is called “backup withholding.” Payments that may be subject to backup withholding include, but are not limited to, interest, tax-exempt interest, dividends, broker and barter exchange transactions, rents, royalties, nonemployee pay, payments made in settlement of payment card and third-party network transactions, and certain payments from fishing boat operators. Real estate transactions are not subject to backup withholding. You will not be subject to backup withholding on payments you receive if you give the requester your correct TIN, make the proper certifications, and report all your taxable interest and dividends on your tax return. Payments you receive will be subject to backup withholding if: 1. You do not furnish your TIN to the requester; 2. You do not certify your TIN when required (see the instructions for Part II for details); 3. The IRS tells the requester that you furnished an incorrect TIN; 4. The IRS tells you that you are subject to backup withholding because you did not report all your interest and dividends on your tax return (for reportable interest and dividends only); or 5. You do not certify to the requester that you are not subject to backup withholding, as described in item 4 under “By signing the filled- out form” above (for reportable interest and dividend accounts opened after 1983 only). Form W-9 (Rev. 3-2024)Page 3 Certain payees and payments are exempt from backup withholding. See Exempt payee code, later, and the separate Instructions for the Requester of Form W-9 for more information. See also Establishing U.S. status for purposes of chapter 3 and chapter 4 withholding, earlier. What Is FATCA Reporting? The Foreign Account Tax Compliance Act (FATCA) requires a participating foreign financial institution to report all U.S. account holders that are specified U.S. persons. Certain payees are exempt from FATCA reporting. See Exemption from FATCA reporting code, later, and the Instructions for the Requester of Form W-9 for more information. Updating Your Information You must provide updated information to any person to whom you claimed to be an exempt payee if you are no longer an exempt payee and anticipate receiving reportable payments in the future from this person. For example, you may need to provide updated information if you are a C corporation that elects to be an S corporation, or if you are no longer tax exempt. In addition, you must furnish a new Form W-9 if the name or TIN changes for the account, for example, if the grantor of a grantor trust dies. Penalties Failure to furnish TIN. If you fail to furnish your correct TIN to a requester, you are subject to a penalty of $50 for each such failure unless your failure is due to reasonable cause and not to willful neglect. Civil penalty for false information with respect to withholding. If you make a false statement with no reasonable basis that results in no backup withholding, you are subject to a $500 penalty. Criminal penalty for falsifying information. Willfully falsifying certifications or affirmations may subject you to criminal penalties including fines and/or imprisonment. Misuse of TINs. If the requester discloses or uses TINs in violation of federal law, the requester may be subject to civil and criminal penalties. Specific Instructions Line 1 You must enter one of the following on this line; do not leave this line blank. The name should match the name on your tax return. If this Form W-9 is for a joint account (other than an account maintained by a foreign financial institution (FFI)), list first, and then circle, the name of the person or entity whose number you entered in Part I of Form W-9. If you are providing Form W-9 to an FFI to document a joint account, each holder of the account that is a U.S. person must provide a Form W-9. • Individual. Generally, enter the name shown on your tax return. If you have changed your last name without informing the Social Security Administration (SSA) of the name change, enter your first name, the last name as shown on your social security card, and your new last name. Note for ITIN applicant: Enter your individual name as it was entered on your Form W-7 application, line 1a. This should also be the same as the name you entered on the Form 1040 you filed with your application. • Sole proprietor. Enter your individual name as shown on your Form 1040 on line 1. Enter your business, trade, or “doing business as” (DBA) name on line 2. • Partnership, C corporation, S corporation, or LLC, other than a disregarded entity. Enter the entity’s name as shown on the entity’s tax return on line 1 and any business, trade, or DBA name on line 2. • Other entities. Enter your name as shown on required U.S. federal tax documents on line 1. This name should match the name shown on the charter or other legal document creating the entity. Enter any business, trade, or DBA name on line 2. • Disregarded entity. In general, a business entity that has a single owner, including an LLC, and is not a corporation, is disregarded as an entity separate from its owner (a disregarded entity). See Regulations section 301.7701-2(c)(2). A disregarded entity should check the appropriate box for the tax classification of its owner. Enter the owner’s name on line 1. The name of the owner entered on line 1 should never be a disregarded entity. The name on line 1 should be the name shown on the income tax return on which the income should be reported. For example, if a foreign LLC that is treated as a disregarded entity for U.S. federal tax purposes has a single owner that is a U.S. person, the U.S. owner’s name is required to be provided on line 1. If the direct owner of the entity is also a disregarded entity, enter the first owner that is not disregarded for federal tax purposes. Enter the disregarded entity’s name on line 2. If the owner of the disregarded entity is a foreign person, the owner must complete an appropriate Form W-8 instead of a Form W-9. This is the case even if the foreign person has a U.S. TIN. Line 2 If you have a business name, trade name, DBA name, or disregarded entity name, enter it on line 2. Line 3a Check the appropriate box on line 3a for the U.S. federal tax classification of the person whose name is entered on line 1. Check only one box on line 3a. IF the entity/individual on line 1 is a(n) . . .THEN check the box for . . . • Corporation Corporation. • Individual or • Sole proprietorship Individual/sole proprietor. • LLC classified as a partnership for U.S. federal tax purposes or • LLC that has filed Form 8832 or 2553 electing to be taxed as a corporation Limited liability company and enter the appropriate tax classification: P = Partnership, C = C corporation, or S = S corporation. • Partnership Partnership. • Trust/estate Trust/estate. Line 3b Check this box if you are a partnership (including an LLC classified as a partnership for U.S. federal tax purposes), trust, or estate that has any foreign partners, owners, or beneficiaries, and you are providing this form to a partnership, trust, or estate, in which you have an ownership interest. You must check the box on line 3b if you receive a Form W-8 (or documentary evidence) from any partner, owner, or beneficiary establishing foreign status or if you receive a Form W-9 from any partner, owner, or beneficiary that has checked the box on line 3b. Note: A partnership that provides a Form W-9 and checks box 3b may be required to complete Schedules K-2 and K-3 (Form 1065). For more information, see the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). If you are required to complete line 3b but fail to do so, you may not receive the information necessary to file a correct information return with the IRS or furnish a correct payee statement to your partners or beneficiaries. See, for example, sections 6698, 6722, and 6724 for penalties that may apply. Line 4 Exemptions If you are exempt from backup withholding and/or FATCA reporting, enter in the appropriate space on line 4 any code(s) that may apply to you. Exempt payee code. • Generally, individuals (including sole proprietors) are not exempt from backup withholding. • Except as provided below, corporations are exempt from backup withholding for certain payments, including interest and dividends. • Corporations are not exempt from backup withholding for payments made in settlement of payment card or third-party network transactions. • Corporations are not exempt from backup withholding with respect to attorneys’ fees or gross proceeds paid to attorneys, and corporations that provide medical or health care services are not exempt with respect to payments reportable on Form 1099-MISC. The following codes identify payees that are exempt from backup withholding. Enter the appropriate code in the space on line 4. 1—An organization exempt from tax under section 501(a), any IRA, or a custodial account under section 403(b)(7) if the account satisfies the requirements of section 401(f)(2). Form W-9 (Rev. 3-2024)Page 4 2—The United States or any of its agencies or instrumentalities. 3—A state, the District of Columbia, a U.S. commonwealth or territory, or any of their political subdivisions or instrumentalities. 4—A foreign government or any of its political subdivisions, agencies, or instrumentalities. 5—A corporation. 6—A dealer in securities or commodities required to register in the United States, the District of Columbia, or a U.S. commonwealth or territory. 7—A futures commission merchant registered with the Commodity Futures Trading Commission. 8—A real estate investment trust. 9—An entity registered at all times during the tax year under the Investment Company Act of 1940. 10—A common trust fund operated by a bank under section 584(a). 11—A financial institution as defined under section 581. 12—A middleman known in the investment community as a nominee or custodian. 13—A trust exempt from tax under section 664 or described in section 4947. The following chart shows types of payments that may be exempt from backup withholding. The chart applies to the exempt payees listed above, 1 through 13. IF the payment is for . . .THEN the payment is exempt for . . . • Interest and dividend payments All exempt payees except for 7. • Broker transactions Exempt payees 1 through 4 and 6 through 11 and all C corporations. S corporations must not enter an exempt payee code because they are exempt only for sales of noncovered securities acquired prior to 2012. • Barter exchange transactions and patronage dividends Exempt payees 1 through 4. • Payments over $600 required to be reported and direct sales over $5,0001 Generally, exempt payees 1 through 5.2 • Payments made in settlement of payment card or third-party network transactions Exempt payees 1 through 4. 1 See Form 1099-MISC, Miscellaneous Information, and its instructions. 2 However, the following payments made to a corporation and reportable on Form 1099-MISC are not exempt from backup withholding: medical and health care payments, attorneys’ fees, gross proceeds paid to an attorney reportable under section 6045(f), and payments for services paid by a federal executive agency. Exemption from FATCA reporting code. The following codes identify payees that are exempt from reporting under FATCA. These codes apply to persons submitting this form for accounts maintained outside of the United States by certain foreign financial institutions. Therefore, if you are only submitting this form for an account you hold in the United States, you may leave this field blank. Consult with the person requesting this form if you are uncertain if the financial institution is subject to these requirements. A requester may indicate that a code is not required by providing you with a Form W-9 with “Not Applicable” (or any similar indication) entered on the line for a FATCA exemption code. A—An organization exempt from tax under section 501(a) or any individual retirement plan as defined in section 7701(a)(37). B—The United States or any of its agencies or instrumentalities. C—A state, the District of Columbia, a U.S. commonwealth or territory, or any of their political subdivisions or instrumentalities. D—A corporation the stock of which is regularly traded on one or more established securities markets, as described in Regulations section 1.1472-1(c)(1)(i). E—A corporation that is a member of the same expanded affiliated group as a corporation described in Regulations section 1.1472-1(c)(1)(i). F—A dealer in securities, commodities, or derivative financial instruments (including notional principal contracts, futures, forwards, and options) that is registered as such under the laws of the United States or any state. G—A real estate investment trust. H—A regulated investment company as defined in section 851 or an entity registered at all times during the tax year under the Investment Company Act of 1940. I—A common trust fund as defined in section 584(a). J—A bank as defined in section 581. K—A broker. L—A trust exempt from tax under section 664 or described in section 4947(a)(1). M—A tax-exempt trust under a section 403(b) plan or section 457(g) plan. Note: You may wish to consult with the financial institution requesting this form to determine whether the FATCA code and/or exempt payee code should be completed. Line 5 Enter your address (number, street, and apartment or suite number). This is where the requester of this Form W-9 will mail your information returns. If this address differs from the one the requester already has on file, enter “NEW” at the top. If a new address is provided, there is still a chance the old address will be used until the payor changes your address in their records. Line 6 Enter your city, state, and ZIP code. Part I. Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. If you are a resident alien and you do not have, and are not eligible to get, an SSN, your TIN is your IRS ITIN. Enter it in the entry space for the Social security number. If you do not have an ITIN, see How to get a TIN below. If you are a sole proprietor and you have an EIN, you may enter either your SSN or EIN. If you are a single-member LLC that is disregarded as an entity separate from its owner, enter the owner’s SSN (or EIN, if the owner has one). If the LLC is classified as a corporation or partnership, enter the entity’s EIN. Note: See What Name and Number To Give the Requester, later, for further clarification of name and TIN combinations. How to get a TIN. If you do not have a TIN, apply for one immediately. To apply for an SSN, get Form SS-5, Application for a Social Security Card, from your local SSA office or get this form online at www.SSA.gov. You may also get this form by calling 800-772-1213. Use Form W-7, Application for IRS Individual Taxpayer Identification Number, to apply for an ITIN, or Form SS-4, Application for Employer Identification Number, to apply for an EIN. You can apply for an EIN online by accessing the IRS website at www.irs.gov/EIN. Go to www.irs.gov/Forms to view, download, or print Form W-7 and/or Form SS-4. Or, you can go to www.irs.gov/OrderForms to place an order and have Form W-7 and/or Form SS-4 mailed to you within 15 business days. If you are asked to complete Form W-9 but do not have a TIN, apply for a TIN and enter “Applied For” in the space for the TIN, sign and date the form, and give it to the requester. For interest and dividend payments, and certain payments made with respect to readily tradable instruments, you will generally have 60 days to get a TIN and give it to the requester before you are subject to backup withholding on payments. The 60-day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until you provide your TIN to the requester. Note: Entering “Applied For” means that you have already applied for a TIN or that you intend to apply for one soon. See also Establishing U.S. status for purposes of chapter 3 and chapter 4 withholding, earlier, for when you may instead be subject to withholding under chapter 3 or 4 of the Code. Caution: A disregarded U.S. entity that has a foreign owner must use the appropriate Form W-8. Form W-9 (Rev. 3-2024)Page 5 Part II. Certification To establish to the withholding agent that you are a U.S. person, or resident alien, sign Form W-9. You may be requested to sign by the withholding agent even if item 1, 4, or 5 below indicates otherwise. For a joint account, only the person whose TIN is shown in Part I should sign (when required). In the case of a disregarded entity, the person identified on line 1 must sign. Exempt payees, see Exempt payee code, earlier. Signature requirements. Complete the certification as indicated in items 1 through 5 below. 1. Interest, dividend, and barter exchange accounts opened before 1984 and broker accounts considered active during 1983. You must give your correct TIN, but you do not have to sign the certification. 2. Interest, dividend, broker, and barter exchange accounts opened after 1983 and broker accounts considered inactive during 1983. You must sign the certification or backup withholding will apply. If you are subject to backup withholding and you are merely providing your correct TIN to the requester, you must cross out item 2 in the certification before signing the form. 3. Real estate transactions. You must sign the certification. You may cross out item 2 of the certification. 4. Other payments. You must give your correct TIN, but you do not have to sign the certification unless you have been notified that you have previously given an incorrect TIN. “Other payments” include payments made in the course of the requester’s trade or business for rents, royalties, goods (other than bills for merchandise), medical and health care services (including payments to corporations), payments to a nonemployee for services, payments made in settlement of payment card and third-party network transactions, payments to certain fishing boat crew members and fishermen, and gross proceeds paid to attorneys (including payments to corporations). 5. Mortgage interest paid by you, acquisition or abandonment of secured property, cancellation of debt, qualified tuition program payments (under section 529), ABLE accounts (under section 529A), IRA, Coverdell ESA, Archer MSA or HSA contributions or distributions, and pension distributions. You must give your correct TIN, but you do not have to sign the certification. What Name and Number To Give the Requester For this type of account:Give name and SSN of: 1. Individual The individual 2. Two or more individuals (joint account) other than an account maintained by an FFI The actual owner of the account or, if combined funds, the first individual on the account1 3. Two or more U.S. persons (joint account maintained by an FFI)Each holder of the account 4. Custodial account of a minor (Uniform Gift to Minors Act) The minor2 5. a. The usual revocable savings trust (grantor is also trustee) The grantor-trustee1 b. So-called trust account that is not a legal or valid trust under state law The actual owner1 6. Sole proprietorship or disregarded entity owned by an individual The owner3 7. Grantor trust filing under Optional Filing Method 1 (see Regulations section 1.671-4(b)(2)(i)(A))** The grantor* For this type of account:Give name and EIN of: 8. Disregarded entity not owned by an individual The owner 9. A valid trust, estate, or pension trust Legal entity4 10. Corporation or LLC electing corporate status on Form 8832 or Form 2553 The corporation 11. Association, club, religious, charitable, educational, or other tax-exempt organization The organization 12. Partnership or multi-member LLC The partnership 13. A broker or registered nominee The broker or nominee 14. Account with the Department of Agriculture in the name of a public entity (such as a state or local government, school district, or prison) that receives agricultural program payments The public entity 15. Grantor trust filing Form 1041 or under the Optional Filing Method 2, requiring Form 1099 (see Regulations section 1.671-4(b)(2)(i)(B))** The trust 1 List first and circle the name of the person whose number you furnish. If only one person on a joint account has an SSN, that person’s number must be furnished. 2 Circle the minor’s name and furnish the minor’s SSN. 3 You must show your individual name on line 1, and enter your business or DBA name, if any, on line 2. You may use either your SSN or EIN (if you have one), but the IRS encourages you to use your SSN. 4 List first and circle the name of the trust, estate, or pension trust. (Do not furnish the TIN of the personal representative or trustee unless the legal entity itself is not designated in the account title.) * Note: The grantor must also provide a Form W-9 to the trustee of the trust. ** For more information on optional filing methods for grantor trusts, see the Instructions for Form 1041. Note: If no name is circled when more than one name is listed, the number will be considered to be that of the first name listed. Secure Your Tax Records From Identity Theft Identity theft occurs when someone uses your personal information, such as your name, SSN, or other identifying information, without your permission to commit fraud or other crimes. An identity thief may use your SSN to get a job or may file a tax return using your SSN to receive a refund. To reduce your risk: • Protect your SSN, • Ensure your employer is protecting your SSN, and • Be careful when choosing a tax return preparer. If your tax records are affected by identity theft and you receive a notice from the IRS, respond right away to the name and phone number printed on the IRS notice or letter. If your tax records are not currently affected by identity theft but you think you are at risk due to a lost or stolen purse or wallet, questionable credit card activity, or a questionable credit report, contact the IRS Identity Theft Hotline at 800-908-4490 or submit Form 14039. For more information, see Pub. 5027, Identity Theft Information for Taxpayers. Form W-9 (Rev. 3-2024)Page 6 Victims of identity theft who are experiencing economic harm or a systemic problem, or are seeking help in resolving tax problems that have not been resolved through normal channels, may be eligible for Taxpayer Advocate Service (TAS) assistance. You can reach TAS by calling the TAS toll-free case intake line at 877-777-4778 or TTY/TDD 800-829-4059. Protect yourself from suspicious emails or phishing schemes. Phishing is the creation and use of email and websites designed to mimic legitimate business emails and websites. The most common act is sending an email to a user falsely claiming to be an established legitimate enterprise in an attempt to scam the user into surrendering private information that will be used for identity theft. The IRS does not initiate contacts with taxpayers via emails. Also, the IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers, passwords, or similar secret access information for their credit card, bank, or other financial accounts. If you receive an unsolicited email claiming to be from the IRS, forward this message to phishing@irs.gov. You may also report misuse of the IRS name, logo, or other IRS property to the Treasury Inspector General for Tax Administration (TIGTA) at 800-366-4484. You can forward suspicious emails to the Federal Trade Commission at spam@uce.gov or report them at www.ftc.gov/complaint. You can contact the FTC at www.ftc.gov/idtheft or 877-IDTHEFT (877-438-4338). If you have been the victim of identity theft, see www.IdentityTheft.gov and Pub. 5027. Go to www.irs.gov/IdentityTheft to learn more about identity theft and how to reduce your risk. Privacy Act Notice Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons (including federal agencies) who are required to file information returns with the IRS to report interest, dividends, or certain other income paid to you; mortgage interest you paid; the acquisition or abandonment of secured property; the cancellation of debt; or contributions you made to an IRA, Archer MSA, or HSA. The person collecting this form uses the information on the form to file information returns with the IRS, reporting the above information. Routine uses of this information include giving it to the Department of Justice for civil and criminal litigation and to cities, states, the District of Columbia, and U.S. commonwealths and territories for use in administering their laws. The information may also be disclosed to other countries under a treaty, to federal and state agencies to enforce civil and criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism. You must provide your TIN whether or not you are required to file a tax return. Under section 3406, payors must generally withhold a percentage of taxable interest, dividends, and certain other payments to a payee who does not give a TIN to the payor. Certain penalties may also apply for providing false or fraudulent information. April 22, 2025 NOTICE OF INTENT TO AWARD The Selection Committee, in coordination with the Procurement Division, has shortlisted the two (2) responses received for RFP No. 07-25, SCADA System Software, and is recommending an award to Trihedral Inc., the top-ranked vendor. Ranking for this solicitation is as follows: 1. Trihedral Inc. 2. Autosol Negotiations with Trihedral Inc. will commence shortly. The resulting contract will be subject to City Council approval. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Manager at (727) 444- 8524, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758- 4748. Posted on this date by: Lori Vogel Lori Vogel, CPPB Procurement Manager 1) Autosol 2) Trihedral Inc 4527 Naud Rd 7380 W Sand Lake Rd, Ste 100 Abbeville, LA 70510 Orlando, FL 32819 ADVERTISED: TAMPA BAY TIMES 03.12.2025 POSTED:myclearwater.com 03.07.2025-04.10.2025 Due/Opening: April 10, 2025; 10:00 a.m. REQUEST FOR PROPOSAL No. 07-25 SCADA System Software Solicitation Response Listing FOR THE CITY OF CLEARWATER EVALUATION TABULATION RFP No. 07-25 SCADA System Software EVALUATION TABULATION Request For Proposal - SCADA System Software Page 2 PHASE 1 EVALUATORS Name Title Agreement Accepted On Michael Flanigan Assistant Director Apr 11, 2025 11:48 AM Wayne La Fleur Assistant Manager Apr 21, 2025 3:42 PM Charles McAbee SCADA Specialist Apr 11, 2025 1:57 PM Mike Stoup Not Accepted Daniel Trueblood Infrastructure Maintenance Division Manager Apr 21, 2025 9:41 AM EVALUATION CRITERIA Criteria Scoring Method Weight (Points) SCADA System Features Points Based 25 (25% of Total) Description: Criteria Scoring Method Weight (Points) References Points Based 15 (15% of Total) Description: Criteria Scoring Method Weight (Points) SCADA System Software Options (Exhibit A - SCADA Software Evaluation) Points Based 40 (40% of Total) EVALUATION TABULATION RFP No. 07-25 SCADA System Software EVALUATION TABULATION Request For Proposal - SCADA System Software Page 3 Description: Criteria Scoring Method Weight (Points) System, Licensing and Maintenance Cost Points Based 20 (20% of Total) Description: AGGREGATE SCORES SUMMARY Vendor Michael Flanigan Wayne La Fleur Charles McAbee Mike Stoup Daniel Trueblood Total Score (Max Score 100) Total Average Rank Trihedral Inc 82 (1) 92 (1) 96.6 (1) 95 (1) 90 (1) 91.12 1 AUTOSOL 70 (2) 50 (2) 75.7 (2) 71 (2) 69 (2) 67.14 2 VENDOR SCORES BY EVALUATION CRITERIA Vendor SCADA System Features Points Based 25 Points (25%) References Points Based 15 Points (15%) SCADA System Software Options (Exhibit A - SCADA Software Evaluation) Points Based 40 Points (40%) System, Licensing and Maintenance Cost Points Based 20 Points (20%) Total Score (Max Score 100) Trihedral Inc 22.4 14 36.1 18.6 91.12 AUTOSOL 16.8 9 30.3 11 67.14 INDIVIDUAL PROPOSAL SCORES AUTOSOL EVALUATION TABULATION RFP No. 07-25 SCADA System Software EVALUATION TABULATION Request For Proposal - SCADA System Software Page 4 SCADA System Features | Points Based | 25 Points (25%) Michael Flanigan: 18 Wayne La Fleur: 10 Charles McAbee: 20 Mike Stoup: 17 Daniel Trueblood: 19 References | Points Based | 15 Points (15%) Michael Flanigan: 9 References in natural gas and electric utilities. Wayne La Fleur: 3 Charles McAbee: 10 Mike Stoup: 13 Daniel Trueblood: 10 SCADA System Software Options (Exhibit A - SCADA Software Evaluation) | Points Based | 40 Points (40%) Michael Flanigan: 29 Wayne La Fleur: 27 Charles McAbee: 35.68 Mike Stoup: 30 Daniel Trueblood: 30 System, Licensing and Maintenance Cost | Points Based | 20 Points (20%) EVALUATION TABULATION RFP No. 07-25 SCADA System Software EVALUATION TABULATION Request For Proposal - SCADA System Software Page 5 Michael Flanigan: 14 Wayne La Fleur: 10 Charles McAbee: 10 Mike Stoup: 11 Daniel Trueblood: 10 Trihedral Inc SCADA System Features | Points Based | 25 Points (25%) Michael Flanigan: 22 Wayne La Fleur: 22 Charles McAbee: 23 Mike Stoup: 22 Daniel Trueblood: 23 References | Points Based | 15 Points (15%) Michael Flanigan: 14 References, some local, in the water and wastewater industry. Wayne La Fleur: 15 Charles McAbee: 15 Mike Stoup: 13 Daniel Trueblood: 13 EVALUATION TABULATION RFP No. 07-25 SCADA System Software EVALUATION TABULATION Request For Proposal - SCADA System Software Page 6 SCADA System Software Options (Exhibit A - SCADA Software Evaluation) | Points Based | 40 Points (40%) Michael Flanigan: 30 Wayne La Fleur: 35 Charles McAbee: 38.58 Mike Stoup: 40 Daniel Trueblood: 37 System, Licensing and Maintenance Cost | Points Based | 20 Points (20%) Michael Flanigan: 16 Wayne La Fleur: 20 Charles McAbee: 20 Mike Stoup: 20 Daniel Trueblood: 17 Vendor Email Followed Followed AtDownloadeDownloade Applied Applied At No Bid Submitted Submitted AAddress Address 2 City State Zip Code Phone NumSelf-Report Verified Certifications ACE Septic Tank Service of Tampa, INC rmoore@acesepticandwaste.com 1 4-7-2025 3 1 4-7-2025 3 0 0 0 8005 Land O Lakes BlvdLand O Lak FL 34638 (813) 971-8770 AUTOSOL kduplechain@autosoln.com 1 4-10-2025 0 1 4-10-2025 0 1 4-10-2025 4527 Naud Rd Abbeville LA 70510 (337) 326-7252 AUTOSOL, LP aosburn@autosoln.com 1 4-2-2025 1 1 4-2-2025 1 1 4-2-2025 1 0 0 (281) 286-6017 Advanced Engineering & Design, Inc.keller@aed-fl.com 0 1 3-7-2025 1 0 0 0 3931 68th Avenue NortPinellas Pa FL 33781 (727) 526-9Certified Small Business Alfred Benesch & Company asauvageot@benesch.com 0 1 3-13-2025 0 0 0 35 W. Wack Suite 3300 Chicago IL 60601 (813) 224-8862 AlxTel, Inc.mohamed.abdelaziz@alxtel.com 1 3-7-2025 1 1 3-7-2025 1 0 0 0 8403 Colesville Road S Silver Sprin MD 20910 (240) 293-4Certified Small Business American Efficiency Services, LLC aesportals@americanefficiency.com 0 0 1 3-11-2025 1 0 3-11-2025 14901 Uhl Highway SE Cumberlan MD 21502 (410) 489-0613 Argo Cyber Systems, LLC will.pohlman@argocyber.com 1 3-11-2025 1 3-11-2025 0 0 0 418 W Gard Suite 110 Pensacola, FL 32502 (850) 860-4US DOD Service-Disabled Veteran Owned Business BANMIS Incorporated banmiscontracts@yahoo.com 1 3-17-2025 1 3-17-2025 0 0 0 332 S Michigan Ave Sui Chicago IL 60604-430(312) 775-2044 Benro Enterprises Inc DBA Rocha Controls rrocha@rochacontrols.com 1 3-7-2025 1 1 3-7-2025 1 0 0 0 5025 W Rio Vista AvenuTampa FL 33634 (813) 628-5Certified Small Business, Minority Business Enterprise Beryl Project Engineering marketing@berylprojectengineering.com 0 0 1 3-7-2025 1 1 0 3-7-2025 1 15100 Hutchison Rd Tampa FL 33625 (813) 616-3Certified Small Business CJIS GROUP LLC region2@cjisgroup.com 0 1 3-7-2025 1 0 0 0 124 Marriott Drive, Suit TallahasseeFL 32301 (850) 926-9800 Cisco Systems, Inc.bjungema@cisco.com 1 3-7-2025 1 1 3-7-2025 1 0 0 0 (727) 220-8123 Control Instruments, Inc.jweinstein@c2iinc.com 1 3-12-2025 0 1 3-12-2025 0 0 5253 Oakdale Road Smyrna GA 30082 (404) 351-1085 Control Southern christophe.farnault@controlsouthern.com 0 0 1 3-7-2025 3 0 0 5030 Gateway Blvd Suit Lakeland FL 33811 (863) 347-4258 DevCare Solutions Ltd karthika@devcare.com 0 1 3-10-2025 0 0 0 579 Executive Campus Westerville OH 43082 (614) 980-5Certified Small Business, Minority Business Enterprise, Minority Women Business Enterprise, Woman Business Enterprise EIDIM Group, Inc. dba EIDIM AV Technology estimate@eidim.com 0 1 3-7-2025 1 0 0 0 1015 S. Placentia Ave.Fullerton CA 92831 (562) 777-1 Certified Small Business, Micro Business ENGLOBALGOVERNMENT SERVICES larry.landis@englobal.com 1 3-7-2025 1 1 3-7-2025 1 1 3-24-2025 0 0 2448 E 81S STE 3300 TULSA OK 74137 (918) 280-7585 Electro Design Eng. (I&C and Electrical)steve.vankley@edeusa.com 1 3-10-2025 1 3-10-2025 0 0 0 8133 Eagle Palm Drive Riverview FL 33578 (813) 459-7776 Entram contact@envirobidnet.com 1 3-7-2025 1 1 3-7-2025 1 0 0 0 24123 Peac C-4 310 Port CharloFL 33954 (888) 888-0900 Exela Technologies, Inc.exelatenders@exelatech.com 1 3-9-2025 1 1 3-9-2025 1 0 0 0 2701 E. Grauwyler RoadIrving TX 75061 (844) 935-2832 Ext: 1 Filterbuy Incorporated bids@filterbuy.com 0 0 1 3-7-2025 3 1 0 3-7-2025 3 101 Pope St.Talladega AL 35160 (213) 915-8146 Fisher Scientific john.bailey@thermofisher.com 0 0 1 3-8-2025 6 1 0 3-8-2025 6 300 Industry Drive Pittsburgh PA 15275 (412) 992-1625 General Control Systems esullivan@generalcontrolsystems.com 1 3-10-2025 1 3-10-2025 0 0 0 3520 Airport Rd Lakeland FL 33811 (863) 250-8Certified Small Business General Control Systems lweaver@generalcontrolsystems.com 0 1 3-24-2025 0 0 0 3520 Airport Rd Lakeland FL 33811 (863) 250-8Certified Small Business Graybar heather.delz@graybar.com 1 3-27-2025 1 3-27-2025 0 0 0 5028 113th Ave N, Clea Saint Peter FL 33760 (727) 573-3553 Hudson Outsourcing Ltd deena@hudsonoutsourcing.com 1 3-10-2025 1 3-10-2025 0 0 0 (020) 305-1221 ITG Technologies sales@itgtec.com 1 3-7-2025 1 1 3-7-2025 1 0 0 0 7949 Atlant Unit 201 JacksonvilleFL 32211 (904) 424-4760 Innovative Werks, Inc.cporter@innovativewerks.com 1 3-11-2025 1 3-11-2025 0 0 0 (312) 584-9Certified Small Business, Minority Business Enterprise Johnson Engineering, LLC proposalnotice@johnsoneng.com 0 1 3-21-2025 0 0 0 2122 Johnson Street Fort Myers FL 33901 (239) 334-0046 Kambrian Corporation sales@kambrian.com 0 1 3-12-2025 0 0 0 346 N. Azusa Ave La Puente CA 91744 (626) 964-4Certified Small Business, Minority Business Enterprise, Woman Business Enterprise Kapsch TrafficCom USA, Inc.ktc_na_sales@kapsch.net 1 3-12-2025 1 3-12-2025 0 0 0 2855 Premiere Parkway Duluth GA 30097 (571) 634-6243 Kennedy Jenks chloelykesyancar@kennedyjenks.com 1 3-7-2025 1 1 3-7-2025 1 0 0 0 1500 NE Irv Suite 200 Portland OR 97232 (503) 423-4000 Lumusys Technologies klewis@lumusys.com 1 3-7-2025 4 1 3-7-2025 4 0 0 0 9660 Topanga Canyon ChatsworthCA 91311 (310) 717-4683 M.C. Dean, Inc.carlos.zuniga@mcdean.com 1 3-11-2025 1 3-11-2025 0 0 0 1765 Greensboro Statio Tysons VA 22102 (727) 447-2555 Ext: 3309 Mark Master Inc phorton@markmasterinc.com 0 0 1 3-9-2025 3 1 0 3-9-2025 3 11111 N 46th St Tampa FL 33617 (813) 988-6Minority Business Enterprise Millennium Info Tech Inc bids@miti.us 1 3-13-2025 4 0 0 0 0 101 Morgan Suite 188 Plainsboro NJ 08536 (609) 750-7 Certified Small Business, Minority Business Enterprise, Minority Women Business Enterprise, Native American Owned, Woman Business Enterprise NCC Group Security Services, Inc matthew.donahue@nccgroup.com 0 1 3-7-2025 2 0 0 0 650 California Street, S San FrancisCA 94108 (646) 589-3101 North America Procurement Council Inc., PBC notifications@napc.me 0 1 3-26-2025 0 0 0 320 W. Ohio St., Suite 3Chicago IL 60654 (302) 450-1923 PWXPress bids@pwxpress.com 1 3-7-2025 3 1 3-7-2025 3 0 0 0 1900 Coffeeport Rd JacksonvilleFL 32208 (408) 676-8941 Process Automation and Controls tim.bassett@pac-service.com 1 3-10-2025 1 3-10-2025 0 0 0 (678) 427-8163 Process Control & Instrumentation, LLC dlott@pci-vetrix.com 1 3-7-2025 1 0 0 0 0 5461 W. Waters Ave Su Tampa FL 33634 (813) 728-5Minority Business Enterprise, US DOT Certified DBE Process Control & Instrumentation, LLC hajami@pci-vetrix.com 1 3-7-2025 1 1 3-7-2025 1 0 0 0 5461 W. Waters Ave Su Tampa FL 33634 (813) 728-5Minority Business Enterprise, US DOT Certified DBE Quantum Engineering bids@quantumengr.com 0 1 3-28-2025 0 0 0 2141 East B Suite 101 Tempe AZ 85282 (480) 699-7124 RevStar Consulting nastassia.barkouskaya@revstarconsulting.com 0 1 3-7-2025 1 0 0 0 3104 N Armenia Ave #2Tampa FL 33607 (813) 291-1056 Revere Control Systems, LLC fl-sales@reverecontrol.com 0 1 3-7-2025 1 0 0 0 5201 Princeton Way Hoover AL 35226 (205) 824-0004 SGS Technologie bids@sgstechnologies.net 1 3-10-2025 1 3-10-2025 0 0 0 6817 SOUTHPOINT PAR JACKSONV FL 32216 (904) 332-4Minority Business Enterprise Seven Outsource rfpalerts@gmail.com 0 1 3-8-2025 1 0 0 0 113 Barksd Newark Newark DE 19711 Source Management sourcemanagement@deltek.com 1 3-7-2025 1 1 3-7-2025 1 0 0 0 2291 Wood Oak Dr Herndon WA 20171 (800) 456-2009 Southern Flow, Inc.jronan@southernflowinc.com 1 3-7-2025 1 1 3-7-2025 1 0 0 0 6445 A Industrial Way Alpharetta GA 30004 (770) 313-4209 Star Controls Inc sales@star-controls.com 1 3-7-2025 1 1 3-7-2025 1 0 0 0 11555 Hero Suite 200 Coral Sprin FL 33076 (954) 604-6656 Streametric doug.rogers@streametric.io 1 3-21-2025 1 3-21-2025 0 0 0 801 Corpor Suite 128 Raleigh NC 27607 (239) 206-9951 Technical Sales ryan@tsctampa.com 1 3-21-2025 1 3-21-2025 0 0 0 4621 N Hale Ave Tampa FL 33614 (813) 876-9256 Thermo Environmental Instruments LLC orders.aqi@thermofisher.com 0 0 1 3-7-2025 1 1 0 3-7-2025 1 27 Forge Parkway Frankllin MA 02038 (508) 520-0430 Trihedral Inc bryan.sinkler@trihedral.com 1 3-27-2025 1 3-27-2025 1 4-1-2025 9 0 1 4-10-2025 7380 West Suite 100 Orlando FL 32819 (407) 403-3785 US Water Services Corporation ccrego@uswatercorp.net 0 1 3-8-2025 2 0 0 0 4939 Cross Bayou BoulNew Port R FL 34652 (727) 848-8292 WORLD ELITE SECURITY LLC worldsec2@gmail.com 0 1 3-10-2025 0 0 0 17413 PAINTED LEAF WCLERMONTFL 34714-542(407) 692-8Certified Small Business YOUR TECH SOLUTIONS LLC abaron@yourtechsolutions.org 1 3-12-2025 0 0 0 0 400 N Tamp 15th Floor Tampa FL 33602 (813) 310-5Woman Business Enterprise YemenVista yemenvista@gmail.com 0 1 3-9-2025 1 0 0 0 140 Battersea CrescenOttawa DC 22041 (343) 543-3771 jhgfytretretr meshramsantoshi61@gmail.com 1 3-8-2025 4 1 3-8-2025 4 0 0 0 (425) 523-5632 n/a footbaall2000@gmail.com 0 1 3-11-2025 0 0 0 (111) 222-3333 website design rfpbidsnotification@gmail.com 0 1 3-8-2025 5 0 0 0 3891 Ranch .RichardsonCA 62639 (122) 553-2871 Trihedral, Inc. • 7380 West Sand Lake Road, Suite 100 • Orlando, Florida 32819 • USAPhone: (407) 888-8203 • Fax: (902) 835-0369http://www.trihedral.com Quotation Quote Number Q34592 Terms Net 30 Days 06-03-2025Date Bryan SinklerSales Person Bill To Ship To 10-03-2025Valid Until Tax ID# 26-0449423Wayne La Fleur City of Clearwater - FL 1650 N. Arcturus Clearwater, FL 33765 USA Wayne La Fleur City of Clearwater - FL 1650 N. Arcturus Clearwater, FL 33765 USA Tax Info. Please allow up to two business days to process your order,and if applicable, include the Trihedral Quote # on your PO. Copy all PO's to sales@trihedral.com. Development Server – Clearwater, FL #Qty.Product Unit Price Ext. Price 1 1 ~•~VTScada 25K Dual Server Premium~•~New $ 51,095.00 $ 51,095.00 1 2 VTScada 25K - Development Runtime 2 2 VTScada 25K - Alarm Notification 3 1 VTScada 25K - Thin Client - Unlimited 4 1 Bundle SupportPlus 5 1 VTScada Training Course Credit - $1,000.00 6 -1 Bundle Discount Proposed SupportPlus Expiry Date: One Year from Purchase DateBundle Value for Renewals: $51,095.00*Future Annual SupportPlus Renewals: $7,664.25 Group Totals $ 51,095.00Subtotal: $ 51,095.00Total: WTPs - Clearwater, FL #Qty.Product Unit Price Ext. Price 1 5 VTScada 25K - Runtime - New - Includes Three Months of SupportPlus $ 5,995.00 $ 29,975.00 2 5 VTScada 25K - Alarm Notification - New - Includes Three Months of SupportPlus $ 4,095.00 $ 20,475.00 3 5 VTScada 25K - 3rd Party Data Sharing - New - Includes Three Months of SupportPlus $ 3,195.00 $ 15,975.00 4 -1 Special Discount - One Time Special Discount $ 9,500.00 $ -9,500.00 5 1 SupportPlus - Additional Nine Months $ 6,404.04 $ 6,404.04 Proposed SupportPlus Expiry Date: One Year from Purchase DateCombined License Value for Renewals: $66,425.00*Combined Future Annual SupportPlus Renewals: $9,963.75 Group Totals $ 63,329.04Subtotal: $ 63,329.04Total: WWTPs - Clearwater, FL #Qty.Product Unit Price Ext. Price 1 5 VTScada 25K - Runtime - New - Includes Three Months of SupportPlus $ 5,995.00 $ 29,975.00 2 5 VTScada 25K - Alarm Notification - New - Includes Three Months of SupportPlus $ 4,095.00 $ 20,475.00 3 5 VTScada 25K - 3rd Party Data Sharing - New - Includes Three Months of SupportPlus $ 3,195.00 $ 15,975.00 4 -1 Special Discount - One Time Special Discount $ 9,500.00 $ -9,500.00 5 1 SupportPlus - Additional Nine Months $ 6,404.04 $ 6,404.04 Proposed SupportPlus Expiry Date: One Year from Purchase DateCombined License Value for Renewals: $66,425.00*Combined Future Annual SupportPlus Renewals: $9,963.75 1 2/ Trihedral, Inc. • 7380 West Sand Lake Road, Suite 100 • Orlando, Florida 32819 • USAPhone: (407) 888-8203 • Fax: (902) 835-0369http://www.trihedral.com Group Totals $ 63,329.04Subtotal: $ 63,329.04Total: Liftstations - Clearwater, FL #Qty.Product Unit Price Ext. Price 1 2 VTScada 5K - Runtime - New - Includes Three Months of SupportPlus $ 4,195.00 $ 8,390.00 2 2 VTScada 5K - Alarm Notification - New - Includes Three Months of SupportPlus $ 2,795.00 $ 5,590.00 3 2 VTScada 5K - 3rd Party Data Sharing - New - Includes Three Months of SupportPlus $ 2,595.00 $ 5,190.00 4 1 SupportPlus - Additional Nine Months $ 2,156.67 $ 2,156.67 Proposed SupportPlus Expiry Date: One Year from Purchase DateCombined License Value for Renewals: $19,170.00*Combined Future Annual SupportPlus Renewals: $2,875.50 Group Totals $ 21,326.67Subtotal: $ 21,326.67Total: Quotation Totals US DollarCurrency: $ 199,079.75Subtotal: $ 199,079.75Total: Terms and Conditions: Unless otherwise agreed to in writing by Trihedral, the licensing of VTScada software is governed exclusively in accordance with the VTScadaSoftware License Agreement dated July 2, 2025, available athttps://www.vtscada.com/downloads/eula/VTScada_Software_License_Agreement_R3_July_2_2025.pdf. VTScada support and upgrade pricing are in accordance with the previously accepted license agreement terms and any differing purchase orderterms proposed will not be accepted without written agreement by Trihedral. A SupportPlus renewal quote contains legacy pricing that is contingent upon the receipt of a purchase order before the quote expiry date (as agreedto under the VTScada license terms of the original license). Purchase orders received with an alteration of previously accepted terms, or after thequote expiry date, will require a re-quote of the renewal price at current pricing. Quotation Accepted By Quote Number Q34592 Print Name ___________________________ Title ___________________________ Signature ___________________________ Date ___________________________ Powered by TCPDF (www.tcpdf.org) 2 2/ v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 REQUEST FOR PROPOSAL 07-25 SCADA SYSTEM SOFTWARE NOTICE Friday, March 7, 2025 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Thursday, April 10, 2025 to provide: The City of Clearwater's Public Utilities Department is seeking a qualified vendor to provide SCADA System Software and annual technical support. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/152368. Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation shall be submitted through the City's e-Procurement Portal located at: https://procurement.opengov.com/portal/myclearwater/projects/152368. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement ManagerLori.vogel@myclearwater.com v. 7.2024 2 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/myclearwater. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. 2.3 Due Date & Time for Submission and Opening Date: Thursday, April 10, 2025 Time: 10:00 am The City will open all proposals properly and timely submitted and will record the names and other information specified by law and rule. All proposals become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting the Procurement Division. 2.4 Proposal Firm Time Proposal shall remain firm and unaltered after opening for 120 days. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. 2.5 Proposal Submittals It is recommended that proposals are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. E-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a proposal that is not properly addressed and identified. 2.6 Late Proposals The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the v. 7.2024 3 due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City’s Procurement Office as the official time. 2.7 Lobbying; Lobbying No-Contact Period; Questions Regarding Solicitation From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be submitted through the City's e-Procurement Portal, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. 2.8 Commencement of Work If proposer begins any billable work prior to the City’s final approval and execution of the contract, proposer does so at its own risk. 2.9 Responsibility to Read and Understand Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact listed on this solicitation The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. 2.10 Form and Content of Proposals Proposals, including modifications, must be certified by an authorized representative and submitted electronically. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City requires that an electronic copy of the proposal be submitted through the City's e-Procurement portal located at https://procurement.opengov.com/portal/myclearwater. The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. 2.11 Specifications Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. v. 7.2024 4 2.12 Modification/Withdrawal of Proposal For proposals submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered proposals, written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. Written requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. No oral requests will be allowed. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. 2.13 Debarment Disclosure If the vendor submitting a proposal has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. 2.14 Reservations The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. 2.15 Official Solicitation Document Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. 2.16 Copying of Proposals Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the proposer. The City’s right to copy shall be for internal use in evaluating the proposal. 2.17 Contractor Ethics v. 7.2024 5 It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: A. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. B. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. C. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. 2.18 Gifts The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. 2.19 Right to Protest Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.20 Evaluation Process Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. 2.21 Criteria for Evaluation and Award The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all v. 7.2024 6 required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, see Section CRITERIA FOR EVALUATION AND AWARD for the criteria that will be evaluated and their relative weights. 2.22 Short-Listing The City at its sole discretion may create a short-list of the highest ranked proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. 2.23 Presentations/Interviews Presentations and/or interviews may be requested at the City’s discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. 2.24 Best and Final Offers The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. 2.25 Cost Justification In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. 2.26 Contract Negotiations and Acceptance v. 7.2024 7 Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. 2.27 Notice of Intent to Award Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://procurement.opengov.com/portal/myclearwater/projects/152368 to view the Procurement Division's Intent to Award postings. 2.28 RFP Timeline Dates are tentative and subject to change. Release Project Date: March 7, 2025 Advertise Tampa Bay Times: March 12, 2025 Question Submission Deadline: March 31, 2025, 10:00am Due Date & Time for Submissions and Opening: April 10, 2025, 10:00am Review proposals: April 10-23, 2025 Presentations (if requested): Week of May 5, 2025 Award recommendation: Week of May 5, 2025 Council Authorization: June 2025 Contract Begins: June 2025 CRITERIA FOR EVALUATION AND AWARD The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have v. 7.2024 8 financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: No. Evaluation Criteria Scoring Method Weight (Points) 1. SCADA System Features Points Based 25 (25% of Total) 2. References Points Based 15 (15% of Total) 3. SCADA System Software Options (Exhibit A - SCADA Software Evaluation) Points Based 40 (40% of Total) 4. System, Licensing and Maintenance Cost Points Based 20 (20% of Total) STANDARD TERMS AND CONDITIONS 4.1 Definitions Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. 4.2 Independent Contractor It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. 4.3 Subcontracting v. 7.2024 9 Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. 4.4 Assignment This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. 4.5 Successor and Assigns, Binding Effect This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. 4.6 No Third Party Beneficiaries This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. 4.7 Non-Exclusivity The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. 4.8 Amendments There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. 4.9 Time of the Essence Time is of the essence to the performance of the parties’ obligations under this Agreement. 4.10 Compliance with Applicable Laws A. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. B. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by v. 7.2024 10 Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. C. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. 1. As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). 2. A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. 3. The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. 4. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. D. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. 4.11 Sales/Use Tax, Other Taxes Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are v. 7.2024 11 Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. 4.12 Amounts Due the City Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. 4.13 Public Records In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-444-7151 or Email: Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following: A. Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. B. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. C. Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. E. A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. v. 7.2024 12 F. The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. G. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. H. If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. I. A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. 4.14 Audits and Records Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. 4.15 Background Check The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. 4.16 Security Clearance and Removal of Contractor Personnel The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. 4.17 Default v. 7.2024 13 A. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. B. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. C. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. D. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 4.18 Remedies The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: A. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. C. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. D. Neither party will be liable for incidental, special, or consequential damages. 4.19 Continuation During Disputes Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited v. 7.2024 14 by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 4.20 Termination for Convenience The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. 4.21 Termination for Conflict of Interest The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 4.22 Termination for Non-Appropriation and Modification for Budgetary Contraints The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. 4.23 Payment to Contractor Upon Termination Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. 4.24 Non-Waiver of Rights There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. 4.25 Indemnification/Liability A. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. B. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. v. 7.2024 15 C. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. D. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 4.26 Warranty Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. 4.27 City's Right to Recover Against Third Parties Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. 4.28 No Guarantee of Work Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 4.29 Ownership All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. 4.30 Use of Name Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. 4.31 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 4.32 Risk of Loss v. 7.2024 16 Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. 4.33 Safeguarding City Property Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 4.34 Warranty of Rights Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. 4.35 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 4.36 Contract Administration This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). 4.37 Force Majeure Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 4.38 Cooperative Use of Contract v. 7.2024 17 This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 4.39 Fuel Charges and Price Increases No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. 4.40 Notices All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. 4.41 Governing Law, Venue This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 4.42 Integration Clause This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. 4.43 Provisions Required by Law Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 4.44 Severability If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 4.45 Surviving Provisions Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS The City of Clearwater’s Public Utilities Department (City) is seeking a qualified vendor to provide SCADA System Software licenses and annual technical support. 5.1 Introduction v. 7.2024 18 The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,463 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler’s Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 5.2 Scope of Work SCOPE OF WORK. The City is seeking proposals for a Supervisory Control and Data Acquisition (SCADA) System software that enhances reliability, performance, and security, provides a user- friendly interface, and reduces operational and support costs. SCADA System Requirements. The proposed SCADA system must, at a minimum, include the following capabilities: A. Software Availability • The software must be commercially available, off-the-shelf, and non-proprietary. • It should allow independent systems integrators to manage configuration and maintenance. B. Mobile Device Compatibility • The software must be HTML5-compliant, enabling remote monitoring and control via Apple and Android devices. C. Server and Client Compatibility • Server software must be compatible with Microsoft Windows Server 2022 or later. • Client software must support Microsoft Windows 11 (64-bit) or later. D. Authentication • The server must integrate with Microsoft Active Directory for authentication. • It should support multiple levels of user access. E. OPC UA Compliance v. 7.2024 19 • The software must provide native support for OPC Unified Architecture (OPC UA). F. Virtual Environment Compatibility • The SCADA server software should function seamlessly in a virtualized environment. G. Historian Database Compliance • The historian database must support Open Database Connectivity (ODBC) compliance. H. CityWorks/Trimble Unity Compatibility • The historian database and SCADA software must support seamless integration with the CityWorks Computerized Maintenance Management System (CMMS) for bidirectional data transfer. I. Historical Data & Graphical Process Displays • The SCADA software should provide real-time and historical trend plotting within graphical displays, with the following features: o A minimum of 10 pens (tags) for both analog and digital values, including names and descriptions. o Options for analog pens to be displayed as layered or stacked plots. o A selectable time frame ranging from one second to five years. o Adjustable scaling for high/low values or graduated divisions. o The ability to display tag values at specific times based on cursor position. o Statistical data, including average, minimum, and maximum values for each plot. o Trend annotations, along with pause, zoom, and pan functionality. o Analog tag plot movement along the y-axis and an option to print displayed data. o Markers for alarm setpoints, displayed as continuous lines across plots. o Data export options in .csv format or direct export to a database for third-party software. J. Tabular Data Support • The SCADA software should also include features for tabular data displays, including: o Support for an unlimited number of pens (tags) for analog and digital values, with names and descriptions. o A selectable time frame from one second to five years. v. 7.2024 20 o The ability to pause scrolling and view raw or summarized data with regular sampling periods. o Export options in .csv format or direct export to a database for use with third-party analysis software. K. Alarm and Event Management • The software must align with ANSI/ISA 18.2-2009 standards for alarm management in process industries. L. Alarm Management Capabilities • The SCADA system must include the following alarm management functions: o Lists for Current, Unacknowledged, Disabled, Active, Configured Historical, and Shelved alarms/events. o Tools for searching and filtering alarms. o Annotation capabilities for alarms. o Individual or mass acknowledgment of alarms. o Adjustable font sizes for improved accessibility. o Priority representation through shapes, colors, and numeric indicators. o Data plotting for alarms, process display links, and audible alarm notifications with mute options. o Options for alarm shelving for a defined period, historical recording without acknowledgment, and alarm disabling. o A complete record of alarms and events, including timestamps, tag details, priority, status, and user acknowledgment. M. Remote Alarm Notification • The system must support alert notifications via voice, text, and email. N. I/O Drivers • All input/output (I/O) drivers must support primary-to-secondary failover mode. O. External System Connections • The SCADA system must natively support connections to and from ancillary systems, including: v. 7.2024 21 o Hach Water Information Management Solution (WIMS) o Computerized Maintenance Management System (CMMS) o Laboratory Information Management System (LIMS) 5.3 Minimum Qualifications MINIMUM QUALIFICATIONS. Companies responding to this Request for Proposals (RFP) must demonstrate their experience with SCADA system software under Response Elements, TAB 2 - SCADA System Features. A minimum of three (3) references is required, preferably from other public entities currently using your SCADA software under TAB 3 - References. INSURANCE REQUIREMENTS A list of Insurance Policies that may be required. 6.1 Requirements The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: 6.2 Commercial General Liability Insurance Coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. 6.3 Commercial Automobile Liability Insurance Coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 6.4 Professional Liability/Malpractice/Errors or Omissions Insurance Coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. 6.5 Workers’ Compensation Insurance v. 7.2024 22 Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. 6.6 Cyber Liability Insurance Where the Agreement involves portals allowing access to obtain, use, or store data; managed dedicated servers; cloud hosting services; software/hardware; programming; and/or other IT services and products are involved. Limits of not less than $2,000,000 (two million dollars) per occurrence and $2,000,000 (two million dollars) aggregate. Coverage sufficiently broad to respond to duties and obligations undertaken by Firm, and shall include, but not be limited to, claims involving infringement of intellectual property/copyright, trademark, trade dress, invasion of privacy violations, damage to or destruction of electronic information, information theft, release of confidential and/or private information, alteration of electronic information, extortion, virus transmission, and network security. Coverage, as applicable and with sufficient limits to respond, for breach response costs, regulatory fines and penalties, credit monitoring expenses. 6.7 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 6.8 Other Insurance Provisions Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, 07-25 P.O. Box 4748 Clearwater, FL 33758-4748 Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, v. 7.2024 23 equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES 7.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from June 1, 2025 through Completion. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 7.2 Pricing All pricing shall be firm and shall include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. RESPONSE ELEMENTS NOTE: Every proposal received by the City will be considered a public record pursuant to Chapter 119, Florida Statutes. Any response marked confidential may be deemed non-responsive to this RFP. 8.1 Proposal Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. 8.2 Proposal Format TAB 1 - Letter of Transmittal. A brief letter of transmittal should be included, addressing the following: A. Understanding of the RFP Scope – The proposer should demonstrate an understanding of the project’s scope and objectives. B. Primary Contacts – Provide the names and contact details of key personnel who will serve as the main points of contact for the City throughout the project. TAB 2 – SCADA System Features. Submit a comprehensive description of the features and capabilities of the proposed SCADA system, including: v. 7.2024 24 A. Future Enhancements – Vendors may provide up to four (4) pages outlining planned product improvements and enhancements anticipated to be available within the next 3 to 5 years. This information may be submitted as separate sheets. B. Upgrade Methods – Provide up to five (5) pages detailing the approach for upgrading the City’s current SCADA system to the proposed solution. Include information on migration tools, services, and other relevant considerations. This section may be submitted separately. C. Additional Information – Vendors may submit up to fifteen (15) pages of additional details about their SCADA system, offering further insights for evaluation. This section is open-ended and allows for a more in-depth explanation of system features and advantages. TAB 3 - References A minimum of three (3) references preferably from other public entities currently using your SCADA software. Each reference shall include the name of entity, contact person, phone number, e- mail address, and mailing addresses. TAB 4 – SCADA System Software Options. Exhibit A - SCADA Software Evaluation shall be completed in its entirety and included in the proposal. Proposals submitted without this completed form may be considered non-responsive. A. Centralized Management - Emphasize features that enable streamlined management of the SCADA software, ensuring a highly reliable system with minimal downtime and simplified maintenance. B. Seamless Modifications - The software must allow easy modification of screens, tags, drivers, and other components, without reliance on third-party software or drivers enabling the rapid integration of new data and functionality. C. Operator- Friendly Tools - The software must provide operators with real-time and historical data access, enabling them to perform their duties effectively with intuitive tools and interfaces. TAB 5 - Cost of Software and Support. The cost section of the proposal must include the total cost of the SCADA software package, including annual support fees for the first 10 years. Pricing should reflect a complete system that covers the following facilities: Facility SCADA Tags Screens Clients East WRF 1,500 40 8 Marshall Street WRF 5,000 50 10 Northeast WRF 5,000 50 10 RO 1 5,000 40 8 RO 2 5,000 40 8 WTP 3 5,000 30 4 v. 7.2024 25 Remote Stations 20,000 60 8 System Requirements A. Each facility must include a redundant pair of SCADA servers. B. The system must have: 1. One redundant pair historian for the three WRF facilities. 2. One redundant pair historian for the three WTP facilities. 3. One redundant pair historian for the Remote Stations. C. The PLC hardware is Allen-Bradley, and all required I/O drivers must be included. D. Remote alarm notification is mandatory and must be incorporated into the proposal. Other Forms. Reference Submittal Requirements: A. Scrutinized Companies Form(s) B. Compliance with Anti-Human Trafficking Laws Form C. Copies of licenses and or certifications if requested D. W-9 Form. Include a current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) A. SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required v. 7.2024 26 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. v. 7.2024 27 D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ☐ Please confirm *Response required 5 E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. v. 7.2024 28 E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm *Response required 6 Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 07-25 SCADA System Software. *Response required 7 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 8 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 9 W-9* Upload your current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 29 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1106 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 9.3 SUBJECT/RECOMMENDATION: Authorize an increase to purchase order with Fastenal Company, for citywide Facility Maintenance, Repair & Operations (MRO) Industrial and Building Supplies, including related equipment, accessories, supplies and vending services, in the amount of $600,000.00 for the final term of year 3 ending November 8, 2026, and authorize increasing the two, one-year renewal options by $350,000.00 annually for a new annual not-to exceed amount of $600,000.00, in accordance with Clearwater Code of Ordinances Section 2.563(1) (c), Piggyback or Cooperative Purchasing, and authorize the appropriate officials to execute same. (consent) SUMMARY: This contract provides a reliable source for industrial supplies and equipment used by Public Utilities, Public Works, Clearwater Gas System, Parks & Recreation, Solid Waste and Marina to repair and maintain their facilities and equipment. The items available include a wide variety of repair and maintenance equipment and supplies including electrical, plumbing, janitorial supplies, electrical hand tools, hardware, safety equipment and supplies, lighting etc. Items will be available to departments by industrial vending machines located at department sites or at Fastenal stores. This contract allows the City to benefit from pre-negotiated prices and discounts for various items as required. On February 2, 2023, Council approved a city-wide purchase order to Fastenal Company in an amount not to exceed $919,500.00 for the period of February 3, 2023, through November 8, 2026, with the option for two, one-year renewals at an annual not to exceed amount of $250,000.00. To date the citywide amount liquidated by Fiscal Year is as follows: ·FY23: $151,896.38 ·FY24: $278,827.94 ·FY25: $435,062.15 The request for additional funds is based on a citywide consumption rate that has exceeded original estimates. The initial contract value was based on historical usage patterns before the full implementation and widespread adoption of the vending services program. Since its launch, the program's convenience and efficiency have led to greater-than-anticipated use across multiple departments to meet operational requirements. The original budget allocation for vending machine and MRO materials was based on preliminary estimates that did not fully account for the expansion of the program and the increased usage across city facilities. As the vending program has been implemented citywide, additional machines and a broader range of materials are being purchased to meet operational needs. Departments have reported increased demand for MRO supplies-such as tools, safety equipment, and facility maintenance items-due to ongoing maintenance activities and new capital projects. The expansion of vending machine locations has also required additional hardware, installation, and product stocking to ensure equitable access for all facilities. As a result, the original funding totals were underestimated. The requested increase will provide adequate funding to continue supporting operational efficiency and timely replenishment of essential materials throughout the city. Purchases through Fastenal Company are made under a Piggyback agreement with Sourcewell Contract #091422-FAS, which is valid through November 8, 2026, and includes two, one-year renewal options. Page 1 City of Clearwater Printed on 10/31/2025 File Number: ID#25-1106 APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY26 will come from various Operating cost centers. Funding for future fiscal years will be requested within contract calendar and spending limits. STRATEGIC PRIORITY: This action supports the Council’s Strategic Plan to achieve High Performing Government - 1.2 by properly maintaining City infrastructure, specifically the wastewater collection and treatment system. Page 2 City of Clearwater Printed on 10/31/2025 SOURCEWELL CONTRACT #121218-FAS DISCOUNT SCHEDULE FOR CATALOG ITEMS Contract Pricing Use Only Work Paper Identification: 3608 - Sourcewell - J022119M CATEGORY DISCOUNT Abrasives 25% Adhesives, Sealants, and Tape 25% Cutting Tools & Metalworking 25% Electrical 25% Electronics and Batteries 25% Fasteners 50% Fleet and Automotive 25% HVAC and Refrigeration 25% -Filters 35% Hardware 30% Hydraulics 25% Janitorial and Cleaning 25% -Restroom Supplies 40% -Trash Cans and Liners 35% -Wipers, Towels, and Rags 40% Lighting 30% Lubricants, Coolants and Fluids 25% Machinery 25% Material Handling, Lifting and Rigging 25% -Chain and Accessories 30% -Cranes, Trolleys and Accessories 30% -Hoists and Pullers 30% -Jacks 30% -Rigging Hardware 30% -Rope and Rope Accessories 30% -Slings and Accessories 30% -Wire Rope and Accessories 30% Motors 30% Outdoor Products and Equipment 25% Packaging and Shipping Products 25% Paint and Painting Supplies 25% Plumbing 30% Pneumatics 25% Power Transmission 25% Pumps 20% Raw Materials 20% Safety 25% -Hand and Arm Protection 32% Security 25% Test and Measurement 25% Tools and Equipment 25% -Corded Power Tools 20% -Cordless Power Tools 20% Welding 25% FH5451963 Sourcewell Discount Schedule • 4.19 JP 091422-FAS Rev. 3/2022 1 Solicitation Number: RFP #091422 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Fastenal Company, 2001 Theurer Blvd., Winona, MN 55987 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Facility MRO, Industrial, and Building-Related Supplies and Equipment from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires November 8, 2026, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended up to two times, for one additional year per extension, upon the request of Sourcewell and written agreement by Supplier. C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 2 Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 3 returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 4 • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier’s employees may be required to perform work at government- owned facilities, including schools. Supplier’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 5 contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier’s acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum, the terms of which will be negotiated directly between the Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as applicable. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 6 • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, performance issues, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: • Participating Entity Name (e.g., City of Staples Highway Department); • Participating Entity Physical Street Address; • Participating Entity City; • Participating Entity State/Province; • Participating Entity Zip/Postal Code; • Participating Entity Contact Name; • Participating Entity Contact Email Address; • Participating Entity Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for two percent (2%) multiplied by the total paid standard sales less taxes, freight, and product returns, and one-half percent (0.5%) DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 7 multiplied by the total paid onsite sales less taxes, freight, and product returns, of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier’s name and Sourcewell- assigned contract number in the memo; and must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier’s Authorized Representative is the person named in the Supplier’s Proposal. If Supplier’s Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Contract are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 8 circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell’s responsibility will be governed by the State of Minnesota’s Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Supplier. b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Supplier’s trademarks in advertising and promotional materials for the purpose of marketing Supplier’s relationship with Sourcewell. DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 9 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and promotional materials for the purpose of marketing the Parties’ relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party’s trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party’s trademarks only in good faith and in a dignified manner consistent with such party’s use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell’s written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 10 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 11 • Exercise any remedy provided by law or equity, or • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for products liability-completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 12 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer’s Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Supplier’s security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data – including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 13 insurance applicable to the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 14 references to “federal” should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier’s Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 15 not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 16 person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier’s personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 17 M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre-approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by a Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier’s actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier’s DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 091422-FAS Rev. 3/2022 18 Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell Fastenal Company By: __________________________ By: __________________________ Jeremy Schwartz Terry Owen Title: Chief Procurement Officer Title: Sr. Executive Vice President Date: ________________________ Date: ________________________ Approved: By: __________________________ Chad Coauette Title: Executive Director/CEO Date: ________________________ DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 11/28/2022 | 2:49 PM CST 11/30/2022 | 8:49 AM CST 11/30/2022 | 9:52 AM CST RFP 091422 - Facility MRO, Industrial, and Building-Related Supplies and Equipment Vendor Details Company Name:Fastenal Company Does your company conduct business under any other name? If yes, please state: MN Address: 2001 Theurer Blvd Winona, MN 55987 Contact:Zach Wise Email:zwise@fastenal.com Phone:507-313-7206 HST#:41-0948415 Submission Details Created On:Tuesday July 26, 2022 09:17:50 Submitted On:Tuesday September 13, 2022 18:18:03 Submitted By:Zach Wise Email:zwise@fastenal.com Transaction #:8840e17a-12a4-44bb-84f6-8a8f850a55af Submitter's IP Address:205.243.112.222 Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Specifications Table 1: Proposer Identity & Authorized Representatives General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; respond “N/A” if the question does not apply to you (preferably with an explanation). Line Item Question Response * 1 Proposer Legal Name (one legal entity only):   (In the event of award, will execute the  resulting contract as "Supplier") Fastenal Company * 2 Identify all subsidiary entities of the Proposer  whose equipment, products, or services are  included in the Proposal. Fastenal Canada, Ltd. * 3 Identify all applicable assumed names or DBA  names of the Proposer or Proposer's  subsidiaries in Line 1 or Line 2 above. N/A * 4 Provide your CAGE code or Unique Entity  Identifier (SAM): 0Y3H3 * 5 Proposer Physical Address:2001 Theurer Blvd. Winona, MN 55987 * 6 Proposer website address (or addresses):www.fastenal.com * 7 Proposer's Authorized Representative (name,  title, address, email address & phone) (The  representative must have authority to sign  the “Proposer’s Assurance of Compliance” on  behalf of the Proposer and, in the event of  award, will be expected to execute the  resulting contract): Terry Owen Sr. Executive Vice President 2001 Theurer Blvd. Winona, MN 55987 narfp@fastenal.com (507) 453-8723 * 8 Proposer's primary contact for this proposal  (name, title, address, email address & phone): Zach Wise Government Sales Manager 2001 Theurer Blvd. Winona, MN 55987 zwise@fastenal.com (507) 313-7206 * 9 Proposer's other contacts for this proposal, if  any (name, title, address, email address &  phone): Erik McKenna Director of Sales 10729 47th Ave W Mukilteo, WA 98275 emckenna@fastenal.com (360) 220-5683 Table 2: Company Information and Financial Strength Line Item Question Response * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 10 Provide a brief history of your company,  including your company’s core values,  business philosophy, and industry longevity  related to the requested equipment, products  or services. The Fastenal story began in 1967 when Bob Kierlin pooled together $30,000 with  four friends and opened the first Fastenal store, a 1,000 sq. ft. shop in his  hometown of Winona, MN. (The original business plan was to dispense nuts and  bolts via custom vending machines, but the technology proved impracticable at the  time. Several decades would pass before Fastenal finally popularized industrial  vending.) After surviving the typical struggles of a startup business, Fastenal  gradually found its niche – by going the extra mile for customers and providing the  kind of service that kept them coming back. Kierlin later drilled this approach down  to four simple words: Growth Through Customer Service. This motto has guided us forward as we’ve grown from a small regional supplier  into one of the world’s most dynamic growth companies – from one store to more  than 2,100 and counting. For Fastenal it is about more than just providing product  to our customers - we believe fulfillment is a small part of a much larger opportunity  to help our customers reduce assets, operate more productively, and unlock time,  cash, and energy to grow their business faster. As our company has grown, we’ve aggressively invested in things that make a  difference for our customers, continuously improving a multifaceted service network  that today includes:  •    DATA ANALYTICS: Use our analytics program to visualize current activities and  trends (at the local and contract levels) as well as future opportunities. Follow the  data to continuous improvement. •    CATEGORY MANAGEMENT: Product and application experts to help you fully  leverage spend while driving your business goals – a focus on total value, not just  lowest price. •    DISTRIBUTION: From the source, to the last mile, to the point of use – our  end-to-end control of product transport is a key element in a reliable and  transparent supply chain.  •    e-BUSINESS SOLUTIONS: Bringing simplicity to purchasing, speed to  fulfillment, and visibility to spend, usage, and inventory.  •    SUBJECT MATTER EXPERTS: Regionally-based experts in areas like safety,  metalworking, and Lean supply – dedicated resources who become a vital part of  your local operations.  •    AUTOMATED SUPPLY: A suite of devices to monitor, track, and control wide- ranging products. With Fastenal, the machine is just part of a total inventory  management solution. •    ONSITE PROGRAMS: Fully-customized onsite servicing locations for larger  sites. Usher in expertise and innovation while offloading inventory and non-core  activities. •    SERVICES: We don’t just sell products. We make, modify, and maintain them  to meet your unique needs – from tool and hoist repairs to custom slings and hose  assemblies. •    SOCIAL RESPONSIBILITY SUPPORT: A portfolio of suppliers, products,  programs, and solutions to support your environmental and supplier diversity  initiatives. * 11 What are your company’s expectations in the  event of an award? Fastenal expects to continue our partnership with Sourcewell. This includes continued  efforts to train our sellers on the benefits of cooperative purchasing and market our  award to Sourcewell members and prospective Sourcewell members. Fastenal  expects to continue to grow this contract aggressively to existing Sourcewell  members and to bring new members to Sourcewell. Fastenal expects support from  Sourcewell to answer questions about the contracting process and market the  benefits of utilizing the Fastenal Sourcewell contract. * 12 Demonstrate your financial strength and  stability with meaningful data. This could  include such items as financial statements,  SEC filings, credit and bond ratings, letters  of credit, and detailed reference letters.  Upload supporting documents (as applicable)  in the document upload section of your  response. A member of the S&P 500 index, Fastenal [NASDAQ: FAST] generated revenues  of $6.0 billion and net earnings of $925 million in 2021. With minimal long-term  debt, robust cash flow and market capitalization, and decades of consistent growth,  we’re able to drive aggressive improvement and scale our service to meet virtually  any need.  Please see the attached Financial Strength and Stability_2021 Annual Report for  additional information. * 13 What is your US market share for the  solutions that you are proposing? To our advantage, the industrial distribution market is very fragmented. Fastenal is  currently #4 on the Industrial Distribution Big 50 list, and we have approximately 3%  of the market share. This means that there is unlimited market potential and growth  opportunity in both the US and Canada. * 14 What is your Canadian market share for the  solutions that you are proposing? To our advantage, the industrial distribution market is very fragmented. Fastenal is  currently #4 on the Industrial Distribution Big 50 list, and we have approximately 3%  of the market share. This means that there is unlimited market potential and growth  opportunity in both the US and Canada. * 15 Has your business ever petitioned for  bankruptcy protection? If so, explain in detail. No. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 16 How is your organization best described: is  it a manufacturer, a distributor/dealer/reseller,  or a service provider?  Answer whichever  question (either a) or b) just below) best  applies to your organization. a)    If your company is best described as  a distributor/dealer/reseller (or similar entity),  provide your written authorization to act as a  distributor/dealer/reseller for the manufacturer  of the products proposed in this RFP. If  applicable, is your dealer network  independent or company owned? b)    If your company is best described as  a manufacturer or service provider, describe  your relationship with your sales and service  force and with your dealer network in  delivering the products and services  proposed in this RFP. Are these individuals  your employees, or the employees of a third  party? Fastenal Company is an authorized distributor for all products which are offered for  sale. Fastenal currently has more than 5,800 corporately approved vendors and  more than 26,000 total vendors company-wide.  Fastenal’s distribution network is company-owned. Fastenal will employ our decades  of experience in maximizing supply chain efficiency to anticipate each Participating  Entity's delivery and stocking needs. Product will be delivered by Fastenal trucks  first thing in the morning, and put away on the floor by Fastenal employees well  before 3rd party logistics carriers are able to arrive. With more than 3,500 in-market  locations, Fastenal support is never far away. Each Participating Entity’s standard  items will be housed in nearby Fastenal branches (or onsite in Fastenal's customer- dedicated 'branch' within the walls of the Participating Entity's site) and managed by  Fastenal employees to minimize delays and decrease total touches. Inventory is  delivered directly to the Participating Entity via Fastenal’s fleet of more than 8,000  vehicles, stocked via the Fastenal Managed Inventory (FMI) solution that best meets  the Member’s needs, and distributed to points of use as needed. * 17 If applicable, provide a detailed explanation  outlining the licenses and certifications that  are both required to be held, and actually  held, by your organization (including third  parties and subcontractors that you use) in  pursuit of the business contemplated by this  RFP. N/A * 18 Provide all “Suspension or Debarment”  information that has applied to your  organization during the past ten years. Fastenal prides itself on conducting business in a highly ethical manner and we  attempt to provide our customers with important information about our organization  and the products and services we offer.  We strive to bring educational  opportunities to our customers in a cost effective manner and make it convenient for  our customers to participate in our sponsored seminars, open houses and  exposition events we conduct throughout the year.   We believe it is important for  our customers to be aware of the cost saving products and services Fastenal offers  and provide these customers an opportunity to interact with our employees and  suppliers to better understand these value added products and services and to take  advantage of the cost savings programs for their organizations. Unfortunately, Fastenal received a Notice of Suspension from the Commonwealth of  Virginia (‘Commonwealth’) in connection with the contract we maintain with the  Commonwealth.  The Notice of Suspension was related to and arises out Fastenal’s  practice of providing travel and lodging accommodations to all customers who  attended a customer training and educational exposition sponsored by Fastenal.   The Commonwealth informed us that two (2) agents of the Commonwealth that  attended the Customer Expo did not have sufficient authorization to attend and the  Commonwealth concluded that Fastenal’s practice of providing travel and lodging to  these agents was inconsistent with certain standards set forth in the  Commonwealth’s Vendor Manual.  As a result, the Commonwealth issued a  suspension of Fastenal’s contract to offer goods and services to Commonwealth  agencies. While Fastenal disagreed with the imposition of a suspension and we  believe the Commonwealth’s actions were unwarranted in our situation, the  Commonwealth has taken this relatively harsh position on this matter.  The suspension took effect on November 1, 2016 and remained in effect until  October 31, 2017.  Fastenal has since been issued a new MRO agreement with  the Commonwealth. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Table 3: Industry Recognition & Marketplace Success Line Item Question Response * 19 Describe any relevant industry awards or  recognition that your company has received  in the past five years 2021 – One of America’s Safest Companies, EHS Today 2021 - #4, Industrial Distribution Big 50, Industrial Distribution Magazine 2020 – #5, Industrial Distribution Big 50, Industrial Distribution Magazine 2020 - #7, Top 40 Industrial & Construction Distributors             #4, Top MRO Industrial Distributors             #4, Top Fluid Power Distributors             Top Fastener Distributors             Top Safety Distributor, Modern Distribution Magazine 2020 - #26, Top 50 Companies for Environmental, Social, Governance Values,  Investor’s Business Daily 2019 – One of the 10 Most Innovative Companies, Insight Success 2019 – #5, Industrial Distribution Big 50, Industrial Distribution Magazine 2018 – #5, Industrial Distribution Big 50, Industrial Distribution Magazine 2018 – Minnesota Governor’s Safety Award for Performance in multiple facilities 2017 - #472, America’s Top Public Companies, Forbes 2017 - #7, Industrial Distribution Big 50, Industrial Distribution Magazine 2017 - #157, Global 2000: World’s Best Employers, Forbes * 20 What percentage of your sales are to the  governmental sector in the past three years Education and government are tracked together in Fastenal's industry sales  statistics.  2021: 4.6% 2020: 8.1% 2019: 3.7% * 21 What percentage of your sales are to the  education sector in the past three years Education and government are tracked together in Fastenal's industry sales  statistics.  2021: 4.6% 2020: 8.1% 2019: 3.7% * 22 List any state, provincial, or cooperative  purchasing contracts that you hold. What is  the annual sales volume for each of these  contracts over the past three years? As an incumbent Sourcewell, OMNIA – Region 4, OMNIA - UCOP and NASPO  ValuePoint contractor, Fastenal has demonstrated success in the administration,  marketing, and compliance with the terms and conditions of national cooperative  contracts.  Fastenal also holds 47 state-wide MRO contracts and has more than 20 years of  experience implementing many state-wide MRO contracts with cooperative use  features. These statewide contracts span the spectrum of city, county, higher  education and state government agencies and utilize participating addendums. Fastenal does not provide sales volumes as this information is confidential and  proprietary. * 23 List any GSA contracts or Standing Offers  and Supply Arrangements (SOSA) that you  hold. What is the annual sales volume for  each of these contracts over the past three  years? Fastenal does not hold any GSA contracts.  Fastenal currently holds two standing offers with the Government of Canada, one for  safety supplies and one for hand tools. * Table 4: References/Testimonials Line Item 24. Supply reference information from three customers who are eligible to be Sourcewell participating entities. Entity Name *Contact Name *Phone Number * New York City DCAS Harry Tian, Purchase Director-Goods (212) 386-0463 * Palm Beach County Schools Stacey Marshall, Director Suzanne Guthart, Facilities Management Coordinator Sabra Avery, Financial Applications Manager SM: (561) 688-7591 SG: (561) 688-7591 SA: (561) 687-7091 * University of Wisconsin-Madison Brad Bauman, Procurement Manager (608) 262-1327 * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Table 5: Top Five Government or Education Customers Line Item 25. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years. Entity Name Entity Type *State / Province *Scope of Work *Size of Transactions *Dollar Volume Past Three Years * Fastenal does  not disclose  customer- specific  information as  it is  confidential  and proprietary. Government Florida - FL Fastenal does not disclose  customer-specific information as  it is confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and  proprietary. * Fastenal does  not disclose  customer- specific  information as  it is  confidential  and proprietary. Government Florida - FL Fastenal does not disclose  customer-specific information as  it is confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and  proprietary. * Fastenal does  not disclose  customer- specific  information as  it is  confidential  and proprietary. Government Florida - FL Fastenal does not disclose  customer-specific information as  it is confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and  proprietary. * Fastenal does  not disclose  customer- specific  information as  it is  confidential  and proprietary. Government Florida - FL Fastenal does not disclose  customer-specific information as  it is confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and  proprietary. * Fastenal does  not disclose  customer- specific  information as  it is  confidential  and proprietary. Government Florida - FL Fastenal does not disclose  customer-specific information as  it is confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and proprietary. Fastenal does not  disclose customer-specific  information as it is  confidential and  proprietary. * Table 6: Ability to Sell and Deliver Service Describe your company’s capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions. Line Item Question Response * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 26 Sales force.Fastenal's sales force is entirely Fastenal-employed, there are no third parties  involved. We currently employ more than 20,000 employees worldwide, including  12,400 local sales personnel.  Sourcewell participating entities will be serviced by a local Fastenal branch team that  is dedicated to their satisfaction. After an account has been opened by a  participating entity,a local account representative will be assigned.  With our vast sales presence across the United States and Canada, Fastenal’s level  of support and accountability is unparalleled among industrial supply distributors.  Fastenal customers rely on their direct relationship with local personnel who can solve  problems, provide on-site/on-call service, and support their needs. This is what sets  Fastenal apart in the eyes of our customers – knowing that their dedicated  representative will be stopping by to assist with: •    product requisition •    billing/lead time questions •    answering sourcing questions •    providing local insight into supply chain solutions •    demonstrations, promotions, training, product applications, new item introductions •    warranty issues •    recycling programs No matter where a member is located – from a remote rural area to a major  metropolis – they benefit from a local relationship backed by corporate support and  a national distribution network. Additionally, Sourcewell will have the support of Fastenal’s Government Sales  department. Sourcewell will be supported by Fastenal’s 47 Government Sales  Specialists whose focus is strictly State agencies, higher education, and political  subdivisions.  These specialists work directly with agencies and Fastenal branches to: •    support contract best practice, compliance, and training (including customer and  employee training) •    develop custom market baskets and additional discounts within agencies •    support FMI Technology implementation •    respond to disasters •    resolve issues •    perform quarterly business reviews (QBR) and ensure overall customer  satisfaction * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 27 Dealer network or other distribution  methods. At Fastenal, we understand that delivery speed is a function of distance – and that  the shortest supply chain wins. So while others have embraced a centralized direct- ship model (with a ‘built-in’ one-day lead time), we’ve never stopped working to  decentralize, providing faster, better service as we move ever closer to our customers. Fastenal’s branch-based service model enables us to: •    Stock product locally for immediate availability •    Tailor local branch inventory to match our Sourcewell participating entities' needs •    Manage customers’ inventory to lower their total cost of ownership •    Provide industry leading in-person, flexible, value added customer service Our multiple distribution points not only provide service to Sourcewell participating  entities, they also contribute to each of the local communities by paying local taxes,  hiring local employees, experiencing the local business environment, and  understanding the culture and MRO requirements unique to that area. In addition to  our standard branch locations, Fastenal also operates 16 Government branches who  are dedicated solely to servicing the Government and higher education entities in  their area.  Fastenal holds more than $1 billion worth of inventory, immediately available to  Sourcewell participating entities through our local branches. Each Fastenal branch  serves as a local distribution point for a vast range of Facility MRO supplies –  backed by our global distribution and sourcing strength, yet free to tailor its inventory  and service to meet the needs of local customers.  Branches are serviced by the nearest of 18 Fastenal distribution centers throughout  North America, through our company owned fleet of more than 8,600 vehicles.  Below are some of the distribution performance metrics that distinguish Fastenal in  the marketplace: •    80% of all customer transactions are for products stocked in the local branch or  available at a regional distribution center, representing either same-day or 24 to 48  hour fulfillment.  •    If a standard product is not already in stock at your local branch, we can  usually get it there on our own trucks before the next business day begins. 80% of  branch deliveries via Fastenal trucks from our distribution centers arrive before 8 a.m.  on scheduled truck days. •    Fastenal’s branches and distribution centers carry more than a billion dollars in  inventory in order to provide fast delivery for local customers. * 28 Service force.Service will be provided by the same personnel providing sales support on the local  level. The assigned account representatives will service any FMI Technology that may  be implemented, as well as work with Sourcewell participating entities to engage any  additional support that may be required. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 29 Describe the ordering process. If orders  will be handled by distributors, dealers or  others, explain the respective roles of the  Proposer and others. Orders placed by Sourcewell participating entities will be handled by Fastenal  throughout the process. One of our key differentiators in the industrial supply  distribution marketplace is the number of options we offer for order placement. Some  of the various ways Sourcewell participating entities can order from Fastenal include:  •    Local Fastenal Branch: Sourcewell participating entities can order items through  their local branch (via phone, fax, or email). Branch will provide delivery or make the  product available during will-call hours. Additionally, the branch will be available for  emergency service outside of standard business hours.   •    Customer Site Visits: The goal of the site visits performed by Fastenal's local  representatives is to provide superior customer and drive cost savings to each of  Fastenal's customers by providing a local person to help in the ordering process.  •    Customer Service Center: Fastenal’s Customer Service Center includes  dedicated Sourcewell customer service representatives. Fastenal has a toll-free phone  number (877-507-7555) as well as a toll-free fax number (866-664-1246) and email  address: govsales@fastenal.com. •    Product Sourcing: Sourcing of non-core items is service that Fastenal offers to  customers to procure items that are not available within Fastenal’s distribution  system. The local Fastenal branch manages the sourcing, procurement, delivery, and,  if required, the inventory management of the sourced items as part of a Fastenal  vendor managed inventory solution. Fastenal’s sourced items may be a direct line  extension with an existing vendor or the item may be procured same day from local  vendors. Pricing for sourced items is based on current market conditions and  negotiated locally on a per-order basis.   •    Fastenal.com: Sourcewell participating entities who prefer to place their orders  online have the option to place orders through Fastenal’s state-of-the-art website.  Members will be able to log in with their branch account number to view the  Sourcewell online catalog. Fastenal primarily fulfills online orders at the local branch,  maintaining the continuity of the local relationship as well as the order history for  local inventory stocking models and reporting. •    FMI Technology - Inventory Management: Local Fastenal branches can stock  customized dedicated inventory for Sourcewell participating entities and keep just the  right amount flowing to their stocking locations, minimizing waste, downtime, and total  costs. Through these programs, local Fastenal personnel take on the “heavy lifting” of  inventory monitoring, ordering, and replenishment. FAST Solutions are tailored to meet  the needs of each individual site. •    FASTBin: Customers utilize this solution to organize and add efficiency to the  ordering process managed by the participating entity or Fastenal. We organize &  label new or existing bins and collaborate to establish initial min/max levels and  service schedule. Suggested replenishment orders are submitted, reviewed and  approved via Fastenal.com. •    FASTVend: Sourcewell participating entities position these devices at the point  of use allowing more efficient access to inventory all while maintaining security and  ensuring allocation rules are followed. When stock runs low, the machine sends an  automated notification to the servicing branch and the Fastenal representative initiates  the restock process. •    Onsite: Participating entities receive the benefit of a team who essentially serve  as part of the local staff, providing energy and expertise to free up labor resources  and operate more efficiently.  •    E-Commerce Integration: Whether we connect through a B2B connection, a  portal, or our FastConnect punch-out platform your business results are the same:  paperless transactions, lower administration costs, and clear usage and spending  visibility. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 30 Describe in detail the process and  procedure of your customer service  program, if applicable.  Include your  response-time capabilities and  commitments, as well as any incentives  that help your providers meet your stated  service goals or promises. The backbone of our service is a captive logistics network that positions regional  distribution centers at the nexus of carefully planned routes to our customers. The  system is animated by customer demand, pulling product into the region, the local  market, and ultimately the point of use based on usage patterns and production  forecasts.  Reliable: Planned product needs are stocked in our regional DC and delivered via  Fastenal truck to your facility (or offsite Fastenal location) on a regular service  schedule to maintain your target inventory levels – a consistent, proactive flow that  minimizes stock-outs and costly rush orders.  Responsive: Through our ‘Fastenal Express’ program, a wide range of unplanned  needs can be fulfilled the same day (via the local Fastenal public branch) or early  the next morning (via our regional DC).  Efficient: The combination of highly automated fulfillment centers and carefully planned  transportation routes enables us to drive down our distribution costs and economize  freight for our strategic customers. Simply put, nobody moves heavy industrial  materials more efficiently.  Each Fastenal branch will work with the Sourcewell participating entities they serve to  establish min/max levels for commonly used and critical items. These items will be  held in-stock at the Fastenal store and servicing distribution center to ensure it is  available and where it’s needed. The local branch will also work to establish vendor  managed inventory programs that meet the specific needs of each facility, whether it  be a simple bin stock program or a full-service onsite solution.  Fastenal’s lead time for in-stock items does not exceed 24 to 48 hours and for non- stock items does not exceed 10 days from the date of order (delivery times in AK,  HI, PR, GU and Canada may differ). * 31 Describe your ability and willingness to  provide your products and services to  Sourcewell participating entities in the  United States. Fastenal Company is willing and able to provide products and services to Sourcewell  participating entities in all 50 U.S. states, Puerto Rico, and Guam. We currently  operate more than 1,400 branch locations and 1,000+ customer onsite facilities in  the US and are well equipped to continue our support of this contract. * 32 Describe your ability and willingness to  provide your products and services to  Sourcewell participating entities in Canada. Fastenal Company is willing and able to provide products and services to Sourcewell  participating entities in Canada. In 1994 we opened our first branch in Canada, a  number which has since expanded to 170+ branch locations in Alberta, British  Columbia, Manitoba, New Brunswick, Newfoundland, Nova Scotia, Ontario, Prince  Edward Island, Quebec, and Saskatchewan.  The purest expression of our local service philosophy is our Onsite service model,  bringing not only our solutions but also Fastenal personnel and Fastenal-owned  inventory – essentially a dedicated store – within the walls of your facilities. This  service model allows us to provide localized, dedicated service to qualified  Sourcewell participating entities which may not be located in close proximity to one  of our Fastenal branches. * 33 Identify any geographic areas of the United  States or Canada that you will NOT be  fully serving through the proposed contract. Fastenal Company can service all geographic areas of the United States, as well as  Puerto Rico and Guam.  While we do not maintain branch locations in the Northwest Territories or Yukon  Territory in Canada, we are able to provide product via a drop-ship model. * 34 Identify any Sourcewell participating entity  sectors (i.e., government, education, not-for- profit) that you will NOT be fully serving  through the proposed contract. Explain in  detail. For example, does your company  have only a regional presence, or do other  cooperative purchasing contracts limit your  ability to promote another contract? N/A * 35 Define any specific contract requirements  or restrictions that would apply to our  participating entities in Hawaii and Alaska  and in US Territories. Items not in-stock at the local branch or not in-stock at the Primary Distribution  Center for Alaska, Hawaii, Puerto Rico, or Guam may be subject to shipping charges. * Table 7: Marketing Plan Line Item Question Response * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 36 Describe your marketing strategy for  promoting this contract opportunity.   Upload representative samples of your  marketing materials (if applicable) in  the document upload section of your  response. Fastenal’s marketing team is committed to promoting Fastenal’s products, services,  solutions, and preeminent customer service to all Sourcewell Members. Our team will  execute a strategic marketing plan that will be rolled out in conjunction with the Sourcewell  implementation/ training program.  This plan will focus on promoting both organizations  and will ensure that our sales force and current and potential government customers  understand the power of Fastenal and Sourcewell working together.  We will utilize our  considerable internal resources to achieve success, including our in-house Marketing and  Graphic Design teams, print shop, and vinyl shop. This includes print marketing (linecards,  brochures, etc.), online marketing utilizing our website and email marketing programs, and  attendance at tradeshows/events. Fastenal is dedicated to ensuring eligible Members will  be aware of the value the Agreement can bring to their operations. Our go-to-market strategy is to educate our sales and support personnel, provide tools to  grow our local sales representatives’ business through the Sourcewell Agreement, and  promote the Sourcewell Agreement to our customers at every available opportunity. Fastenal has shown steady performance and growth in market share with our national  cooperatives. Historically our training and implementation plans have been effective in  deploying our vast network of local branches to end users. With our 3,500+ in-market  locations and 12,000+ sales personnel, Fastenal’s level of support and accountability is  unparalleled among industrial supply distributors. Sourcewell Members will have the support  of a variety of sales teams within Fastenal, including local branch personnel and  Government Sales Specialists, dedicated to demonstrating the advantages of the  Sourcewell Agreement to eligible Members.  Fastenal's government sales team will meet with eligible Members to explain the  aggressive discounts, market basket, services, and incentives available through the  Sourcewell Agreement.  Please see the attached “Marketing Plan_Sourcewell All-Inclusive Linecard” which is  currently available and provided to Sourcewell Members. Fastenal will continue to make  this linecard available to our branches and Sourcewell Members (with any revisions that  may be needed per the new agreement). * 37 Describe your use of technology and  digital data (e.g., social media,  metadata usage) to enhance  marketing effectiveness. Fastenal Company leverages a variety of digital platforms to enhance our marketing  effectiveness with additional tools being integrated into our marketing technology stack  regularly. Fastenal is able to tap into an immense pool of behavioral and transactional  data to effectively grow our marketing capabilities and efficiency. Data is collected, in part,  from our proprietary ecommerce platform, third-party resources such as Google Ads and  Google Analytics, marketing automation services, and from social media channels such as  LinkedIn and Facebook. Furthermore, we employ staff to help drive this commitment to  fully utilizing marketing data, including a Digital Marketing Manager, a Sales & Marketing  Research Analyst, and a Marketing Operations position. * 38 In your view, what is Sourcewell’s role  in promoting contracts arising out of  this RFP? How will you integrate a  Sourcewell-awarded contract into your  sales process? Sourcewell’s role in promoting this RFP will be to market to their members that Fastenal  has been awarded the MRO contract. Fastenal will work with Sourcewell to develop  marketing materials such as linecards, e-mail campaigns, and a landing page on  Fastenal.com to promote the features and benefits of the Sourcewell contract. Fastenal will  train our government sellers on this contract and target Sourcewell members to adopt this  contract as their main MRO contract. Fastenal will work with Sourcewell to promote this  contract to new members. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 39 Are your products or services  available through an e-procurement  ordering process? If so, describe your  e-procurement system and how  governmental and educational  customers have used it. https://www.fastenal.com  Fastenal hosts a state-of-the-art transactional website to process online orders. All orders  are processed through your local branch and sales representative providing quick  confirmation and seamless fulfillment on Sourcewell items. Authorized Purchasers can order  catalog items online through multiple time-saving functions.  Superior online ordering  capabilities include: •    Advanced Permissions Settings: Spending limits can be set and managed for an  unlimited number of users, approvers, or account administrators. Control spending by  limiting users to set a budget over a flexible period of time and/or by limiting the size of  individual orders. Any user can be set up to be an order requestor, an order approver, or  an account administrator. •    Product Search: Products can be searched by using product categories, descriptions,  key words, manufactures, manufacturer part numbers, industry part numbers, competitor  part numbers, customer-specific part numbers, green products, and more. All results can  be narrowed down by using attribute refinements. •    Custom Order Templates: Order templates are easy to use and easy to create.  Simply add items to your cart and save the cart for future use. Give an identity to the  Custom Template by choosing a name and applying a description to the Template. Order  Templates are user specific or can be shared among users under one Fastenal.com  account. •    Electronic Quotes (eQuotes): eQuotes are electronic quotes sent to a user from their  Fastenal Sales Representative. This is a method of converting customer product requests,  vendor managed inventory requests, or vending machine transactions into customer orders  without having to enter or re-type data. A notification is sent via email to the user and the  eQuote is sent to the user’s Fastenal.com account. Approve the eQuote and your local  servicing branch will fulfill. •    Fast Order Pad: Quickly add items to shopping cart by entering part number and  quantity. •    File Upload: Import an excel spreadsheet list of part numbers and quantities into the  shopping cart. •    Order  Status: Sourcewell Members can see the status of their orders at any time  during the order process. The local branch can provide tracking information on branch- delivered parts and 3rd party tracking numbers are made available in status updates  where applicable. •    Order History: Ordering entitites can view their history of orders placed online with  Fastenal.com. Order history can be reordered and edited for future use and commonly  ordered items can be saved into order templates for ease of re-ordering. •    FAST 360°: The FAST 360° application on fastenal.com has been engineered to  provide insight into your organization’s relationship with Fastenal. This ability is exclusive  to Fastenal and provides access to information critically important in managing your supply  chain. Search, compare and manage your supply chain with three easy-to-use modules  that are directly incorporated within Fastenal’s eCommerce platform. •    My Business allows you to click into each of your facilities locations and all of the  way down to the individual vending machine or bin stock which is managed by Fastenal  and then pull up the device’s respective planogram to get additional information on a  specific SKU. Other companies will tell you what they have in stock. With FAST 360º,  instantly see what YOU stock in your own facility. •    My Inventory allows you to search your own inventory for each of your associated  account numbers. You can also use the search function to find items based on keyword,  description or part number, and even search by your own part number when they’re  included in our system. •    My Spend is a detailed snapshot of your purchasing habits which provides  awareness of planned and unplanned spend behaviors. Using invoice data, FAST 360º  illustrates how current spend is being allocated. Monitor purchase activity by category and  see which channel that spend is flowing through. Fastenal.com is not just a portal for  placing orders, but a tool for managing the supply chain needs. •    Product Restriction: Products or categories may be restricted from purchase.  Restricted items will be displayed as restricted and the user is not allowed to purchase  the items. •    Technical Information: All products contain technical information in the form of product  attributes, product descriptions, and detailed notes fields. This information can guide the  user by the type of product or the specific application of the product. Many products  contain CAD Drawings and “Product Standards” informational PDF sheets which contain  technical data such as chemical, mechanical, and performance information. Where  applicable, links to (M)SDS sheets are made available in the product detail page of the  corresponding part. Additionally, the “Supply Chain” section shows availability at the local  Fastenal branch. All products visible on fastenal.com can be sourced in various manners. * Table 8: Value-Added Attributes Line Item Question Response * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 40 Describe any product, equipment,  maintenance, or operator training  programs that you offer to  Sourcewell participating entities.  Include details, such as whether  training is standard or optional,  who provides training, and any  costs that apply. Fastenal will provide customized training programs to meet Sourcewell Members’ needs.  Training sessions would generally be held at the member’s facility, with training conducted  by a local Fastenal employee and/or a Fastenal certified vendor. Because of our local  presence, these trainings can be offered to Members frequently throughout the year. Costs  may vary depending on the size and scope of the training. Fastenal branch representatives and other customer support personnel are kept current on  product and industry trends through ongoing training, yearly reviews of industry standards,  and close interaction with our suppliers.  In addition to customer training, our sales and  support personnel participate in career-long professional education and development to  continually improve their knowledge and service.  The result is a well-trained sales force  that can provide technical expertise to end users within a local environment. Fastenal's Certified Vendor Training Program: This program includes training from certified  vendors in the following areas: •    New products •    Equipment & operation – manufacturer/certified set-up/training •    Safety and OSHA training •    Product application, features and benefits •    Cost savings, lean, and vendor managed inventory (VMI) solutions  Although designed for our employees, Fastenal’s Certified Vendor Training program will be  offered to Sourcewell members as customized training workshops. Many of our product  trainings are focused on safety, but the program also includes vendors outside of the safety  category who provide training on various products and applications.  In order to participate  in the Certified Vendor Training program, the vendor must design training and present to  the Fastenal School of Business (FSB) team, initiating a rigorous certification process that  includes a consensus between the FSB instructors and the vendor on the following:     •    Training requirements •    Hands-on and interactive delivery methods •    Markets targeted for products •    Product applications and uses Safety Training: To support our safety product offering, we’ve positioned trained Safety  Specialists across the United States. Members' Safety Specialist will advise on best-in-class  industry practices. With a wide range of categories and a team of industry experts, we are  committed to providing technical resources in service of Members' safety program. This may  include but is not limited to:  •    Fall Protection General Awareness Training •    Ladder Safety Training •    Hearing Conservation Awareness Training •    Lock-Out/Tag-Out General Awareness Training Energy Efficient Lighting Audits and Training: Fastenal works in conjunction with our lighting  vendors to provide energy efficient lighting audits and training as a value-added service for  customers.  This program includes: •    Lamp/Ballast Standardization Recommendations •    Lighting Energy Audits/Analysis/Presentations •    Energy Saving Initiatives Specific to Lighting/Ballast •    Sustainability Initiatives Specific to Lighting/Ballast & Other Products •    Product Design Recommendation/Implementation of the Latest in LED Technology for  Enhanced Energy and Maintenance Saving Strategies •    Lighting upgrade installation and project management Green and Sustainability Training: Fastenal's Certified Vendor Training includes information  about green and sustainability initiatives offered by our various manufacturer partners.  We  also offer training on our green and sustainability product reporting and ways Sourcewell  Members can work with Fastenal's Sustainability Coordinator to establish goals and manage  spend to achieve their goals.   Annual Customer Show: Fastenal hosts an annual customer show to provide a venue for  customers and manufacturing partners to participate in new product rollouts, cost savings  training, demonstration of solutions, etc. Additionally, Sourcewell members are afforded an  opportunity for government cooperative training provided by National Cooperative  Procurement Partners (NCPP). Most trainings are provided at no cost, however some trainings may have applicable fees  which will be negotiated based upon the scope of the project. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 41 Describe any technological  advances that your proposed  products or services offer. Fastenal offers a simple value proposition: great people, close to your business,  empowered by technology. That includes advanced supply chain, warehouse, and  transportation systems to keep product flowing to your facilities, mobility apps that allow us  to check stock availability, provide quotes, process orders, and update changes to your  inventory anytime, anywhere, and an ever-evolving lineup of automated supply devices,  extending the internet of things to products of all shapes and sizes. With our FMI Technology solutions, Members can track assets like tools, tablets, and  scanners, who's using each item, and when it's overdue for return or use the same  technology as a 24/7 order pickup station. They can also control who has access to  products and capture the dynamics behind every item dispensed - who, what, where, when,  and why. We employ wide-ranging techniques to automate your inventory and we're  exploring new frontiers for the future, including innovations in the areas of van management,  customer-managed inventory, asset tracking, and inventory monitoring. Our high-touch service and automated devices combine to produce unique insight into your  usage, and our reporting solutions help Members turn that insight into impact. A great  example is vending; every time an item is dispensed, the transaction is tagged to an  individual user and other custom metrics such as job number. This information flows to your  reporting dashboard,  where you can apply the data to simplify job costing, identify overuse  issues, and optimize the mix in levels of products in your machines for maximum cost  savings. Our FAST 360 portal gives you a live view of your Fastenal program. Members  can visualize how inventory is organized in their bin stock and vending solutions as if  they're standing in front of the device, search to see if a needed item is available within  their facility and exactly where it's located, and analyze spend by time period, product  category, or individual part to discern trends and opportunities within their operations.  However, as important as technology is, for us it is just one element of a total supply chain  solution. Behind the devices and software are local experts to shoulder the burden of  inventory management, a world-class distribution machine to bring speed and agility to the  supply chain, and a commitment to invest in our customers' success with the fundamentals  of effective customer service. * 42 Describe any “green” initiatives  that relate to your company or to  your products or services, and  include a list of the certifying  agency for each. Fastenal offers a variety of resources specifically geared to help organizations achieve their  sustainability goals. Visitors to Fastenal.com have easy eCommerce access to 76,000-plus  environmentally preferred products. Fastenal offers environmentally preferred solutions across  many product categories. These products reduce negative effects on human health and the  environment compared to competing products. All of the EPPs on Fastenal websites are  identified with the designation “Green” and a leaf symbol to the right and under the  product’s compliance details. This symbol does not indicate third-party certification nor  represent a certification of its own. We want to empower our customers by identifying green  products so they can make eco-conscious decisions for their business needs. The products  in our green offering promote sustainability through resource conservation, end-of-life waste  management, and life cycle analysis. •    Certified Green Products: Fastenal continues to partner with suppliers that bring  solutions. This includes manufacturing, investing in, and offering environmentally preferred or  eco-friendly options in every category we offer. From recycled content to third-party  certifications, Fastenal's supply chain compliance team advocates and governs this offering.  Some of the organizations include: Energy Star, Green Seal, EPA Safer Choice, EcoLogo,  Forest Stewardship Council, Sustainable Forestry Initiative, Carpet & Rug Institute,  GreenGuard Environmental Institute, USDA Biopreferred, EPA Watersense, SCS Certified,  NEMA Premium, UL Environment, and more.  •    Non-Certified Green Products: Although not certified by a third party, these products  offer environmental benefits according to information provided by the manufacturer. We offer  this designation because third-party certifications do not exist globally for all green products  and categories. Non-certified products in our offering are considered environmentally  preferable for various reasons. For example, they may reduce energy consumption, they may  have low or no-VOCs (which affect air quality), they may contain recycled content that meets  or exceeds EPA standards, etc. We support customers with turnkey waste stream solutions through our partnerships with 56  leaders in the material recycling field, including TerraCycle, Veolia, Call2Recycle, and others.  Products for which we have recycling programs available include cardboard, packaging &  shipping materials, safety/PPE, sharps, batteries, lighting, electronics, flashlights, office  supplies, janitorial/sanitization supplies, breakroom supplies, carbide metalworking products,  and medical/dental supplies.  Meanwhile, our industrial services, such as cutter regrinding and tool repair, mitigate waste  stream impacts in a different way – by helping to extend the service life of the product. More broadly, sustainability is an intrinsic feature of our strategic service model. When  organizations partner with Fastenal to avoid over-consumption, obsolete inventory, redundant  purchases, expedited ordering, and overlapping deliveries from multiple vendors, they’re  taking waste out of their business and the environment, with fewer materials consumed and  fewer emissions produced.  These outcomes stem from deep-seated values. For 55 years, Fastenal has prospered  through careful resource consumption, sustainable value creation for stakeholders, and a  core belief in people – foundational concepts that align seamlessly with our ESG vision. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 43 Identify any third-party issued eco- labels, ratings or certifications that  your company has received for  the equipment or products  included in your Proposal related  to energy efficiency or  conservation, life-cycle design  (cradle-to-cradle), or other  green/sustainability factors. Fastenal Company is currently ISO 14001:2015 certified for Environmental Management.  Certified Green Products: Fastenal continues to partner with suppliers that bring solutions.  This includes manufacturing, investing in, and offering environmentally preferred or eco- friendly options in every category we offer. From recycled content to third-party certifications,  Fastenal's supply chain compliance team advocates and governs this offering. Some of the  organizations include: Energy Star, Green Seal, EPA Safer Choice, EcoLogo, Forest  Stewardship Council, Sustainable Forestry Initiative, Carpet & Rug Institute, GreenGuard  Environmental Institute, USDA Biopreferred, EPA Watersense, SCS Certified, NEMA  Premium, UL Environment, and more.  Non-Certified Green Products: Although not certified by a third party, these products offer  environmental benefits according to information provided by the manufacturer. We offer this  designation because third-party certifications do not exist globally for all green products and  categories. Non-certified products in our offering are considered environmentally preferable  for various reasons. For example, they may reduce energy consumption, they may have low  or no-VOCs (which affect air quality), they may contain recycled content that meets or  exceeds EPA standards, etc. * 44 Describe any Women or Minority  Business Entity (WMBE), Small  Business Entity (SBE), or veteran  owned business certifications that  your company or hub partners  have obtained. Upload  documentation of certification (as  applicable) in the document  upload section of your response. Tier 1 Program: Fastenal's Supply Chain Diversity program establishes strategic alliances  with small businesses serving as authorized channels of distribution for Fastenal's products  and services. Fastenal's Reseller Consortium features strategic partners with a wide range  of manufacturing, distribution and service capabilities as well as a full complement of  supplier diversity certifications. The full line of Fastenal's fasteners and industrial supplies are available for purchase from  our authorized resellers.  Some resellers are stocking distributors; others are service  providers with agreements for Fastenal to provide logistics and distribution services in  support of their customers' requirements.  All authorized resellers are the vendor of record,  responsible for contract negotiations, pricing, invoicing, accounts receivable management, e- procurement solutions and customer service. Tier II Program: Our Supplier Diversity team will review qualified suppliers and assist to  match your company's needs to the capabilities by providing the following: •    Potential early involvement in the design and establishment of goals •    Realistic and understandable expectations •    Accurate forecasting of our anticipated needs and timely distribution of pertinent  information •    Detailed Tier II usage reports including the following certifications: •    HUBZone •    Minority-Owned Business •    Woman-Owned Business •    Veteran-Owned Business •    Service Disabled-Veteran Owned Business •    Small Business •    Small Disadvantaged Business Custom Reporting: Your national account support team will review your compliance reporting  needs and benchmark spend accordingly. Reporting can range from basic summary reports  (e.g., visualizing global supplier diversity or green spend by channel) to reports displaying  spend by department/division, product category, or SKU. * 45 What unique attributes does your  company, your products, or your  services offer to Sourcewell  participating entities? What makes  your proposed solutions unique in  your industry as it applies to  Sourcewell participating entities? In an industry that has become increasingly remote and transactional, Fastenal takes a  different approach – investing and engaging on the local level to execute our customers'  goals. Our value proposition centers on a simple concept: Great people, close to your  business. What does this mean for Sourcewell Members?  PROXIMITY: Our local footprint positions us to support Sourcewell Members with a  dedicated service team, tailored in-market inventory, last-mile delivery (via Fastenal trucks),  and custom Fastenal-managed inventory programs. The impact is direct. When we locally  stock your product needs, that’s inventory you don’t have to carry. When we efficiently  manage your MRO supply chain, that’s time and energy you can focus on core activities. ENGAGEMENT: We become attuned to the nuances and needs of your operations – not  only what your teams buy, but how the product is used and the daily challenges faced. PARTNERSHIP: The foundations are mutually-defined goals, a systematic approach to drive  and measure continuous improvement, and a willingness to invest in our customers in ways  that go far beyond contract pricing and efficient transactions. This includes a custom local  or onsite supply chain for Member facilities, along with access to all of the resources that  make Fastenal a leader in strategic supply. * Table 9: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 upload section of your response in addition to responding to the questions below. Line Item Question Response * 46 Do your warranties cover all products, parts, and  labor? Fastenal's warranty policy is as follows:  LIMITED WARRANTY, DISCLAIMERS, LIMITATION ON WARRANTIES AND  REMEDIES. Seller warrants that Products delivered to Buyer hereunder shall be free from  any defects in material or workmanship and in conformity with Buyer’s  written specifications for a period of one year after delivery. Buyer shall  inspect Products within a reasonable time (not to exceed 10 days) after  receipt and shall promptly notify Seller of any claimed defect or  nonconformity. Where the nature, quantity or packaging of Products makes  immediate inspection impracticable, neither acceptance nor payment for  Products shall waive the right of inspection or the right to return defective or  nonconforming Products. Upon receipt of written notice by Buyer and as an  exclusive remedy, Seller shall promptly correct or replace, at Seller’s option,  any defective or non-conforming Products and the direct and necessary cost  of such correction or replacement shall be borne by Seller. Correction shall  be made, or replacement products shall be delivered by Seller within the on- time period applicable to the original purchase order, unless prevented by  conditions not subject to Seller’s control. This warranty will not be applicable  in the event of the improper selection, misapplication or misuse of the  Product by Buyer and any liability from such events is disclaimed by Seller. THE FOREGOING WARRANTIES ARE IN PLACE OF ALL OTHER  WARRANTIES, EXPRESS OR IMPLIED AND SELLER EXPRESSLY  DISCLAIMS ANY OTHER WARRANTIES, INCLUDING WARRANTIES OF  MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. EVERY CLAIM UNDER THIS LIMITED WARRANTY SHALL BE DEEMED  WAIVED UNLESS WRITTEN NOTICE IS GIVEN TO SELLER WITHIN SIXTY  (60) DAYS AFTER THE DEFECT TO WHICH EACH CLAIM RELATES IS  DISCOVERED OR SHOULD HAVE BEEN DISCOVERED. * 47 Do your warranties impose usage restrictions or  other limitations that adversely affect coverage? Fastenal's warranty policy is as follows:  LIMITED WARRANTY, DISCLAIMERS, LIMITATION ON WARRANTIES AND  REMEDIES. Seller warrants that Products delivered to Buyer hereunder shall be free from  any defects in material or workmanship and in conformity with Buyer’s  written specifications for a period of one year after delivery. Buyer shall  inspect Products within a reasonable time (not to exceed 10 days) after  receipt and shall promptly notify Seller of any claimed defect or  nonconformity. Where the nature, quantity or packaging of Products makes  immediate inspection impracticable, neither acceptance nor payment for  Products shall waive the right of inspection or the right to return defective or  nonconforming Products. Upon receipt of written notice by Buyer and as an  exclusive remedy, Seller shall promptly correct or replace, at Seller’s option,  any defective or non-conforming Products and the direct and necessary cost  of such correction or replacement shall be borne by Seller. Correction shall  be made, or replacement products shall be delivered by Seller within the on- time period applicable to the original purchase order, unless prevented by  conditions not subject to Seller’s control. This warranty will not be applicable  in the event of the improper selection, misapplication or misuse of the  Product by Buyer and any liability from such events is disclaimed by Seller. THE FOREGOING WARRANTIES ARE IN PLACE OF ALL OTHER  WARRANTIES, EXPRESS OR IMPLIED AND SELLER EXPRESSLY  DISCLAIMS ANY OTHER WARRANTIES, INCLUDING WARRANTIES OF  MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. EVERY CLAIM UNDER THIS LIMITED WARRANTY SHALL BE DEEMED  WAIVED UNLESS WRITTEN NOTICE IS GIVEN TO SELLER WITHIN SIXTY  (60) DAYS AFTER THE DEFECT TO WHICH EACH CLAIM RELATES IS  DISCOVERED OR SHOULD HAVE BEEN DISCOVERED. * 48 Do your warranties cover the expense of  technicians’ travel time and mileage to perform  warranty repairs? N/A * 49 Are there any geographic regions of the United  States or Canada (as applicable) for which you  cannot provide a certified technician to perform  warranty repairs?  How will Sourcewell  participating entities in these regions be provided  service for warranty repair? N/A * 50 Will you cover warranty service for items made by  other manufacturers that are part of your proposal,  or are these warranties issues typically passed on  to the original equipment manufacturer? Fastenal does provide warranty services for some power tools made by  other manufacturers for an additional year on top of the original  manufacturer’s warranty. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 51 What are your proposed exchange and return  programs and policies? Fastenal must approve cancellation of any order prior to shipment. Orders  for Special or Non-standard Products (not in the catalogue) may not be  cancelled or returned. Any returns for shipping errors, damage or loss upon  delivery must be reported within 10 days of the delivery date. Except as  otherwise agreed, Products will not be accepted for return after 30 days  from the date of delivery to the Purchaser. Any cancellation or returns  accepted after 30 days may be subject to a restocking fee and other  charges, for which the Purchaser shall be responsible. All returns should be  made to a Fastenal branch or as otherwise designated by Fastenal, and  must be in resalable condition and accompanied with an Invoice. * 52 Describe any service contract options for the  items included in your proposal. Fastenal is offering our Onsite solutions as a service to Participating  Sourcewell Entities. Our local branches position us within minutes of our  customers' facilities. Our onsite model brings us even closer, in terms of  proximity and partnership. While our branches have to balance general  market needs, an onsite resource has a single focus: operating a world- class supply chain for one facility. Here’s a brief overview at the potential benefits for select Participating Entity  sites: EXPERTISE:  Your onsite teams will do more than fill orders and bins. They  become experts in your operations and the products you need to run them.  They also serve as the point persons for other experts in our business,  pulling in specialists, suppliers, and sales leadership to execute projects and  drive improvement.  LABOR UTILIZATION: The team essentially serves as part of your local staff,  but without being on your payroll. Leverage our energy and expertise to free  up labor resources and operate more efficiently. WORKING CAPITAL: When we move onsite, we sell down your current  inventory and phase in our own. Moving forward, the inventory remains on  our books until it reaches your floor stocking locations – a dollar-for-dollar  improvement in working capital.  CONSOLIDATION: The synergy and efficiency of the onsite model allows us  to manage an even broader range of products used in your business,  expanding opportunities to consolidate, simplify, and leverage.  INNOVATION: We bring a deep history in supply chain management. Just as  importantly, we bring the future. An onsite solution becomes a direct pipeline  to the latest innovations in areas like automated supply, asset tracking, and  data analytics.  SCALABILITY: Our onsite programs range from less than $1M to over $70M  in revenue (for a single site). This speaks to our ability to operate cost- effective solutions for both very large and relatively small facilities. EXPERIENCE: With 1,500+ onsite programs worldwide, nobody offers more  experience in implementing and operating successful programs. We’re ready  to leverage our local talent and infrastructure to quickly craft and activate  custom solutions for your facilities. Please see the attached “Standard Onsite Agreement (US)” and "Standard  Onsite Agreement (Canada)" as attached within the Standard Transaction  Document Samples. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Table 10: Payment Terms and Financing Options Line Item Question Response * 53 Describe your payment terms and accepted payment  methods. Standard payment terms are Net 30. Fastenal prefers payment via  EFT. Payment can also be accepted via check or cash. P- cards/credit cards are accepted at the time of purchase only. * 54 Describe any leasing or financing options available for use  by educational or governmental entities. N/A * 55 Describe any standard transaction documents that you  propose to use in connection with an awarded contract  (order forms, terms and conditions, service level  agreements, etc.). Upload a sample of each (as  applicable) in the document upload section of your  response. Please see the attached “Sourcewell Participation Form” which will  need to be completed by each entity choosing to opt into the  Sourcewell agreement.  Please see the attached “FAST Solutions Terms – US - GOV”  and “FAST Solutions Terms – CN – GOV” for an example of the  agreement to be utilized for bin stock lease, FASTBin, POD,  FASTScale, FASTScan, locker lease, or vending program.  Please see the attached “Standard Bin Stock Agreement – GOV”  for bin stock programs.  Please see the attached “Standard Onsite Agreement (US)”  and “Standard Onsite Agreement (Canada)” for the agreement to be  utilized for Onsite programs. * 56 Do you accept the P-card procurement and payment  process? If so, is there any additional cost to Sourcewell  participating entities for using this process? P-cards/credit cards are accepted at the time of purchase only, with  no additional cost. * Table 11: Pricing and Delivery Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form. Line Item Question Response * 57 Describe your pricing model (e.g., line-item discounts or  product-category discounts). Provide detailed pricing data  (including standard or list pricing and the Sourcewell  discounted price) on all of the items that you want  Sourcewell to consider as part of your RFP response. If  applicable, provide a SKU for each item in your proposal.  Upload your pricing materials (if applicable) in the  document upload section of your response. Fastenal Company is offering a product category discount from our  wholesale price. Please visit Fastenal’s online catalog at  www.fastenal.com for available products and current wholesale  prices. Please see the attached ”Sourcewell Discount Schedule.”  Fastenal is also offering several “Hot List” options for Participating  Sourcewell Entities, including a Hot List program wherein each  qualifying Member will have the ability to customize a market basket  of up to 500 items. These custom market baskets can be utilized  for high-use items, green items, emergency response, etc.  Additionally, Fastenal has included a Hot List of the items most  commonly utilized by State and Local Government customers.  Please see the attached “Sourcewell Hot List.” Additionally, Fastenal can provide sourcing of non-core items to  procure items that are not available within Fastenal’s distribution  system. Fastenal’s sourced items may be a direct line extension  with an existing vendor or the item may be procured same day  from local vendors. Pricing for sourced items is based on current  market conditions and negotiated locally on a per-order basis. * 58 Quantify the pricing discount represented by the pricing  proposal in this response. For example, if the pricing in  your response represents a percentage discount from  MSRP or list, state the percentage or percentage range. Fastenal’s discounts range from 23 – 57% off of the current  wholesale price at the time of purchase. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 59 Describe any quantity or volume discounts or rebate  programs that you offer. Volume Discount:  Fastenal understands that Participating Entities  may, from time to time, have unique purchasing needs requiring the  purchase of products in a volume not related to ordinary purchase  volume. Fastenal will assist Participating Entities by identifying and  passing on the additional value which may be obtained through  reaching a volume purchase. The volume discounts will be  negotiated between the local Fastenal branch and the Sourcewell  Entity based on market conditions. Rebate:  To help drive participation to the Sourcewell Agreement,  Fastenal has a variety of incentives available to eligible  Participating Entities who reach a minimum spend threshold within a  contract year. Proposed incentives may include: •    Administration Fee •    Sales Growth Incentive •    Fastenal Solutions-Onsite Incentive •    Cumulative Volume Category Discount •    Customized Hot List * 60 Propose a method of facilitating “sourced” products or  related services, which may be referred to as “open  market” items or “nonstandard options”. For example, you  may supply such items “at cost” or “at cost plus a  percentage,” or you may supply a quote for each such  request. Fastenal’s sourcing model is a value-added service that we offer to  customers to source products. The local Fastenal branch manages  the sourcing, procurement, delivery, and, if required, the inventory  management of the sourced product as part of a Fastenal vendor  managed inventory solution.  Pricing for sourced items is based on current market conditions  and is negotiated locally on a per-order basis. * 61 Identify any element of the total cost of acquisition that is  NOT included in the pricing submitted with your response.  This includes all additional charges associated with a  purchase that are not directly identified as freight or  shipping charges. For example, list costs for items like pre- delivery inspection, installation, set up, mandatory training,  or initial inspection. Identify any parties that impose such  costs and their relationship to the Proposer. Fastenal has not identified any total cost of acquisition costs that  are not included in our pricing submission. * 62 If freight, delivery, or shipping is an additional cost to the  Sourcewell participating entity, describe in detail the  complete freight, shipping, and delivery program. Sourced, expanded catalog (catalog items with no published  wholesale price), or non-catalog (items not available in our catalog  but with a published wholesale price) items and orders requiring  special handling or expedited shipment may be subject to shipping  charges. Items requiring additional charges would be communicated  to the Sourcewell Participating Entity prior to acceptance of a  purchase order. Approved charges would be prepaid and billed to  the entity. * 63 Specifically describe freight, shipping, and delivery terms or  programs available for Alaska, Hawaii, Canada, or any  offshore delivery. Items not in-stock at the local branch or not in-stock at the Primary  Distribution Center for Alaska, Hawaii, or Canada may be subject  to shipping charges. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 64 Describe any unique distribution and/or delivery methods or  options offered in your proposal. Fastenal's FMI Technology solutions help you achieve the right  balance of visibility and control for every product within the scope of  the partnership. Our FMI Technology program centers on five core  concepts: SIMPLIFY: Through our FASTStock program, your local Fastenal  teams will execute a consistent service schedule to manually  monitor and replenish your inventory locations. This manual process  is enhanced by technology, including mobility applications that  enable our teams to capture and illuminate data around every part  we manage on your behalf: what it is, where it’s located, and when  we’re servicing it. If you prefer to handle inventory  monitoring/ordering internally, we also offer a self-service scanning  solution (FASTScan). MONITOR: FASTBin devices provide an additional level of visibility  and risk mitigation by enabling your servicing Fastenal teams to  monitor your bin stock inventory remotely and continuously – a good  fit for OEM parts or faster-moving/higher-value MRO items. The  benefits are twofold: a more proactive and seamless supply chain,  along with more productive utilization of your local Fastenal service  teams (i.e., additional labor energy to focus on strategic activities  vs. repetitive tasks).  CONTROL: FASTVend devices can be deployed to control MRO  products of all shapes and sizes. The cloud software makes it easy  to set customized controls (who can access what, and how much)  and to trace items to individual users and cost centers (including  GL codes and/or job numbers if desired). One key result is a sharp  and sustained reduction in consumption, typically 20 to 30%. Similar  to FASTBin, the local Fastenal teams remotely monitor the inventory  in the devices and proactively plan their service to ensure  continuous supply. TRACK: We also offer FASTVend solutions to automate the check- out and return process for assets like tools, scanners, and tablets.  Site managers can track each asset to the most current user and  receive an alert if it’s overdue for return. Alerts and lockdowns can  also be scheduled for routine recharging, calibration, or  maintenance, ensuring that job-ready tools are continuously available  near the point of work. Leverage this technology to reduce tool loss  and improve productivity. ANALYZE: The ultimate goal of an FMI Technology solution is to  take industrial supplies out of the shadows and into a more efficient  and controlled environment. Site managers will gain insight into  product usage and allocation – how fast each item is turning, who’s  using it, and what it’s being used for. Meanwhile, as your supply  chain partner, we will analyze trends in your business and present  opportunities to continuously evolve the program (devices, locations,  product mix, and min-max levels) for maximum impact. Please see the attached “FAST Solutions Terms – US –  GOV,” “FAST Solutions Terms – CN – GOV,” “Standard Bin Stock  Agreement – GOV,” “Standard Onsite Agreement (US),”  and “Standard Onsite Agreement (Canada)” as included in the  Standard Transaction Documents zip file for examples of the  agreements to be utilized for our FMI Technology programs. * Table 12: Pricing Offered Line Item The Pricing Offered in this Proposal is: *Comments 65 b. the same as the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing departments. Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Table 13: Audit and Administrative Fee Line Item Question Response * 66 Specifically describe any self-audit process or program that you  plan to employ to verify compliance with your proposed Contract  with Sourcewell. This process includes ensuring that Sourcewell  participating entities obtain the proper pricing, that the Vendor  reports all sales under the Contract each quarter, and that the  Vendor remits the proper administrative fee to Sourcewell. Provide  sufficient detail to support your ability to report quarterly sales to  Sourcewell as described in the Contract template. Fastenal's Contract Management team helps implement  contract terms, conditions, pricing, and time lines for  deliverables such as reporting, rebates, and additional  discounts (if any).  The Sourcewell agreement will be  managed within Fastenal's contract management system, a  proprietary database that manages pricing, FOB terms,  rebates, reporting, and other relevant terms. The Contract Management team will be responsible for  ensuring that the contract is correctly administered. This will  include working with the Fastenal Government team to  document the execution of participating addenda, any unique  terms & conditions, rebates or additional fees, and/or  reporting requirements of the Sourcewell Participating Entity.  The Contract Management System administers the  Sourcewell Agreement (including any participating addendum  unique terms, fees or reporting) to the Fastenal branch  account, driving compliance via the Fastenal branch point of  sale (POS) system. The Contract Management team will also  manage the administration of contract modifications,  extensions, price updates, and other administrative  correspondence. Government Sales Support Once the Sourcewell Agreement is entered into the Contract  Management System, the day-to-day workload of interfacing  with the Government Sales department and Fastenal's branch  sales personnel becomes the primary responsibility of the  Government Sales Support team.  This group serves as a  clearinghouse and liaison team between Contract  Management and Sales. Fastenal's Government Sales  Support team serves as the internal “customer service  center” for our branch sales people, providing relevant  contract information as well as the “linking” of branch  accounts for Sourcewell Members to the Agreement within  the Contract Management System. The Government Sales  Support team is responsible for remitting reporting to  Sourcewell and the Members. This includes sales reports,  usage reports, supplier diversity reporting, sustainable  purchases, etc. * 67 If you are awarded a contract, provide a few examples of internal  metrics that will be tracked to measure whether you are having  success with the contract. Fastenal will track the success of the Sourcewell contract by  sales growth, number of customers using the contract, and  the average dollar in sales per invoice. * 68 Identify a proposed administrative fee that you will pay to  Sourcewell for facilitating, managing, and promoting the Sourcewell  Contract in the event that you are awarded a Contract.  This fee  is typically calculated as a percentage of Vendor’s sales under the  Contract or as a per-unit fee; it is not a line-item addition to the  Member’s cost of goods. (See the RFP and template Contract for  additional details.) Fastenal proposes an administrative fee of one percent (1%)  less taxes, freight, and product returns, with the exception of  onsite customers which will be subject to an administrative  fee of one half of a percent (0.5%) less taxes, freight, and  product returns. Onsite customers must sign a Sourcewell  onsite agreement. Sourcewell will be notified by Fastenal of  these agreements. Onsites require a heavy investment in  labor and technology but offer the lowest TCO for Sourcewell  members. * Table 14A: Depth and Breadth of Offered Equipment Products and Services Line Item Question Response * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 69 Provide a detailed description of the  equipment, products, and services that you  are offering in your proposal. Available product lines include:  Abrasives; Adhesives, Sealants, and Tape; Cutting Tools and Metalworking;  Electrical; Electronics and Batteries; Fasteners; Fleet and Automotive; HVAC and  Refrigeration; Hardware; Hydraulics; Janitorial and Cleaning; Lighting; Lubricants,  Coolants, and Fluids; Machinery; Material Handling, Lifting and Rigging; Motors;  Office and Breakroom Supplies; Outdoor Products and Equipment; Packaging and  Shipping Products; Paint and Painting Supplies; Plumbing; Pneumatics; Power  Transmission; Pumps; Raw Materials; Safety; Sealing; Security; Test and  Measurement; Tools and Equipment; Welding.  Services and resources include:  Supply Solutions (FMI Technology; FASTStock; FASTBin; FASTVend; E-Business; E- Procurement; Onsite; FASTCrib; Integrated Supply; Jobsite Inventory Solutions)  Expert Consultants (National Accounts; Engineering Expertise; Construction Solutions;  Government; Lean Solutions; Safety Solutions; Metalworking Support; OEM Support;  Healthcare Resources) Manufacturing Services (Spensall Precision Machining; Cardinal Fastener High- Integrity Bolting; API 20E Bolting; Holo-Krome Cold-Forming; Metals, Alloys &  Material Services) Industrial Services (Weld-to-Length Bandsaw Blades; Hose Fabrication; Hoist Repair  & Certification; Custom Chain Sling Fabrication & Inspection; Custom Packaging;  Lifting & Rigging Inspection; Special Assemblies; Tool & Cutter Grinding; Calibration  & Repair; Tool Repair & Certification; Custom Logo Program) Compliance & Sourcing (Green Resources; Country of Origin Compliance Solutions;  Fastenal Brands; Global Sourcing; Supplier Diversity; Blue Lane Freight) * 70 Within this RFP category there may be  subcategories of solutions. List subcategory  titles that best describe your products and  services. ABRASIVES: Sanding Abrasives Products; Abrasive Brushes; Grinding Abrasives  Products; Burr Products; Diamond Abrasives Products; Abrasive Accessories; Files  & Rasps; Sand Blasters & Accessories; Deburring Products; Sharpeners &  Accessories; Buffing & Polishing Products.  ADHESIVES, SEALANTS, & TAPE: Tape; Adhesives & Glues; Silicones, Caulks, &  Sealants; Threadlocking Chemicals; Adhesives & Sealants Dispensing Tools; Floor &  Surface Care Chemicals; Tape Dispensers; Concrete & Asphalt. CUTTING TOOLS & METALWORKING: Indexable Cutting Tools; Milling Products;  Saw Blades; General Purpose Holemaking; Threading & Tapping; High Performance  Drilling; Toolholding Systems; Tooling Components; Turning & Boring Products;  Cutting Tool Assortments Kits. ELECTRICAL: Industrial Controls; Electrical Wire & Accessories; Plugs, Receptacles  & Connectors; Terminals & Wire Connectors; Conduit & Accessories; Wire  Management; Circuit Protection & Distribution; Power Cords; Electrical Tape; Boxes,  Covers, & Accessories; Robotics & Automation; Strut; Insulated Screwdriver Sets;  Electrical Hand Tool Kits; NEMA Enclosures & Accessories; Insulated Socket Sets;  Insulated Nut Driver Sets; Insulated Spanner Wrench Sets; Insulated Hex Key Sets;  Insulated Hack Saws; Insulated Plier Sets; Insulated Wrench Sets; Insulated Wire  Wrap & Unwrap Tools; Insulated Wire Wrap & Unwrap Tool Bits.  ELECTRONICS AND BATTERIES: Data, Voice & Video Components; Electronic  Hardware; Batteries; Battery Chargers; Holsters & Belt Clips; Head Sets; Radios &  Two-Way Radios; Ear Pieces; Antennas; Speaker Microphones; Radio Retrofit Kits;  Wireless Message Alert Callboxes; Appliances.  FASTENERS: Bolts; Screws; Sockets; Nuts; Washers; Set Screws; Pins; Anchors;  Retaining Rings & Clips; Rods & Studs; Automotive Fasteners; Rivets; Threaded  Inserts & Thread Repair; Fastener Assortment Kits; Nails; Threadlockers; Thread  Sealants & Compounds; Clinch Fasteners; Hardware Fasteners.  FLEET & AUTOMOTIVE: Fleet Electrical Products; Fleet Filters & Accessories;  Automotive Chemicals & Lubricants; DOT Fittings; Dock & Trailer Equipment; DOT  Hose & Tubing; Towing & Accessories; Fleet Batteries & Accessories; Shop  Equipment; Engine Oil & Additives; Automotive Specialty Tools; Fleet & Automotive  Lighting; Truck Boxes & Vehicle Racks; Fluid Transfer Products; Tire & Wheel  Products; Fleet Replacement Parts; Truck & Trailer Hardware; Mechanical  Components; Air Line Products.  HVAC AND REFRIGERATION: Filters; Ventilation Equipment & Supplies; Heating  Equipment; Air Conditioners; HVAC Controls & Thermostats; Air Conditioner  Accessories; HVAC/R Chemicals; Air Treatment; A/C & Refrigeration; Evaporative  Cooler Accessories; Ice Machine Accessories; Valves & Accessories; Hydronic  Heating; Heater Accessories; Evaporative Coolers; Seamers; Ice Machines; Punches;  Crimpers; Notchers; Seam Rollers.  HARDWARE AND BUILDING SUPPLIES: Springs; Hex Cap Screws & Hex Bolts;  Strut Clamps & Hangers; Entry & Exit Door Products; Hardware Supplies; Strut  Channel Accessories; Construction & Building Supplies; Hasps, Hinges, & Latches;  Strut Clamp & Hanger Accessories; Caps & Plugs; Industrial Flooring Products;  Cabinet Hardware; Strut Channel; Braces & Brackets; Magnets.  HYDRAULICS: Hydraulic Fittings; Hydraulic Pumps & Cylinders; Hydraulic Hoses;  Hydraulic Couplers & Accessories; Crimping Machine Accessories; Hydraulic  Accumulators & Accessories; Crimping Machines.  JANITORIAL & CLEANING: Cleaning Chemicals, Detergents, & Deodorizers;  Brooms, Brushes, Dust Pans, & Dusters; Skin Care & Personal Hygiene; Wipers,  Towels, & Rags; Trash Cans & Liners; Restroom Fixtures; Mops & Mopping  Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Equipment; Squeegees & Window Cleaning Equipment; Cleaning Supplies; Vacuums  & Accessories; Cleaning Machines; Restroom Supplies; Buckets, Pails, Lids;  Cleaning Machine Accessories; Foam Sealants; Janitorial Carts & Accessories.  LIGHTING: Lamps; Work Lights & Accessories; Emergency Lighting & Accessories;  Sensors & Accessories; Fixture Accessories; Fixtures; Outdoor Lighting &  Accessories; Ballasts & Accessories.  LUBRICANTS, COOLANTS & FLUIDS: Metalworking Chemicals; Lubricants; Grease  Fittings & Accessories; Oils; Grease; Protective Coatings; Grease Guns &  Accessories; Metalworking Fluid Equipment; Lubrication Equipment.  MACHINERY: Metalworking Machinery; Ironworker Accessories; Machinery  Accessories; Drill Press Accessories; Machining Tables; Lathe Accessories; Grinding  Machine Accessories; Cold Saw Accessories.  MATERIAL HANDLING, LIFTING & RIGGING: Carts & Trucks; Slings & Accessories;  Casters & Wheels; Slot Bars & Accessories; Racks, Shelving, Pallet Racking &  Accessories; Ladders & Work Accessing Equipment; Chain & Accessories;  Levelers, Noise & Vibration Control; Workbenches, Work Tables & Accessories;  Bins; Hoists & Pullers; Storage Containers & Accessories; Cabinets; Cart & Truck  Accessories; Conveyors & Accessories; Lifting Hardware; Wire Rope & Accessories;  Magnets; Lockers & Accessories; Hand Tool Storage; Cranes, Trolleys, &  Accessories; Drums & Drum Handling Equipment; Bollards & Building Protectors;  Tie Downs & Cargo Control; Guard Rails, Hand Rails, & Barriers; Rigging  Hardware; Lifters & Accessories; Winches & Winch Accessories; Lifts, Stackers, &  Accessories; Bin Accessories; Cages & Cage Accessories; Rope & Rope  Accessories; Wall Storage Systems & Accessories; Warehouse Supplies &  Equipment; Cabinet Accessories; Lifting Magnets & Suction Lifters; Hoppers &  Accessories; Industrial Furniture; Pallets & Skids; Mezzanine & Mezzanine  Accessories; Worker Movement; Machine Rollers & Roller Kits; Jacks; Tilters &  Dumpers; Gondolas & Accessories; Slatwall & Accessories. MOTORS: Motor Replacement Parts.  OFFICE & BREAKROOM SUPPLIES: Food Service Supplies; Office Organization;  Office Furniture; Desk Supplies; Paper & Printing; Boards, Easels, & Accessories;  Office Machines & Accessories; Time Cards & Clock Systems; Ice Machine  Replacement Parts; Portable Air Conditioners; Ice Machine Replacement Pumps;  Computer Supplies & Media; Water Dispensers; Ice Machine Replacement Valves;  Ice Machines; Ice Machine Electrical Replacement Parts; Ice Storage Bins; Cash  Handling; Freezers; Ice Machine Cleaners. OUTDOOR PRODUCTS & EQUIPMENT: Garden Hose & Accessories; Landscaping  Hand Tools; Landscaping Power Tools; Pressure Washers; Repellants & Pest  Control; Generators; Salt Spreaders &  Accessories; Pressure Washer Accessories;  Generator Accessories; Sprayers & Accessories; Tents & Accessories; Foam  Sealants; Trimmer Accessories; Snow & Ice Removal; Lawn Mowers & Accessories;  Snow Blowers & Accessories; Chain Saw Accessories; Logging Tools; Power  Equipment; Construction Tools & Equipment.  PACKAGING & SHIPPING PRODUCTS: Corrugated Boxes, Cartons, & Mailers;  Shipping  & Storage Bags; Masking Tape; Shipping Labels & Tags; Packaging  Tape; Strapping Products & Accessories; Bubble, Foam, & Cushioning; Envelopes &  Mailers; Stretch Wrap & Shrink Film; Water Activated Tape; Stretch Wrap Machines  & Accessories; Scales & Accessories; Carry Handles; Desiccants.  PAINT & PAINTING SUPPLIES: Paint & Marking Products; Masking Tape; Paint  Roller Products; Paint Brush Products; Painting Accessories; Paint Booth  Accessories; Paint Additives; Painting Equipment; Paint Pad Products.  PLUMBING: Pipe Fittings; Plumbing Valves & Accessories; Pipe & Tubing; Plumbing  Tools & Equipment; Faucets & Faucet Repair Parts; Toilets, Urinals & Accessories;  Water Filters & Accessories; Fountains, Sinks, & Accessories; Drains &  Accessories; Hose & Hose Products; Showers, Tubs, & Accessories; Pipe Insulation  & Accessories; Pipe Cements & Primers; Pipe Thread Tape; Water Heaters &  Accessories; Pipe Lengths; Pipe Thread Sealants; Plumbing Putty.  PNEUMATICS: Pneumatic Fittings; Tubing & Tubing Accessories; Hose Couplers &  Accessories; Clamps & Collars; Pressure Gauges & Accessories; Hose Reels &  Accessories; Pneumatic Valves & Accessories; Air Preparation; Hose & Hose  Assemblies; Actuators & Cylinders; Blow Guns & Accessories; Air Piping Systems;  Hose Guards; Pneumatic System Components.  POWER TRANSMISSION: Seals & Accessories; Bearings; Chain & Sprockets;  Shims & Shim Stock; Keyed Shafts & Keys; Power Transmission Belts; Bushings;  Cam Followers & Yoke Rollers; Collars, Couplings, & Components; Sheaves &  Pulleys; Pullers, Separators, & Accessories; Bearing Heaters & Accessories; Linear  Motion.  PUMPS: Pump Accessories; Sewage, Submersible & Sump Pumps; Plumbing  Pumps; Plumbing Pump Parts & Accessories; Drum, Barrel, & Pail Pumps; Engine  Driven Pumps; Evaporative Cooler Pumps; Test Pumps; Booster & Pressure Pumps.  RAW MATERIALS: Sheet Stock Material; Bar Stock; Precision Blanks & Raw  Blanks; Tube Stock; Fully Threaded Studs; Threaded Rods; Wire Products; Angle  Products; Ball Stock; Foil Products; Coil Rods.  SAFETY: Facility Identification; Hand & Arm Protection; Matting; High Visibility  Garments; Traffic Control Products; Label Maker & Laminator Accessories; Fall  Protection; Eye Protection; ARC Flash &  FR; Disposable Garments; Head & Face  * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Protection; First Aid & Emergency Products; Welding Safety Clothing; Lockout &  Tagout Products; Work Wear; Foot Protection; Spill Containment; Chemical Resistant  Garments; Rain Wear; Respiratory; Welding Helmets & Eye Protection; Safety  Storage Cabinets & Containers; Powered & Supplied Air System Accessories;  Hearing Protection; Dispensers &  Bags; Confined Space Equipment; Heat Stress  Products; Fleet & Automotive Safety Equipment; Step Ladders; Joint Support; Gas  Detection Accessories; Powered & Supplied Air Systems; Gas Detectors; Intrinsically  Safe Lights; Safety Knives; Storm Water Management; Hydration Products; Fire  Protection; Label Makers & Laminators; Breathing Air Filtration Systems; Static  Control Products; Safety Knife Accessories.  SEALING: O-Rings; Flanges, Gaskets, & Gasket Materials; Cord Stock; Rotary &  Linear Seals; Compression Packing.  SECURITY: Locks & Accessories; Secure Facility; Radio Accessories; Law  Enforcement; Key Center Components; Tactical Gear; Radios; Asset Monitoring;  Warning Alarms.  TEST & MEASUREMENT: Precision Measuring Tools; Meters; HVAC Test  Instruments; Individual Levels; Meter Accessories; Thermometers; Lumber Crayons &  China Markers; Thermal Imagers; Retrieval Tools; Inspection Mirrors; Thermal Imager  Accessories; Chalk Refills; Chalk Reels; Level Sets; Measuring Wheels; Water  Treatment; Plumb Bobs; Railroad Chalk; Laser Pointers.  TOOLS & EQUIPMENT: Hand Tools; Power Tool Accessories; Air Tools &   Accessories; Electrical Tools; Layout & Measuring Tools; Cordless Power Tools;  Flashlights & Accessories; Corded Power Tools; Clamping & Holdings; Fastener  Installation & Repair Tools; Tool Bags & Tool Belts; Repair & Replacement Parts;  Powder & Gas Actuated Systems & Accessories; Compressors; Anchor Installation  Tools; Hydraulic Tools & Accessories; HVAC Tools; Compressor Accessories.  TRAININGS, RESOURCES, & SUSTAINABILITY: Work Literature & Resources;  Recycling Programs; Trainings.  WELDING: Consumables; Welding Rods & Wire; Welding Gloves; Gas Apparatus;  Welding Safety Equipment; Welding Jackets & Capes; Welding Tools & Support  Components; Welding & Cutting Machines; Welding Chemicals; Welding Cable &  Accessories; Solder Tool Accessories; Welding Helmets; Welding PAPR Helmets;  Welding Pants; Soldering; Heat Resistant Sleeves; Welding Goggles & Glasses;  Welding Aprons; Welding Coveralls; Welding Face Shields; Solder Tools; Welding  Glove Protectors; Welding Bibs; Welding Chaps & Spats; Welding Caps. Table 14B: Depth and Breadth of Offered Equipment Products and Services Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Line Item Category or Type Offered *Comments 71 Facility MRO Yes No In 2021 Fastenal supplied products spanning nearly 1.78  million unique stock-keeping units (SKUs). This includes  115,000+ “standard” part numbers that are well supported  throughout our distribution system, along with a vast  range of semi-standard and customer-specific items. Available product lines include: Abrasives; Adhesives, Sealants, and Tape; Cutting Tools  and Metalworking; Electrical; Electronics and Batteries;  Fasteners; Fleet and Automotive; HVAC and  Refrigeration; Hardware; Hydraulics; Janitorial and  Cleaning; Lighting; Lubricants, Coolants, and Fluids;  Machinery; Material Handling, Lifting and Rigging; Motors;  Office and Breakroom Supplies; Outdoor Products and  Equipment; Packaging and Shipping Products; Paint and  Painting Supplies; Plumbing; Pneumatics; Power  Transmission; Pumps; Raw Materials; Safety; Security;  Test and Measurement; Tools and Equipment; Welding. * Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 72 Industrial supplies or building materials Yes No In 2021 Fastenal supplied products spanning nearly 1.78  million unique stock-keeping units (SKUs). This includes  115,000+ “standard” part numbers that are well supported  throughout our distribution system, along with a vast  range of semi-standard and customer-specific items. Available product lines include: Abrasives; Adhesives, Sealants, and Tape; Cutting Tools  and Metalworking; Electrical; Electronics and Batteries;  Fasteners; Fleet and Automotive; HVAC and  Refrigeration; Hardware; Hydraulics; Janitorial and  Cleaning; Lighting; Lubricants, Coolants, and Fluids;  Machinery; Material Handling, Lifting and Rigging; Motors;  Office and Breakroom Supplies; Outdoor Products and  Equipment; Packaging and Shipping Products; Paint and  Painting Supplies; Plumbing; Pneumatics; Power  Transmission; Pumps; Raw Materials; Safety; Security;  Test and Measurement; Tools and Equipment; Welding. * 73 Electric, mechanical, fluid, or pneumatic power  transmission Yes No A necessity in industrial environments, power  transmission products enable energy in the form of rotary  motion to be transmitted from the source of power  generation to the machinery that depends on it.  Bearings, sprockets, gears, belts, and related items are  essential in the transmission of power. * 74 Electrical service or lighting Yes No Electrical products are concerned with the safe  transmission of electrical energy for use with machines  and appliances. Fastenal's electrical offering includes  wires, cords, boxes, conduits, receptacles, and more  make electrical energy available where needed while  helping to prevent accidents. Lighting products illuminate business, home, and facility  interiors as well as outdoor areas and temporary work  sites. Lamps differ in terms of light output, energy  consumption, and other factors, according to their type.  Fluorescent, incandescent, LED, metal halide, sodium  vapor, and mercury vapor are among the varieties found. * 75 Plumbing or waterworks Yes No Fastenal's plumbing offering includes fittings, valves and  valve accessories, pipe and pipe accessories, hose and  hose products, flanges and gaskets, restroom and  plumbing fixtures, repair and replacement parts, tools,  cleaning equipment and pumps and accessories. 76 Services related to the offering of the solutions  in Lines 71-75 above Yes No Services and resources available through Fastenal  include:  Supply Solutions (FMI Technology; FASTStock; FASTBin;  FASTVend; E-Business; E-Procurement; Onsite;  FASTCrib; Integrated Supply; Jobsite Inventory Solutions)  Expert Consultants (National Accounts; Engineering  Expertise; Construction Solutions; Government; Lean  Solutions; Safety Solutions; Metalworking Support; OEM  Support; Healthcare Resources) Manufacturing Services (Spensall Precision Machining;  Cardinal Fastener High-Integrity Bolting; API 20E Bolting;  Holo-Krome Cold-Forming; Metals, Alloys & Material  Services) Industrial Services (Weld-to-Length Bandsaw Blades;  Hose Fabrication; Hoist Repair & Certification; Custom  Chain Sling Fabrication & Inspection; Custom Packaging;  Lifting & Rigging Inspection; Special Assemblies; Tool &  Cutter Grinding; Calibration & Repair; Tool Repair &  Certification; Custom Logo Program) Compliance & Sourcing (Green Resources; Country of  Origin Compliance Solutions; Fastenal Brands; Global  Sourcing; Supplier Diversity; Blue Lane Freight) Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Exceptions to Terms, Conditions, or Specifications Form Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been incorporated into the contract text. Documents Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided. 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." Pricing - Pricing.zip - Tuesday September 13, 2022 18:03:11 Financial Strength and Stability - Financial Strength and Stability_2021 Annual Report.pdf - Monday September 12, 2022 21:42:30 Marketing Plan/Samples - Marketing Plan_Sourcewell All-Inclusive Linecard.pdf - Tuesday September 13, 2022 18:03:20 WMBE/MBE/SBE or Related Certificates (optional) Warranty Information (optional) Standard Transaction Document Samples - Standard Transaction Document Samples.zip - Tuesday September 13, 2022 18:03:31 Upload Additional Document (optional) Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Addenda, Terms and Conditions PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award. 3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor’s objectivity in performing the contract is, or might be, impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a resulting contract. 7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products, or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first-quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees, agents, and subcontractors are not: 1. Included on the “Specially Designated Nationals and Blocked Persons” list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: https://www.treasury.gov/ofac/downloads/sdnlist.pdf; 2. Included on the government-wide exclusions lists in the United States System for Award Management found at: https://sam.gov/SAM/; or 3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation. By checking this box I acknowledge that I am bound by the terms of the Proposer’s Affidavit, have the legal authority to submit this Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - Terry Owen, Sr. Executive Vice President, Fastenal Company The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid. Yes No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. File Name I have reviewed the below addendum and attachments (if applicable) Pages Addendum_5_Facility_MRO_Supplies_RFP_091422 Wed August 24 2022 02:50 PM 1 Addendum_4_Facility_MRO_Supplies_RFP_091422 Wed August 17 2022 02:11 PM 2 Addendum_3_Facility_MRO_Supplies_RFP_091422 Mon August 1 2022 09:35 AM 1 Addendum_2_Facility_MRO_Supplies_RFP_091422 Fri July 29 2022 03:22 PM 2 Addendum_1_Facility_MRO_Supplies_RFP_091422 Thu July 28 2022 04:35 PM 1 Bid Number: RFP 091422 Vendor Name: Fastenal Company DocuSign Envelope ID: AF8BA422-E62C-42F5-93F1-76A67EF96E58 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1113 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 9.4 SUBJECT/RECOMMENDATION: Approve a Purchase Order to Lynmark Construction of St. Petersburg, FL for Removal and Replacement of Sodium Hypochlorite Tanks at the Northeast Water Reclamation Facility (WRF) in the amount of $243,611.68, pursuant to Invitation to Bid (ITB) 56-25 and authorize the appropriate officials to execute the same. (consent) SUMMARY: On July 28, 2025, Procurement issued ITB 56-25, Removal and Replacement of Sodium Hypochlorite Tanks and received two responses. Lynmark Construction of St. Petersburg, FL represented the lowest, and most responsive bidder in accordance with the specifications outlined in the bid. Lynmark Construction will remove two existing Sodium Hypochlorite bulk chemical tanks and install two new 8700-gallon double-wall Hypochlorite bulk chemical tanks, including all associated piping and appurtenances within the containment area at the Northeast WRF. These tanks store bulk Sodium Hypochlorite (bleach), a key chemical used in the wastewater disinfection process. The existing tanks are leaking and beyond repair, necessitating their replacement to ensure continued safe and reliable operations. APPROPRIATION CODE AND AMOUNT: 3277327-546700-M1906 $243,611.68 A first quarter budget amendment will transfer $150,000 of Utility R&R revenue from capital project 327-96214, East Plant Upgrades/Improvements, to 327-M1906, Northeast Plant R&R, to provide additional funding needed for this purchase order. These projects are funded by revenues from the Water and Sewer Utility Enterprise Fund. STRATEGIC PRIORITY: Establishing this contract meets the City’s strategic objective of Environmental Stewardship 4.2 by adopting renewable resource usage and waste reduction in the form of quality reclaim water to the community. It also satisfies the strategic objective of High Performing Government 1.2 by maintaining vital infrastructure and preserving environmental resources. Page 1 City of Clearwater Printed on 10/31/2025 1) Lynmark Construction 2) Razorback LLC 5029 17th Street N 177 Anclote Road St. Petersburg, FL 33714 Tarpon Springs, FL 34689 ADVERTISED: TAMPA BAY TIMES 7/30/2025 POSTED:myclearwater.com 7/28/25-9/4/25 FOR THE CITY OF CLEARWATER Due/Opening: September 4, 2025; 10:00 a.m. INVITATION TO BID No. 56-25 Hypochlorite Tank Solicitation Response Listing v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 56-25 HYPOCHLORITE TANK NOTICE Monday, July 28, 2025 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Thursday, August 28, 2025 to provide: The City of Clearwater’s is soliciting sealed bids for the removal, disposal, and replacement of two (2) sodium hypochlorite tanks at the Northeast Wastewater Reclamation Facility. Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Bid packets, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/184786. Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation shall be submitted through the City's e-Procurement Portal located at: https://procurement.opengov.com/portal/myclearwater/projects/184786. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement ManagerLori.vogel@myclearwater.com v. 7.2024 2 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/myclearwater. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a bid. 2.3 Due Date & Time for Submission and Opening Date: Thursday, August 28, 2025 Time: 10:00 am The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the Procurement Division. 2.4 Bid Firm Time Bids shall remain firm and unaltered after opening for 120 days. The City may accept the bid, subject to successful contract negotiations, at any time during this time. 2.5 Bid Submittals It is recommended that bids are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. E-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. 2.6 Late Bids The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and v. 7.2024 3 time. All times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City’s Procurement Office as the official time. 2.7 Lobbying; Lobbying No-Contact Period; Questions Regarding Solicitation From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be submitted through the City's e-Procurement Portal, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. 2.8 Commencement of Work If bidder begins any billable work prior to the City’s final approval and execution of the contract, bidder does so at its own risk. 2.9 Responsibility to Read and Understand Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact listed on this solicitation The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. 2.10 Form and Content of Bids Bids, including modifications, must be certified by an authorized representative and submitted electronically. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City requires that an electronic copy of the bids be submitted through the City's e-Procurement portal located at https://procurement.opengov.com/portal/myclearwater. The bids must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the bids. 2.11 Specifications Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates will be considered upon demonstrating the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. v. 7.2024 4 2.12 Modification/Withdrawal of Bids For bids submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered bids, written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. Written requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. No oral requests will be allowed. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. 2.13 Debarment Disclosure If the vendor submitting this bid has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the bidder shall include a letter with its bid identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating the suspension or debarment. 2.14 Reservations The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non- responsive or non-responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. 2.15 Official Solicitation Document Changes to the solicitation document made by a bidder may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. 2.16 Copying of Bids Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to copy shall be for internal use in evaluating the proposal. 2.17 Contractor Ethics It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this v. 7.2024 5 policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: A. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. B. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. C. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. 2.18 Gifts The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates. The City may request product samples from vendors for product evaluation. 2.19 Right to Protest Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.20 Evaluation Process Bids will be reviewed by the Procurement Division and representative(s) of the respective department(s). The City staff may or may not initiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid. Bidders shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. 2.21 Criteria for Evaluation and Award The City evaluates three (3) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further. A. Responsiveness. The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required v. 7.2024 6 attachments and submissions. The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the bidder is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced bids, past performance, references (including those found outside the bid), compliance with applicable laws-including tax laws, bidder's record of performance and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether the bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review bidder’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Price. We will then evaluate the bids that have met the requirements above 2.22 Cost Justification In the event only one response is received, the City may require that the bidder submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the bid price is fair and reasonable. 2.23 Contract Negotiations and Acceptance Bidder must be prepared for the City to accept the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. 2.24 Notice of Intent to Award Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the bidder’s responsibility to check the City of Clearwater’s website at https://procurement.opengov.com/portal/myclearwater/projects/184786 to view the Procurement Division's Intent to Award postings. 2.25 ITB Timeline Dates are tentative and subject to change. Release ITB: July 28, 2025 Advertise Tampa Bay Times: July 30, 2025 Question Submission Deadline: August 18, 2025, 10:00am Due Date & Time for Submissions and Opening: August 28, 2025, 10:00am Review Bids: August 28 - September 5, 2025 v. 7.2024 7 Council Authorization: September 2025 Contract Begins: October 2025 STANDARD TERMS AND CONDITIONS In the event of a conflict between the Standard Terms & Conditions and the Professional Services Agreement, the terms of the Professional Services Agreement shall prevail. 3.1 Definitions Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. 3.2 Independent Contractor It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. 3.3 Subcontracting Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. 3.4 Assignment This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. 3.5 Successor and Assigns, Binding Effect This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. 3.6 No Third Party Beneficiaries This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. 3.7 Non-Exclusivity v. 7.2024 8 The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. 3.8 Amendments There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. 3.9 Time of the Essence Time is of the essence to the performance of the parties’ obligations under this Agreement. 3.10 Compliance with Applicable Laws A. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. B. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. C. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. 1. As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). 2. A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. 3. The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying v. 7.2024 9 with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. 4. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. D. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. 3.11 Sales/Use Tax, Other Taxes Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. 3.12 Amounts Due the City Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. 3.13 Public Records In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-444-7151 or Email: Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following: v. 7.2024 10 A. Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. B. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. C. Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. E. A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. F. The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. G. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. H. If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. I. A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. v. 7.2024 11 A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. 3.14 Audits and Records Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. 3.15 Background Check The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. 3.16 Security Clearance and Removal of Contractor Personnel The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. 3.17 Default A. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. B. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. C. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. D. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is v. 7.2024 12 given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 3.18 Remedies The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: A. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. C. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. D. Neither party will be liable for incidental, special, or consequential damages. 3.19 Continuation During Disputes Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 3.20 Termination for Convenience The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. 3.21 Termination for Conflict of Interest The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 3.22 Termination for Non-Appropriation and Modification for Budgetary Contraints The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. 3.23 Payment to Contractor Upon Termination Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of v. 7.2024 13 termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. 3.24 Non-Waiver of Rights There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. 3.25 Indemnification/Liability A. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. B. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. C. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. D. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 3.26 Warranty Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. 3.27 City's Right to Recover Against Third Parties Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City v. 7.2024 14 reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. 3.28 No Guarantee of Work Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 3.29 Ownership All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. 3.30 Use of Name Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. 3.31 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 3.32 Risk of Loss Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. 3.33 Safeguarding City Property Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 3.34 Warranty of Rights Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. 3.35 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation v. 7.2024 15 acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 3.36 Contract Administration This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). 3.37 Force Majeure Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 3.38 Cooperative Use of Contract This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 3.39 Fuel Charges and Price Increases No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. 3.40 Notices All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. 3.41 Governing Law, Venue This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 3.42 Integration Clause v. 7.2024 16 This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. 3.43 Provisions Required by Law Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 3.44 Severability If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 3.45 Surviving Provisions Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS 4.1 Introduction The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,463 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler’s Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 4.2 Project Goals The City of Clearwater is accepting sealed bids from licensed and qualified vendors for the removal, disposal, and replacement of two (2) 15% sodium hypochlorite storage tanks at the Northeast Wastewater Reclamation Facility (WRF). The scope includes the complete installation of the new North and South tanks, which shall be connected to all existing vent lines, fill lines, feed piping, and ancillary components such as fluid level sensors, visual level indicators, leak detection alarms, and tie-down systems. The WRF must remain fully operational throughout the removal and installation process. The new tank installation must allow for bypass functionality to keep the remaining tanks online during maintenance. Reference Exhibits A through E, under Attachments for current site photos. The City reserves the right to consider a respondent’s past performance, including quality of work, timeliness, and warranty fulfillment, in its evaluation and award determination. 4.3 Detail Specifications v. 7.2024 17 Scope of Work Requirements The selected contractor shall furnish all labor, equipment, and materials to perform the following: Removal and Disposal: • At time of bid, Contractor shall provide a disposal plan for the existing tank and any associated materials. The plan must include confirmation of proper handling, transportation, and disposal methods in accordance with all applicable environmental regulations and compliance standards. • Remove and properly dispose of two (2) existing sodium hypochlorite tanks each measuring approximately 201 inches in height and 109 inches in diameter. • Remove all associated piping and appurtenances within the containment area. Supply and Installation: • Provide two (2) new minimum 8,700-gallon double-wall tanks suitable for storing 15% sodium hypochlorite (specific gravity between 1.190 – 1.215). Tank Requirements • The tanks must be manufactured by Snyder Industries, Poly Processing Company, or Assmann Corporation of America, with no substitutions permitted. • The tanks shall: o Be no more than 12 feet in diameter and no more than 16 feet in height o Be rated for a minimum capacity of 8,700 gallons o Include double-wall containment with wall thickness meeting or exceeding Advancing Standards Transforming Markets (ASTM) D-1998 standards o Be designed to withstand 120 MPH wind loads and include a 316 stainless steel tie-down assembly with Florida PE-stamped calculations o Include a minimum 2" overflow pipe system o Include a sight glass with reverse float level or gallonage indicator o Have titanium 2” male outlet fittings suitable for 15% sodium hypochlorite, installed on flat surfaces o Include a screened 4” venting system o Feature a 24” manway with a secure cover o Include a 2” flanged fill adapter compatible with existing piping o Include a 4” flanged adapter to accommodate existing level sensor o Be natural or opaque white in color o It is to be constructed from high density cross-linked polyethylene (XLPE), UV-resistant o Be connected to existing piping using an expansion joint o Be compatible with WRF’s existing piping and chemical feed equipment v. 7.2024 18 Material Requirements • All components must be compatible with 15% sodium hypochlorite. • Fittings must adapt to existing piping and equipment. • Piping must be Schedule 80 PVC. • All metal parts in the containment area must be 316 stainless steel. • Solvent cement connections must follow ASTM D-2855 using compatible primer and Weld-On 724 cement. • Ball valves shall be Asahi Type 21 True Union with double Viton O-rings or approved equivalent. • Tank outlets shall include an Asahi Type-14 diaphragm valve. 4.4 Contractor Responsibilities • Contractor must provide technical documentation for the proposed tank, including assembled dimensions, material specifications, and certifications. • Comply with all federal, state, and local regulations as well as manufacturer specifications for delivery, storage, handling, and installation. • Be trained and responsible for the use of forklifts and/or cranes, as needed in the hypochlorite storage area. • Coordinate all equipment shutdowns and valve operations with City Representatives at least 48 hours in advance. • Maintain uninterrupted disinfection capabilities throughout the project. • Remove and reinstall existing level probes in accordance with the manufacturer's specifications. • Install plumbing and fittings in a manner that reduces stress on flanged connections. • Clearly label new piping with “Sodium Hypochlorite” stickers (supplied by contractor) with directional arrows and apply appropriate National Fire Protection Association (NFPA) placards to the tank. • Contractor shall provide their warranty information with response under Submittal Requirements. A minimum five (5) year warranty on the new tank (parts and labor), and a minimum two (2) year warranty on the installation work is required. • Properly dispose of the removed tank and associated components and provide required disposal documentation in accordance with Florida Department of Environmental Protection (FDEP) requirements. • Perform a 24-hour hydrostatic test using water prior to City acceptance. Any defective components must be replaced at no additional cost. • Restore all disturbed areas to their original condition at no cost to the City. 4.5 City Responsibilities v. 7.2024 19 • Coordinate and provide delivery/refill of sodium hypochlorite during the project as needed. • Manage and schedule other chemical deliveries to minimize interference with the contractor’s work. • Reserve the right to inspect the work at any time. • Provide contractor with contact information for primary and secondary City points of contact upon award. • Handle all necessary permitting. 4.6 Project Timeline • From the Notice to Proceed, the contractor shall have up to 120 calendar days for delivery of materials, which may be adjusted with mutual written agreement based on the tank manufacturer’s shipping confirmation. • Construction and installation work must be completed within 30 calendar days, including a mandatory 7-day period between tank removal and new tank installation. 4.7 Minimum Qualifications • At time of bid, Contractor shall provide copies of valid licenses issued by the State of Florida and Pinellas County. • Must have a minimum of five (5) years of experience in the installation of similar sodium hypochlorite systems. 4.8 References/Licenses • A minimum of three (3) references from the past five (5) years involving similar sodium hypochlorite system installations, preferably for public sector clients. INSURANCE REQUIREMENTS A list of Insurance Policies that may be required. 5.1 Requirements The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: 5.2 Commercial General Liability Insurance Coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. v. 7.2024 20 5.3 Commercial Automobile Liability Insurance Coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 5.4 Professional Liability/Malpractice/Errors or Omissions Insurance Coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. 5.5 Workers’ Compensation Insurance Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. 5.6 Pollution and/or Asbestos Legal Liability Insurance Where the Agreement involves asbestos and/or environmental hazards/contamination risks (defined broadly, e.g. lead, mold, bacteria, fuel storage, underground work, cleanup (owned or non-owned sites),pollutant generation/transportation, marine/natural resource damage, contamination claim, restitution, business interruption, mold, fungus, lead-based paint, 3rd party claims/removal, etc.), with limits of at least $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) aggregate, maintained for at least 3 years after Agreement completion. 5.7 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 5.8 Other Insurance Provisions Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: v. 7.2024 21 City of Clearwater Attn: Procurement Division, 56-25 P.O. Box 4748 Clearwater, FL 33758-4748 Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES 6.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from October 2025 through completion of project. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 6.2 Extension The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 6.3 Prices A. No fuel surcharges will be accepted. 6.4 Pricing Prices shall remain firm through the term of the project. BID SUBMISSION 7.1 Bid Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. Submittal Requirements can be found under Section 9. of this solicitation. PRICING SHEET v. 7.2024 22 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish removal, disposal, and replacement of two (2) hypochlorite storge tanks to the City of Clearwater at the price(s) stated below. DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: • City of Clearwater’s standard payment terms are NET30 • Electronic Funds Transfer (EFT) / Automated Clearing House (ACH ALL-INCLUSIVE SUPPLY AND INSTALLATION OF SODIUM HYPOCHLORITE TANK Tank must be a minimum of 8,700 gallons Line Item Description Quantity Unit of Measure Gallon Tank Size Unit Cost Total 1 Total turnkey cost to furnish and install two (2) new minimum 8,700-gallon double- wall tanks designed for the storage of 15% sodium hypochlorite (specific gravity 1.190–1.215), in full accordance with the specifications provided in this solicitation. Price shall include all labor, materials, supplies, equipment, tools, vehicles, and supervision required for the complete installation of the new tanks and the removal and proper disposal of the existing tanks. 2 DOLLARS v. 7.2024 23 Line Item Description Quantity Unit of Measure Gallon Tank Size Unit Cost Total TOTAL SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" v. 7.2024 24 Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. v. 7.2024 25 I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ☐ Please confirm *Response required 5 E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm *Response required 6 References* Please download the below documents, complete, and upload. • REFERENCES.pdf *Response required 7 Scrutinized Company Certification* Please download the below documents, complete, and upload. v. 7.2024 26 • SCRUTINIZED_COMPANIES_AND_B... *Response required 8 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 9 Licenses* Provide copies of valid licenses issued by the State of Florida and Pinellas County. *Response required 10 Disposal Plan* Provide disposal plan for existing tank. *Response required 11 Warranty Documentation* Upload warranty information. A minimum five (5) year warranty on the new tank (parts and labor), and a minimum two (2) year warranty on the installation work is required. *Response required 12 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 27 Line Item Description Quantity Unit of MeasureUnit Cost Total Unit Cost Total 1 Total turnkey cost to furnish and install two (2) new minimum 8,700-gallon double-wall tanks designed for the storage of 15% sodium hypochlorite (specific gravity 1.190–1.215), in full accordance with the specifications provided in this solicitation. Price shall include all labor, materials, supplies, equipment, tools, vehicles, and supervision required for the complete installation of the new tanks and the removal and proper disposal of the existing tanks.2 DOLLARS $121,805.84 $243,611.68 $164,500.00 $329,000.00 Total $243,611.68 $329,000.00 Intent to Award All-Inclusive Supply and Installation of Sodium Hypochlorite Tank Lynmark Construction Razorback LLC Bid Tabulation ITB No. 56-25, Hypochlorite Tank September 30, 2025 NOTICE OF INTENT TO AWARD The Public Utilities Department and the Procurement Division recommend the award of ITB No. 56-25, Hypochlorite Tank to Lynmark Construction of St. Petersburg, Florida, the lowest most responsible bidder, in accordance with the bid specifications, in the not-to-exceed amount of $243,611.68. This Award recommendation will be considered by the City Council at the November 3, 2025, Work Session (1:30 p.m.) and voted on November 6, 2025, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at milisa.harris@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Milisa Harris Milisa Harris Procurement Analyst Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1132 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 9.5 SUBJECT/RECOMMENDATION: Approve settlement of Department of Environmental Protection (DEP) vs. City of Clearwater, OGC File No. 25-1120 for In-kind Project in the amount of at least $1,254,783.00 and authorize the appropriate officials to execute same. (consent) SUMMARY: The State of Florida Department of Environmental Protection found that the City of Clearwater discharged untreated and partially treated wastewater to nearby waterbodies, as well as various instances of permit limit exceedances at the City’s Wastewater Reclamation Facilities. These discharges resulted in alleged water quality violations and alleged violations of Chapter 403 F. S., Rule 62-4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, and Rule 62-302.530 Fla. Admin. Code, and the General Conditions IX(20) of the corresponding facilities’ Permits. Although some of these incidents occurred during significant weather events, the Public Utilities Department (Department) immediately self-reports all spills to the FDEP, regardless of the cause or volume. While spills can occur due to factors like severe weather or third-party contractor damage, the Department has proactive measures to address these challenges. The Department is actively upgrading the system to manage stormwater infiltration more effectively and holds contractors accountable for any damage they cause. When incidents do occur, they are used as opportunities to refine protocols, train Department staff, and improve the reliability of equipment to prevent future issues. The settlement requires the development of a Collection System Action Plan (CSAP) for all three facilities to be completed by June 30, 2026. This item seeks approval of the amended version previously presented at the September 15, 2025, Work Session. The City is requesting City Council authorization to finalize a revised settlement agreement with the Florida Department of Environmental Protection (FDEP). Under the revised terms, the cash settlement amount of $837,522.00 would be satisfied through completion of an in-kind project valued at $1,254,783.00. This reflects a reduction from the original proposed settlement of $877,122.00, which required a larger in-kind project valued at $1,314,183.00. APPROPRIATION CODE AND AMOUNT: Funding will be provided by the capital and operating codes needed to cover the cost of the in-kind project. STRATEGIC PRIORITY: Establishing this contract meets the City’s strategic objective of High Performing Government by providing a high level of service at our facilities, protecting our residents and preserving vital infrastructure. Page 1 City of Clearwater Printed on 10/31/2025 FLORIDA DEPARTMENT OF Environmental Protection Southwest District 13051 North Telecom Parkway #101 Temple Terrace, Florida 33637-0926 Ron DeSantis Governor Jay Collins Lt. Governor Alexis A. Lambert Secretary October 2, 2025 Ms. Jennifer Poirrier, City Manager c/o Michael Flanigan, Interim Utilities Director City of Clearwater Public Works 1650 N Arcturas Ave Clearwater, FL, 33765-1945 Michael.Flanigan@MyClearwater.com Re: Revised Proposed Consent Order OGC File No. 25-1120 City of Clearwater Marshall Street WRF, City of Clearwater East WRF, and City of Clearwater Northeast WRF Facility IDs FL0021857, FL0021865, FL0128937 Pinellas County Dear Ms. Poirrier, Enclosed is the revised proposed Consent Order, OGC File No. 25-1120, regarding the above-referenced facilities. Please review, sign, and return the Consent Order by October 6, 2025, if in agreement. If not in agreement, please contact The Florida Department of Environmental Protection (“Department”) immediately. Upon return of the signed Consent Order, I shall execute it, and a copy will be sent to you. The executed Consent Order constitutes final agency action of the Department, which shall be enforceable pursuant to Sections 120.69 and 403.121, Florida Statutes. By countersigning the Consent Order, the Department waives its right to seek judicial imposition of damages, costs and expenses, or civil penalties for the alleged violations. By signing the Consent Order, you, as the Respondent, acknowledges and waives its right to a hearing and appeal of the terms of the Consent Order. If the signed Consent Order is not received by the Department by October 6, 2025, the Department will assume that you are not interested in the settlement on the above terms, and the matter may be referred to the Office of General Counsel for formal enforcement action. None of your rights or substantial interests are determined by the Consent Order until it is signed and filed with the Department. DEP v. City of Clearwater Public Works Revised Proposed Consent Order OGC File No. 25-1120 Page 2 Should you have any questions, please contact Anthony DiSipio, at (813) 470-5860 or via e-mail: Anthony.DiSipio@FloridaDEP.gov. Thank you for your cooperation. Sincerely, Ms. Kelley M. Boatwright Southwest District Director Florida Department of Environmental Protection KMB\ad ec: Travis Teuber, Clearwater, Travis.Teuber@MyClearwater.com Emily Davis, Clearwater, Emily.Davis@MyClearwater.com Kelley M. Boatwright, FDEP-SWD, Kelley.M.Boatwright@floridadep.gov Pamala Vazquez, FDEP-SWD, Pamala.Vazquez@FloridaDEP.gov Emily Larson, FDEP-SWD, Emily.Larson@FloridaDEP.gov Erica Peck, FDEP-SWD, Erica.Peck@FloridaDEP.gov Anthony DiSipio, FDEP-SWD, Anthony.DiSipio@FloridaDEP.gov Emmalise Hunter, FDEP-SWD, Emmalise.C.Hunter@FloridaDEP.gov Enclosure: Revised Proposed Consent Order Exhibit A: In-Kind Language Exhibit B: Interim Discharge Monitoring Report Templates BEFORE THE STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION STATE OF FLORIDA DEPARTMENT ) IN THE OFFICE OF THE OF ENVIRONMENTAL PROTECTION ) SOUTHWEST DISTRICT ) v. ) OGC FILE NO. 25-1120 ) CITY OF CLEARWATER PUBLIC ) UTILITIES DEPARTMENT ) ) CONSENT ORDER This Consent Order (Order) is entered into between the State of Florida Department of Environmental Protection (Department) and City of Clearwater Public Utilities Department (Respondent) to reach settlement of certain matters at issue between the Department and Respondent. The Department finds and Respondent admits the following: 1. The Department is the administrative agency of the State of Florida having the power and duty to protect Florida’s air and water resources and to administer and enforce the provisions of Chapter 403, Florida Statutes (F.S.), and the rules promulgated and authorized in Title 62, Florida Administrative Code (Fla. Admin. Code). The Department has jurisdiction over the matters addressed in this Order. 2. Respondent is a person within the meaning of Section 403.031(9), F.S. 3. Respondent is the owner and is responsible for the operation of three wastewater treatment facilities: the City of Clearwater Marshall Street WRF – FL0021857 (Marshall Street WRF); City of Clearwater East WRF – FL0021865 (East WRF); City of Clearwater Northeast WRF – FL0128937 (Northeast WRF), located in Pinellas County (collectively, the “Facilities”). 4. The Department finds that the following violation(s) occurred: a) From August 4 through August 11, 2024, unpermitted discharges of wastewater into surface waters were reported by the Respondent. These unpermitted discharges resulted in the release of approximately 4.13 million gallons of untreated wastewater and 5.93 million gallons of partially treated wastewater and effluent. On DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 2 DW/CO June 2024 August 4, 2024, the Marshall St WRF was reported to have two of the three headworks pumps fail to power on. These events constitute violations of Chapter 403 F. S., Rule 62- 4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, and Rule 62-302.530 Fla. Admin. Code. b) August 22, 2024: Respondent notified the Department of an abnormal event at the Marshall Street WRF that resulted in approximately 8.58 million gallons of effluent not meeting permitted limits for Chlorine Residual, and Total Suspended Solids parameters. This event constitutes violations of Chapter 403 F. S., Rule 62-4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, and Rule 62-302.530 Fla. Admin. Code. c) August 8, 2024: the Respondent failed to timely report discharges of substandard effluent to surface water outfall from the Marshall Street WRF on August 5, 2024, and August 6, 2024. This event constitutes violations of Chapter 403 F. S., Rule 62- 4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, Rule 62-302.530 Fla. Admin. Code., and the General Conditions IX(20) of the corresponding facilities’ Permits. d) From September 26 through October 25, 2024, the Respondent reported that approximately 41.59 million gallons of inadequately treated wastewater was discharged to surface waters. The discharge constitute violations of Chapter 403 F. S., Rule 62-4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, and Rule 62-302.530 Fla. Admin. Code. e) October 10, 2024: Respondent failed to report an unauthorized discharge to the State Watch Office of untreated domestic wastewater from the Marshall Street WRF to surface waters. This event constitutes violations of Chapter 403 F. S., Rule 62-4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, Rule 62-302.530 Fla. Admin. Code., and the General Conditions IX(20) of the corresponding facilities’ Permits. DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 3 DW/CO June 2024 f) From March 26 - 27, 2025, the East WRF FL0021865 had a filter bypass event resulting in an exceedance of Total Suspended Solids parameter and approximately 885,547 gallons of substandard effluent being discharged out of the permitted outfall to Old Tampa Bay Class II Marine waterbody as reported to State Watch Office (SWO2025- 2695). This event constitutes violations of Chapter 403 F. S., Rule 62-4.160 Fla. Admin. Code, Rule 62-600.410(1) Fla. Admin. Code, Rule 62-604.130(1) Fla. Admin. Code, and Rule 62-302.530 Fla. Admin. Code. g) A review of Discharge Monitoring Reports (DMRs) for Marshall Street WRF for the period January 1, 2023, to February 28, 2025, indicates the Permit limits were exceeded, as shown in Table 1. Table 1: Clearwater Marshall Street WRF DMR Exceedances Date Parameter Result Limit Unit Statistical Base 9/30/2023 BOD, Carbonaceous 5 day, 20C 17 10.0 mg/L MB - Maximum 7/31/2023 Chlorine, Total Residual 0.7 1.0 mg/L ME - Minimum 8/31/2024 Chlorine, Total Residual 0 1.0 mg/L ME - Minimum 9/30/2024 Chlorine, Total Residual 0.4 1.0 mg/L ME - Minimum 10/31/2024 Chlorine, Total Residual 0.2 1.0 mg/L ME - Minimum 11/30/2024 Chlorine, Total Residual 0.6 1.0 mg/L ME - Minimum 12/31/2024 Chlorine, Total Residual 0.8 1.0 mg/L ME - Minimum 2/28/2023 Coliform, Fecal, % less than detection 54 75.0 percent TM - Minimum Total Monthly 4/30/2023 Coliform, Fecal, % less than detection 57 75.0 percent TM - Minimum Total Monthly 8/31/2024 Coliform, Fecal, % less than detection 72.7 75.0 percent TM - Minimum Total Monthly 6/30/2024 Dibromochloromethane 56.18 56.0 ug/L AB - Annual Average 7/31/2024 Dibromochloromethane 57.23 56.0 ug/L AB - Annual Average 8/31/2024 Dibromochloromethane 56.22 56.0 ug/L AB - Annual Average 12/31/2024 Dibromochloromethane 56.13 56.0 ug/L AB - Annual Average 9/30/2024 Enterococci 42 35.0 #/100mL MM - Monthly Geometric Mean 8/31/2024 Nitrogen, Total 11.6 6.0 mg/L MB - Maximum DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 4 DW/CO June 2024 9/30/2024 Nitrogen, Total 5.5 4.5 mg/L WA - Weekly Average 9/30/2024 Nitrogen, Total 40.3 16.75 ton/yr AD - Annual Total 10/31/2024 Nitrogen, Total 7.08 6.0 mg/L MB - Maximum 10/31/2024 Nitrogen, Total 18.1 16.75 ton/yr AD - Annual Total 8/31/2024 Oxygen, Dissolved (DO) 3.9 5.0 mg/L ME - Minimum 3/31/2023 Phosphorus, Total (as P) 1.1 1.0 mg/L AB - Annual Average 3/31/2023 Phosphorus, Total (as P) 2.8 2.0 mg/L MB - Maximum 8/31/2023 Phosphorus, Total (as P) 1.7 1.5 mg/L WA - Weekly Average 8/31/2023 Phosphorus, Total (as P) 2.2 2.0 mg/L MB - Maximum 8/31/2024 Phosphorus, Total (as P) 5.27 2.0 mg/L MB - Maximum 10/31/2024 Phosphorus, Total (as P) 1.53 1.5 mg/L WA - Weekly Average 10/31/2024 Phosphorus, Total (as P) 3.23 2.0 mg/L MB - Maximum 8/31/2024 Solids, Total Suspended 120.78 7.5 mg/L WA - Weekly Average 8/31/2024 Solids, Total Suspended 49.86 6.25 mg/L MK - Monthly Average 8/31/2024 Solids, Total Suspended 598 10.0 mg/L MB - Maximum 8/31/2024 Solids, Total Suspended 24200 5.0 mg/L MB - Maximum 10/31/2024 Solids, Total Suspended 7.09 5.0 mg/L AB - Annual Average 10/31/2024 Solids, Total Suspended 26.15 6.25 mg/L MK - Monthly Average 10/31/2024 Solids, Total Suspended 96.26 7.5 mg/L WA - Weekly Average 10/31/2024 Solids, Total Suspended 393 10.0 mg/L MB - Maximum 10/31/2024 Solids, Total Suspended 133 5.0 mg/L MB - Maximum 11/30/2024 Solids, Total Suspended 7.2 5.0 mg/L AB - Annual Average 12/31/2024 Solids, Total Suspended 7.24 5.0 mg/L AB - Annual Average h) A review of Discharge Monitoring Reports (DMRs) for East WRF for the period January 1, 2023, to February 28, 2025, indicates the Permit limits were exceeded, as shown in Table 2. Table 2: Clearwater East WRF DMR Exceedances DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 5 DW/CO June 2024 Date Parameter Result Limit Unit Statistical Base 4/30/2024 Chlorine, Total Residual 0.86 1.0 mg/L ME - Minimum 4/30/2024 Chlorine, Total Residual 0.86 1.0 mg/L ME - Minimum 7/31/2024 Coliform, Fecal 166 25.0 #/100mL MB - Maximum 8/31/2024 Coliform, Fecal, % less than detection 66.7 75.0 percent MO - Monthly Minimum 8/31/2024 Coliform, Fecal, % less than detection 66.7 75.0 percent MO - Monthly Minimum 5/31/2023 Copper, Total Recoverable 11.2 3.7 ug/L MB - Maximum 10/31/2024 Copper, Total Recoverable 3.9 3.7 ug/L MB - Maximum 11/30/2024 Copper, Total Recoverable 4.8 3.7 ug/L MB - Maximum 1/31/2025 Copper, Total Recoverable 4.0 3.7 ug/L MB - Maximum 2/28/2025 Copper, Total Recoverable 4.5 3.7 ug/L MB - Maximum 12/31/2023 Nitrogen, Total 10 6.0 mg/L MB - Maximum 8/31/2024 Nitrogen, Total 6.7 6.0 mg/L MB - Maximum 10/31/2024 Nitrogen, Total 6.8 6.0 mg/L MB - Maximum 3/31/2024 Solids, Total Suspended 8 5.0 mg/L MB - Maximum 8/31/2024 Solids, Total Suspended 9.48 6.25 mg/L MK - Monthly Average 8/31/2024 Solids, Total Suspended 15.6 10.0 mg/L MB - Maximum 8/31/2024 Solids, Total Suspended 21.2 5.0 mg/L MB - Maximum i) A review of Discharge Monitoring Reports (DMRs) for Northeast WRF for the period January 1, 2023, to February 28, 2025, indicates the Permit limits were exceeded, as shown in Table 3. Table 3: Clearwater Northeast WRF DMR Exceedances Date Parameter Result Limit Unit Statistical Base 11/30/2024 BOD, Carbonaceous 5 day, 20C 11 10.0 mg/L MB - Maximum 11/30/2024 Coliform, Fecal 2420 25.0 #/100mL MB - Maximum 2/28/2023 Coliform, Fecal, % less than detection 63.6 75.0 percent MO - Monthly Minimum DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 6 DW/CO June 2024 11/30/2023 Coliform, Fecal, % less than detection 68.18 75.0 percent MO - Monthly Minimum 2/29/2024 Coliform, Fecal, % less than detection 66.66 75.0 percent MO - Monthly Minimum 2/29/2024 Coliform, Fecal, % less than detection 66.66 75.0 percent MO - Monthly Minimum 4/30/2024 Coliform, Fecal, % less than detection 63.63 75.0 percent MO - Monthly Minimum 6/30/2024 Coliform, Fecal, % less than detection 60 75.0 percent MO - Monthly Minimum 8/31/2024 Coliform, Fecal, % less than detection 40.9 75.0 percent MO - Monthly Minimum 10/31/2024 Coliform, Fecal, % less than detection 61.9 75.0 percent MO - Monthly Minimum 12/31/2024 Coliform, Fecal, % less than detection 59.1 75.0 percent MO - Monthly Minimum 1/31/2025 Coliform, Fecal, % less than detection 69.6 75.0 percent MO – Monthly Minimum 5/31/2023 Copper, Total Recoverable 11.2 3.7 mg/L MB - Maximum 10/31/2024 Copper, Total Recoverable 3.9 3.7 mg/L MB - Maximum 11/30/2024 Copper, Total Recoverable 4.8 3.7 mg/L MB - Maximum 1/31/2025 Copper, Total Recoverable 4.0 3.7 mg/L MB – Maximum 2/28/2025 Copper, Total Recoverable 4.35 3.7 mg/L MB - Maximum 9/30/2023 Enterococci 42 35.0 #/100mL MM - Monthly Geometric Mean 9/30/2023 Enterococci 200 130.0 #/100mL MB - Maximum 11/30/2023 Enterococci 40 35.0 #/100mL MM - Monthly Geometric Mean 9/30/2023 Solids, Total Suspended 7.3 5.0 mg/L MB - Maximum 3/31/2024 Solids, Total Suspended 10.4 5.0 mg/L MB - Maximum DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 7 DW/CO June 2024 6/30/2024 Solids, Total Suspended 9.6 5.0 mg/L MB - Maximum 8/31/2024 Solids, Total Suspended 32.7 10.0 mg/L MB - Maximum 8/31/2024 Solids, Total Suspended 12 5.0 mg/L MB - Maximum j) The exceedances in Tables 1, 2, and 3, above are violations of 62-4.160, Fla. Admin. Code, Rule 62-600.410(1), Fla. Admin. Code, and Rule 62-302.530 Fla. Admin. Code. Having reached a resolution of the matter Respondent and the Department mutually agree, and it is ORDERED: 5. Respondent shall comply with the following corrective actions within the stated time periods: a) Within 90 days of the effective date of this Order, Respondent shall propose a detailed Corrective Action Plan (“CAP”) containing a schedule for corrective action(s) to evaluate the causes of the Facilities’ effluent exceedances of water quality standards and to address all violations noted in paragraph 4 above. The CAP shall include a timeline for implementation of the corrective actions necessary to reduce concentrations of the exceeded effluent constituents to achieve compliance with water quality standards and the Facilities’ permit conditions. b) If the Department requires additional information during the review of the CAP, the Department will notify the Respondent in writing by issuing a Request for Additional Information (“RAI”). The Respondent shall submit the information identified in the RAI within 30 days of receipt of such an RAI. c) Upon receipt of the Department’s approval of the CAP, Respondent shall implement the CAP by conducting the work specified therein. All work shall be completed within the timeframes contained in the approved CAP or by December 31, 2028, whichever is sooner. DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 8 DW/CO June 2024 d) If any construction or modification of the Facilities are needed per the Department approved CAP, the Respondent shall contact the Department’s wastewater permitting section and submit a complete application for the wastewater permit modification by January 31, 2026 e) Upon the first day of the month following the effective date of this Consent Order and lasting through December 31, 2028, for the Total Phosphorous MB- Maximum (mg/L), Total Phosphorous WA- Weekly Average (mg/L), Total Phosphorous AB- Annual Average (mg/L), the Total Nitrogen AB- Annual Average (mg/L), the Total Nitrogen MB- Maximum (mg/L), the Total Nitrogen MK – Monthly Average, the Total Nitrogen WA – Weekly Average, the Total Nitrogen AD- Annual Total (ton/yr), and the Dibromochloromethane AB- Annual Average (ug/L), the Marshall St WRF’s effluent discharge to Stevenson’s Creek shall meet the following interim limits, as identified in Table 4, below: Table 4 Clearwater Marshall St WRF Interim Limits Parameter Interim Limit Units Statistical Base Phosphorous, Total 3 mg/L MB – Maximum Phosphorous, Total 2.25 mg/L WA – Weekly Average Phosphorous, Total 1.5 mg/L AB – Annual Average Nitrogen, Total 6 mg/L AB – Annual Average Nitrogen, Total 12 mg/L MB – Maximum Nitrogen, Total 7.5 mg/L MK – Monthly Average Nitrogen, Total 9 mg/L WA – Weekly Average Nitrogen, Total 33.5 Ton/yr AD – Annual Total Dibromochloromethane 58 ug/L AB – Annual Average f) Upon the first day of the month following the effective date of this Consent Order and lasting through December 31, 2028, for the Total Nitrogen MB – DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 9 DW/CO June 2024 Maximum (mg/L), and the Total Recoverable Copper MB – Maximum (ug/L), the East WRF effluent discharge to Old Tampa Bay shall meet the following interim limits, as identified in Table 5 below: Table 5: City of Clearwater East WRF Interim Limits Parameter Interim Limit Units Statistical Base Nitrogen, Total 10 mg/L MB - Maximum Copper, Total Recoverable 4.0 ug/L MB - Maximum g) Upon the first day of the month following the effective date of this Consent Order and lasting through December 31, 2028, for the Total Recoverable Copper MB – Maximum (ug/L), the Northeast WRF effluent discharge to Old Tampa Bay shall meet the following interim limits, as identified in Table 6 below: Table 6: City of Clearwater Northeast WRF Interim Limit Parameter Interim Limit Units Statistical Base Copper, Total Recoverable 4.0 ug/L MB – Maximum h) A copy of the Discharge Monitoring Report (“DMR”) to be used for reporting the interim limit values is incorporated herein and attached as Exhibit B. Sampling, analysis and reporting of the aforementioned parameters shall be in accordance with the permit. These interim limits do not act as a State of Florida Department of Environmental Protection wastewater permit effluent limitation or modified permit limitation, nor does it authorize or otherwise justify violation of the Florida Air and Water Pollution Control Act, Part I Chapter 403, Florida Statutes, during the pendency of this Consent Order. i) By June 30, 2026, Respondent shall develop and submit a Collection System Action Plan (CSAP) for all Facilities that meets the intent of Rule 62-600.705(2) DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 10 DW/CO June 2024 F.A.C. for Department approval. If the Department requires additional information for the CSAP, the Department may notify the Respondent in writing of the deficiencies and request additional information (RAI). The Respondent shall submit the required information identified in the RAI within the timeframe provided for in the RAI. Upon the Department’s approval of the CSAP, Respondent shall implement the plan at all Facilities by conducting the work specified thereunder within the timeframes specified thereunder. j) Within 180 days of the effective date of this Consent Order, the Respondent shall perform and submit to the Department for approval an updated analysis of their collection systems infrastructures including a detailed evaluation of inflow and infiltration (“I&I Analysis Plan”) to identify improvements with a priority as to importance of need and time to completion. An approximate cost analysis should be included. The I&I Analysis Plan should include specific projects along with their description and purpose with start and completion dates. If the Department requires additional information for the I&I Analysis Plan, the Department may notify the Respondent in writing of the deficiencies by issuing an RAI. The Respondent shall submit the required information identified in the RAI within the timeframe provided for in the RAI. Upon the Department’s approval of the I&I Analysis Plan, Respondent shall implement the plan by conducting the work specified thereunder within the timeframes of the approved I&I Analysis Plan. 6. Every calendar quarter after the effective date of this Order and continuing until all corrective actions have been completed, the Respondent shall submit to the Department a written report containing information about the status and progress of projects being completed under this Order, information about compliance or noncompliance with the applicable requirements of this Order, including construction requirements and effluent limitations, and any reasons for noncompliance. These reports shall also include a projection of the work the Respondent will perform pursuant to this Order during the 12-month period which will follow the report. Respondent shall submit the reports to the Department within 30 days of the end of each quarter. DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 11 DW/CO June 2024 7. Effective immediately and thenceforth, Respondent shall adhere to Rule 62- 604.550(2)(c), F.A.C., and General Conditions IX. 20 of the permits for Clearwater Marshall St WRF, Clearwater East WRF, and Clearwater Northeast WRF, and submit complete written reports for all unauthorized discharges within 5 days of the date of the initial discharge. The written report should be submitted to the Domestic Wastewater Compliance inbox at the following email address: swd_dw@FloridaDEP.gov. 8. Notwithstanding the time periods described in the paragraphs above. Respondent shall complete all corrective actions required by paragraphs 5 - 7 by December 31, 2028, and be in full compliance with their domestic wastewater permits and applicable rules of Chapters 62- 302; 62-600; 62-604; 62-4; 62-620, F.A.C., regardless of any intervening events or alternative timeframes imposed in this Consent Order. Respondent’s failure to properly budget or appropriate funds will not act to relieve or excuse Respondent for non-performance of its obligations here under. 9. Within 30 days of the effective date of this Order, Respondent shall pay the Department $837,522.00 in settlement of the regulatory matters addressed in this Order. This amount includes $480,230.00 for civil penalties; $116,177.00 economic benefit; $240,115.00 for history of non-compliance and $1,000.00 for costs and expenses incurred by the Department during the investigation of this matter and the preparation and tracking of this Order. The civil penalty in this case includes 57 violations that each warrant a penalty of $2,000.00 or more. In lieu of making cash payment of $836,522.00.00 in penalties as set forth in the paragraph above, Respondent may elect to offset this amount by implementing an in-kind penalty project, which must be approved by the Department. An in-kind project must be either an environmental enhancement, environmental restoration, or a capital/facility improvement project. The Department may also consider the donation of environmentally sensitive land as an in-kind project. The value of the in-kind penalty project shall be one and a half times the portion of the stipulated penalty amount for which the approved project off-sets which, in this case, is $1,254,783.00. If Respondent chooses to implement an in-kind project, Respondent shall notify the Department of its election either electronically or by certified mail within 15 days of the DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 12 DW/CO June 2024 Effective Date of this Consent Order. Notwithstanding the election to implement an in-kind project, payment of the remaining $1,000.00 in costs must be paid within 30 days of the Effective Date of the Consent Order. If Respondent elects to implement an in-kind project, then Respondent shall comply with all of the requirements and time frames in Attachment A, attached hereto, entitled “In-Kind Projects”. 10. Respondent agrees to pay the Department stipulated penalties in the amount of $2,000.00 per day each and every day Respondent fails to timely comply with any of the requirements of paragraph(s) 5 - 8 of this Order. Additionally, Respondent shall pay the Department stipulated penalties for any discharges of wastewater from the WWTF and/or collection/transmission system. Respondent shall pay penalties as follows: Amount p/day p/discharge Discharge Volume $1,000.00 up to 5,000 gallons $2,000.00 5,001 to 10,000 gallons $5,000.00 10,001 to 25,000 gallons $10,000 25,001 to 100,000 gallons $15,000 in excess of 100,000 gallons The Department may demand stipulated penalties at any time after violations occur. Respondent shall pay stipulated penalties owed within 30 days of the Department’s issuance of written demand for payment and shall do so as further described in paragraphs 13 and 14, below. Nothing in this paragraph shall prevent the Department from filing suit to specifically enforce any terms of this Order. Any stipulated penalties assessed under this paragraph shall be in addition to the civil penalties agreed to in paragraph 9 of this Order. 11. In lieu of making cash payment of the penalty amount required under paragraph(s) 9 or 10 above, the Department, at its discretion, may allow Respondent to off-set the amount by implementing an in-kind project(s), which must be approved by the Department. An in-kind project must be either an environmental enhancement, environmental restoration or capital/facility improvement project. The Department may also consider the donation of DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 13 DW/CO June 2024 environmentally sensitive land as an in-kind project. The value of the in-kind penalty project shall be one and a half times the portion of the stipulated penalty amount for which the approved project offsets. In terms of paragraph 10, the Respondent shall request consideration of applying stipulated penalties toward an in-kind project within 15 days of notification by the Department that stipulated penalties are being assessed under paragraph 10. If acceptable, the Respondent shall comply with all the requirements and timeframes in Exhibit A, entitled In- Kind Project. If not acceptable, the Respondent will pay the stipulated penalties within 30 days of receipt of the Department’s notification that applying the stipulated penalties to an in-kind project is not acceptable. 12. In the event that Respondent elects to off-set civil penalties, including stipulated penalties, by implementing an in-kind penalty project which is approved by the Department, during the period that this Order remains in effect or during the effective date of any Department issued Permit to Respondent whichever is longer (Prohibited Transfer Duration), Respondent shall not transfer or use funds obtained by the Respondent from the collection of sewer rates for any purpose not related to the management, operation, maintenance of the Sewer System or to any capital improvement needs of the Sewer System (hereinafter, Prohibited Transfer). Respondent shall annually certify to the Department using the Annual Certification Form located on Exhibit A to this Order that no Prohibited Transfer has occurred. In the event of any Prohibited Transfer, the In-Kind project option shall be forfeited, and the entire civil penalty shall immediately become due and owing to the Department irrespective of any expenditures by the Respondent in furtherance of the In-Kind project. 13. Respondent shall make all payments required by this Order by cashier's check, money order or on-line payment. Cashier’s check or money order shall be made payable to the “Department of Environmental Protection” and shall include both the OGC number assigned to this Order and the notation “Water Quality Assurance Trust Fund.” Online payments by e- check can be made by going to the DEP Business Portal at: http://www.fldepportal.com/go/pay/. It will take a number of days after this order is final, DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 14 DW/CO June 2024 effective and filed with the Clerk of the Department before ability to make online payment is available. 14. Except as otherwise provided, all submittals and payments required by this Order shall be sent to Anthony DiSipio, Environmental Specialist with the Domestic Wastewater Compliance Assurance Program, Department of Environmental Protection, Southwest District, 13051 N Telecom Pkwy, Suite 101, Temple Terrace, FL 33737. 15. Respondent shall allow all authorized representatives of the Department access to the Facilities at reasonable times for the purpose of determining compliance with the terms of this Order and the rules and statutes administered by the Department. 16. If any event, including administrative or judicial challenges by third parties unrelated to Respondent, occurs which causes delay or the reasonable likelihood of delay in complying with the requirements of this Order, Respondent shall have the burden of proving the delay was or will be caused by circumstances beyond the reasonable control of Respondent and could not have been or cannot be overcome by Respondent's due diligence. Neither economic circumstances nor the failure of a contractor, subcontractor, materialman, or other agent (collectively referred to as “contractor”) to whom responsibility for performance is delegated to meet contractually imposed deadlines shall be considered circumstances beyond the control of Respondent (unless the cause of the contractor's late performance was also beyond the contractor's control). Upon occurrence of an event causing delay, or upon becoming aware of a potential for delay, Respondent shall notify the Department by the next working day and shall, within seven calendar days notify the Department in writing of (a) the anticipated length and cause of the delay, (b) the measures taken or to be taken to prevent or minimize the delay, and (c) the timetable by which Respondent intends to implement these measures. If the parties can agree that the delay or anticipated delay has been or will be caused by circumstances beyond the reasonable control of Respondent, the time for performance hereunder shall be extended. The agreement to extend compliance must identify the provision or provisions extended, the new compliance date or dates, and the additional measures Respondent must take to avoid or minimize the delay, if any. Failure of Respondent to comply with the notice requirements of DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 15 DW/CO June 2024 this paragraph in a timely manner constitutes a waiver of Respondent's right to request an extension of time for compliance for those circumstances. 17. The Department, for and in consideration of the complete and timely performance by Respondent of all the obligations agreed to in this Order, hereby conditionally waives its right to seek judicial imposition of damages or civil penalties for the violations described above up to the date of the filing of this Order. This waiver is conditioned upon Respondent’s complete compliance with all of the terms of this Order. 18. This Order is a settlement of the Department’s civil and administrative authority arising under Florida law to resolve the matters addressed herein. This Order is not a settlement of any criminal liabilities which may arise under Florida law, nor is it a settlement of any violation which may be prosecuted criminally or civilly under federal law. Entry of this Order does not relieve Respondent of the need to comply with applicable federal, state, or local laws, rules, or ordinances. 19. The Department hereby expressly reserves the right to initiate appropriate legal action to address any violations of statutes or rules administered by the Department that are not specifically resolved by this Order. 20. Respondent is fully aware that a violation of the terms of this Order may subject Respondent to judicial imposition of damages, civil penalties up to $15,000.00 per day per violation, and criminal penalties. 21. Respondent acknowledges and waives its right to an administrative hearing pursuant to sections 120.569 and 120.57, F.S., on the terms of this Order. Respondent also acknowledges and waives its right to appeal the terms of this Order pursuant to section 120.68, F.S. 22. Electronic signatures or other versions of the parties’ signatures, such as .pdf or facsimile, shall be valid and have the same force and effect as originals. No modifications of the terms of this Order will be effective until reduced to writing, executed by both Respondent and the Department, and filed with the clerk of the Department. DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 16 DW/CO June 2024 23. The terms and conditions set forth in this Order may be enforced in a court of competent jurisdiction pursuant to sections 120.69 and 403.121, F.S. Failure to comply with the terms of this Order constitutes a violation of section 403.161(1)(b), F.S. 24. This Consent Order is a final order of the Department pursuant to section 120.52(7), F.S., and it is final and effective on the date filed with the Clerk of the Department unless a Petition for Administrative Hearing is filed in accordance with Chapter 120, F.S. Upon the timely filing of a petition, this Consent Order will not be effective until further order of the Department. 25. Respondent shall publish the following notice in a newspaper of daily circulation in Pinellas County, Florida. The notice shall be published one time only within 15 days of the effective date of the Order. Respondent shall provide a certified copy of the published notice to the Department within 10 days of publication. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION NOTICE OF CONSENT ORDER The Department of Environmental Protection (“Department”) gives notice of agency action of entering into a Consent Order with CITY OF CLEARWATER PUBLIC UTILITIES pursuant to section 120.57(4), Florida Statutes. The Consent Order addresses the unauthorized discharges of approximately 9 million gallons of untreated domestic wastewater; unauthorized discharges of approximately 47 million gallons of partially treated domestic wastewater; the failure to maintain and operate equipment as intended; the failure to report noncompliance events to the Department; and discharging inadequately treated wastewater through the permitted surface water outfalls, at 1605 Harbor Dr, Clearwater, Florida; 3141 Gulf to Bay Blvd, Clearwater, Florida; and 3290 S.R. 580, Safety Harbor, Florida. The Consent Order is available for public inspection during normal business hours, 8:00 a.m. to 5:00 p.m., Monday through Friday, except legal holidays, at the Department of Environmental Protection, Southwest District, 13051 N Telecom Pkwy, Temple Terrace, FL. Persons who are not parties to this Consent Order, but whose substantial interests are affected by it, have a right to petition for an administrative hearing under sections 120.569 and DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 17 DW/CO June 2024 120.57, Florida Statutes. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition concerning this Consent Order means that the Department’s final action may be different from the position it has taken in the Consent Order. The petition for administrative hearing must contain all of the following information: a) The name and address of each agency affected and each agency’s file or identification number, if known; b) The name, address, any e-mail address, any facsimile number, and telephone number of the petitioner, if the petitioner is not represented by an attorney or a qualified representative; the name, address, and telephone number of the petitioner’s representative, if any, which shall be the address for service purposes during the course of the proceeding; and an explanation of how the petitioner’s substantial interests will be affected by the agency determination; c) A statement of when and how the petitioner received notice of the agency decision; d) A statement of all disputed issues of material fact. If there are none, the petition must so indicate; e) A concise statement of the ultimate facts alleged, including the specific facts the petitioner contends warrant reversal or modification of the agency’s proposed action; f) A statement of the specific rules or statutes the petitioner contends require reversal or modification of the agency’s proposed action, including an explanation of how the alleged facts relate to the specific rules or statutes; and g) A statement of the relief sought by the petitioner, stating precisely the action petitioner wishes the agency to take with respect to the agency’s proposed action. The petition must be filed (received) at the Department's Office of General Counsel, 3900 Commonwealth Boulevard, MS# 35, Tallahassee, Florida 32399-3000 or received via electronic correspondence at Agency_Clerk@floridadep.gov, within 21 days of receipt of this notice. A copy of the petition must also be mailed at the time of filing to the District Office at 13051 N Telecom Pkwy, Temple Terrace, FL. Failure to file a petition within the 21-day period constitutes a person’s waiver of the right to request an administrative hearing and to participate as a party to this proceeding under sections 120.569 and 120.57, Florida Statutes. DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 18 DW/CO June 2024 Within 10- days after filing a petition, a person whose substantial interests are affected by this Consent Order may choose to pursue mediation as an alternative remedy under section 120.573, Florida Statutes. Choosing mediation will not adversely affect such person’s right to an administrative hearing if mediation does not result in a settlement. Additional information about the mediation process and procedure is provided in section 120.573, Florida Statutes and Rule 62-110.106(12), Florida Administrative Code. 26. Rules referenced in this Order are available at http://www.dep.state.fl.us/legal/Rules/rulelist.htm FOR THE RESPONDENT: __________________________________________ Jennifer Poirrier City Manager DATE DEP vs. City of Clearwater Public Utilities Department OGC File No.: 25-1120 Page 19 DW/CO June 2024 ____________________________________________________________________________________ DONE AND ORDERED this __ day of __________, 2025, in Hillsborough, Florida. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION ____________________________________ Ms. Kelley M. Boatwright District Director Southwest District Filed, on this date, pursuant to section 120.52, F.S., with the designated Department Clerk, the receipt of which is hereby acknowledged. ________________________________ _____________________ Clerk Date Copies furnished to: Lea Crandall, Agency Clerk Mail Station 35 DEP v. City of Clearwater Public Utilities Department OGC File No. 25-1120 Exhibit A In-Kind Projects I. Introduction An in-kind project a. Within 60 days of the effective date of this Consent Order, Respondent shall submit, either electronically or by certified mail, a detailed in-kind project proposal to the Department for evaluation. The proposal shall include a summary of benefits, proposed schedule for implementation and documentation of the estimated costs which are expected to be incurred to complete the project. These costs shall not include those incurred in developing the proposal or obtaining approval from the Department for the in-kind project. b. If the Department requests additional information or clarification due to a partially incomplete in-kind project proposal or requests modifications due to deficiencies with Department guidelines, Respondent shall submit, either electronically or by certified mail, all requested additional information, clarification, and modifications within 15 days of receipts of written notice. c. If upon review of the in-kind project proposal, the Department determines that the project cannot be accepted due to a substantially incomplete proposal or due to substantial deficiencies with minimum Department guidelines; Respondent shall be notified, in writing, of the reason(s) which prevent the acceptance of the proposal. Respondent shall correct and redress all of the matters at issue and submit, either electronically or by certified mail, a new proposal within 30 days of receipt of written notice. In the event that the revised proposal is not DEP v. City of Clearwater Public Utilities Department OGC File No. 25-1120 approved by the Department, Respondent shall make cash payment of the civil penalties as set forth in the Consent Order within 30 days of Department notice. d. Within 120 days of the effective date of this Consent Order, Respondent shall obtain approval for an in-kind project from the Department. If an in-kind project proposal is not approved by the Department within 120 days of the effective date of this Consent Order, then Respondent shall make cash payment of the civil penalties as set forth in the Consent Order, within 30 days of Department notice. e. Within 180 days of obtaining Department approval for the in-kind proposal or in accordance with the approved schedule submitted pursuant to paragraph (a) above, Respondent shall complete the entire in-kind project. f. During the implementation of the in-kind project, Respondent shall place appropriate sign(s) at the project site indicating that Respondent’s involvement with the project is the result of a Department enforcement action. Respondent may remove the sign(s) after the project has been completed. However, after the project has been completed Respondent shall not post any sign(s) at the site indicating that the reason for the project was anything other than a Department enforcement action. g. In the event, Respondent fails to timely submit any requested information to the Department, fails to complete implementation of the in-kind project or otherwise fails to comply with any provision of this paragraph, the in-kind penalty project option shall be forfeited and the entire amount of civil penalties shall be due from the Respondent to the Department within 30 days of Department notice. If the in-kind penalty project is terminated and Respondent timely remits the penalty, no additional penalties shall be assessed under the Consent Order for failure to complete the requirement of this paragraph. DEP v. City of Clearwater Public Utilities Department OGC File No. 25-1120 h. Within 15 days of completing the in-kind project, Respondent shall notify the Department, either electronically or by certified mail, of the project completion and request a verification letter from the Department. Respondent shall submit supporting information verifying that the project was completed in accordance with the approved proposal and documentation showing the actual costs incurred to complete the project. These costs shall not include those incurred in developing the proposal or obtaining approval from the Department for the project. i. If upon review of the notification of completion, the Department determines that the project cannot be accepted due to a substantially incomplete notification of completion or due to substantial deviations from the approved in-kind project; Respondent shall be notified, in writing, of the reason(s) which prevent the acceptance of the project. Respondent shall correct and redress all of the matters at issue and submit, either electronically or by certified mail, a new notification of completion within 15 days of receipt of the Department’s notice. If upon review of the new submittal, the Department determines that the in-kind project is still incomplete or not in accordance with the approved proposal, the in-kind penalty project option shall be forfeited and the entire amount of civil penalty shall be due from the Respondent to the Department within 30 days of Department notice. If the in-kind penalty project is terminated and Respondent timely remits the penalty, no additional penalties shall be assessed for failure to complete the requirements of this paragraph. DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DEPARTMENT OF ENVIRONMENTAL PROTECTION DISCHARGE MONITORING REPORT - PART A When completed submit this report to: https://www.fldepportal.com/go/ PERMITTEE NAME: City of Clearwater Public Utilities Department PERMIT NUMBER: FL0021857-021-DW1P/NR MAILING ADDRESS: 1650 N Arcturas Ave Clearwater, Florida 33765- 1945 LIMIT: Interim REPORT FREQUENCY: Monthly CLASS SIZE: MA PROGRAM: Domestic FACILITY: Clearwater City of Marshall Street WRF MONITORING GROUP NUMBER: D-001 LOCATION: 1605 Harbor Dr MONITORING GROUP DESCRIPTION: D-001, with Influent Clearwater, Florida 33755- RE-SUBMITTED DMR: NO DISCHARGE FROM SITE: COUNTY: Pinellas MONITORING PERIOD From: ____________________ To: ____________________ OFFICE: Southwest District Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Flow Sample Measurement PARM Code 50050 Y Mon. Site No. FLW-02 Permit Requirement 10.0 (An.Avg.) MGD Continuous Flow Totalizer Flow Sample Measurement PARM Code 50050 1 Mon. Site No. FLW-02 Permit Requirement Report (Mo.Avg.) MGD Continuous Flow Totalizer BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 Y Mon. Site No. EFA-01 Permit Requirement 5.0 (An.Avg.) mg/L 5 Days/Week 24-hr FPC BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 A Mon. Site No. EFA-01 Permit Requirement 6.25 (Mo.Avg.) 7.5 (Max.Wk.Avg.) mg/L 5 Days/Week 24-hr FPC BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 P Mon. Site No. EFA-01 Permit Requirement 10.0 (Max.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 Y Mon. Site No. EFA-01 Permit Requirement 5.0 (An.Avg.) mg/L 5 Days/Week Grab I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. NAME/TITLE OF PRINCIPAL EXECUTIVE OFFICER OR AUTHORIZED AGENT SIGNATURE OF PRINCIPAL EXECUTIVE OFFICER OR AUTHORIZED AGENT TELEPHONE NO DATE (mm/dd/yyyy) COMMENT AND EXPLANATION OF ANY VIOLATIONS (Reference all attachments here): DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Marshall Street WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021857-021-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Solids, Total Suspended Sample Measurement PARM Code 00530 A Mon. Site No. EFA-01 Permit Requirement 6.25 (Mo.Avg.) 7.5 (Max.Wk.Avg.) mg/L 5 Days/Week Grab Solids, Total Suspended Sample Measurement PARM Code 00530 P Mon. Site No. EFA-01 Permit Requirement 10.0 (Max.) mg/L 5 Days/Week Grab Nitrogen, Total Sample Measurement PARM Code 00600 Y Mon. Site No. EFA-01 Permit Requirement 6.0 (An.Avg.) mg/L 5 Days/Week 24-hr FPC Nitrogen, Total Sample Measurement PARM Code 00600 A Mon. Site No. EFA-01 Permit Requirement 9.0 (Max.Wk.Avg.) 7.5 (Mo.Avg.) mg/L 5 Days/Week 24-hr FPC Nitrogen, Total Sample Measurement PARM Code 00600 P Mon. Site No. EFA-01 Permit Requirement 12.0 (Max.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 Y Mon. Site No. EFA-01 Permit Requirement 1.5 (An.Avg.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 A Mon. Site No. EFA-01 Permit Requirement 1.25 (Mo.Avg.) 2.25 (Max.Wk.Avg.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 P Mon. Site No. EFA-01 Permit Requirement 3.0 (Max.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 B Mon. Site No. EFB-01 Permit Requirement 5.0 (Max.) mg/L 5 Days/Week Grab pH Sample Measurement PARM Code 00400 A Mon. Site No. EFA-01 Permit Requirement 6.5 (Min.) 8.5 (Max.) s.u. Continuous Meter DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Marshall Street WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021857-021-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Coliform, Fecal, % less than detection Sample Measurement PARM Code 51005 A Mon. Site No. EFA-01 Permit Requirement 75 (Min.Mo.Total) percent 5 Days/Week Calculated Coliform, Fecal Sample Measurement PARM Code 74055 A Mon. Site No. EFA-01 Permit Requirement 25 (Max.) #/100mL 5 Days/Week Grab Chlorine, Total Residual (For Disinfection) Sample Measurement PARM Code 50060 A Mon. Site No. EFA-01 Permit Requirement 1.0 (Min.) mg/L Continuous Meter Chlorine, Total Residual (For Dechlorination) Sample Measurement PARM Code 50060 1 Mon. Site No. EFD-01 Permit Requirement 0.01 (Max.) mg/L Daily; 24 hours Grab Enterococci Sample Measurement PARM Code 31639 A Mon. Site No. EFA-01 Permit Requirement 35 (Mo.Geo.Mn.) #/100mL Monthly Calculated Enterococci Sample Measurement PARM Code 31639 P Mon. Site No. EFA-01 Permit Requirement 276 (Max.) #/100mL 5/Month Grab Dichlorobromomethane Sample Measurement PARM Code 32101 1 Mon. Site No. EFD-01 Permit Requirement Report (Max.) ug/L Monthly Grab Dichlorobromomethane Sample Measurement PARM Code 32101 Y Mon. Site No. EFD-01 Permit Requirement 43.0 (An.Avg.) ug/L Monthly Calculated Dibromochloromethane Sample Measurement PARM Code 32105 1 Mon. Site No. EFD-01 Permit Requirement Report (Max.) ug/L Monthly Grab Dibromochloromethane Sample Measurement PARM Code 32105 P Mon. Site No. EFD-01 Permit Requirement 58.0 (An.Avg.) ug/L Monthly Calculated DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Marshall Street WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021857-021-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Oxygen, Dissolved (DO) Sample Measurement PARM Code 00300 1 Mon. Site No. EFD-01 Permit Requirement 5.0 (Min.) mg/L Daily; 24 hours Grab 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Routine) Sample Measurement PARM Code TRP3B P Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent Quarterly 24-hr FPC 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Additional) Sample Measurement PARM Code TRP3B Q Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Additional) Sample Measurement PARM Code TRP3B R Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Pimephales promelas (Routine) Sample Measurement PARM Code T6P6C P Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent Quarterly 24-hr FPC 7-DAY CHRONIC STATRE Pimephales promelas (Additional) Sample Measurement PARM Code T6P6C Q Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Pimephales promelas (Additional) Sample Measurement PARM Code T6P6C R Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit Nitrogen, Total Sample Measurement PARM Code 00600 Q Mon. Site No. CAL-01 Permit Requirement Report (Mo.Total) ton/mth Monthly Calculated Nitrogen, Total Sample Measurement PARM Code 00600 R Mon. Site No. CAL-01 Permit Requirement 33.5 (An.Total) ton/yr Monthly Calculated BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 Q Mon. Site No. CAL-02 Permit Requirement Report (Mo.Total) lb/mth Monthly Calculated DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Marshall Street WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021857-021-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 R Mon. Site No. CAL-02 Permit Requirement 76157.0 (An.Avg.) lb/yr Monthly Calculated Flow Sample Measurement PARM Code 50050 P Mon. Site No. FLW-01 Permit Requirement 10 (An.Avg.) MGD Continuous Flow Totalizer Flow Sample Measurement PARM Code 50050 Q Mon. Site No. FLW-01 Permit Requirement Report (Mo.Avg.) MGD Continuous Flow Totalizer Percent Capacity, (TMADF/Permitted Capacity) x 100 Sample Measurement PARM Code 00180 1 Mon. Site No. FLW-01 Permit Requirement Report (Mo.Avg.) percent Monthly Calculated BOD, Carbonaceous 5 day, 20C (Influent) Sample Measurement PARM Code 80082 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Avg.) mg/L Weekly 24-hr FPC Solids, Total Suspended (Influent) Sample Measurement PARM Code 00530 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Avg.) mg/L Weekly 24-hr FPC DEP Form 62-620.910(10), Effective Nov. 29, 1994 INSTRUCTIONS FOR COMPLETING THE WASTEWATER DISCHARGE MONITORING REPORT Read these instructions before completing the DMR. Hard copies and/or electronic copies of the required parts of the DMR were provided with the permit. All required information shall be completed in full and typed or printed in ink. A signed, original DMR shall be mailed to the address printed on the DMR by the 28th of the month following the monitoring period. Facilities who submit their DMR(s) electronically through eDMR do not need to submit a hardcopy DMR. The DMR shall not be submitted before the end of the monitoring period. The DMR consists of three parts--A, B, and D--all of which may or may not be applicable to every facility. Facilities may have one or more Part A's for reporting effluent or reclaimed water data. All domestic wastewater facilities will have a Part B for reporting daily sample results. Part D is used for reporting ground water monitoring well data. When results are not available, the following codes should be used on parts A and D of the DMR and an explanation provided where appropriate. Note: Codes used on Part B for raw data are different. CODE DESCRIPTION/INSTRUCTIONS CODE DESCRIPTION/INSTRUCTIONS ANC Analysis not conducted. NOD No discharge from/to site. DRY Dry Well OPS Operations were shutdown so no sample could be taken. FLD Flood disaster. OTH Other. Please enter an explanation of why monitoring data were not available. IFS Insufficient flow for sampling. SEF Sampling equipment failure. LS Lost sample. MNR Monitoring not required this period. When reporting analytical results that fall below a laboratory's reported method detection limits or practical quantification limits, the following instructions should be used, unless indicated otherwise in the permit or on the DMR: 1. Results greater than or equal to the PQL shall be reported as the measured quantity. 2. Results less than the PQL and greater than or equal to the MDL shall be reported as the laboratory's MDL value. These values shall be deemed equal to the MDL when necessary to calculate an average for that parameter and when determining compliance with permit limits. 3. Results less than the MDL shall be reported by entering a less than sign ("<") followed by the laboratory's MDL value, e.g. < 0.001. A value of one-half the MDL or one-half the effluent limit, whichever is lower, shall be used for that sample when necessary to calculate an average for that parameter. Values less than the MDL are considered to demonstrate compliance with an effluent limitation. PART A -DISCHARGE MONITORING REPORT (DMR) Part A of the DMR is comprised of one or more sections, each having its own header information. Facility information is preprinted in the header as well as the monitoring group number, whether the limits and monitoring requirements are interim or final, and the required submittal frequency (e.g. monthly, annually, quarterly, etc.). Submit Part A based on the required reporting frequency in the header and the instructions shown in the permit. The following should be completed by the permittee or authorized representative: Resubmitted DMR: Check this box if this DMR is being re-submitted because there was information missing from or information that needed correction on a previously submitted DMR. The information that is being revised should be clearly noted on the re-submitted DMR (e.g. highlight, circle, etc.) No Discharge From Site: Check this box if no discharge occurs and, as a result, there are no data or codes to be entered for all of the parameters on the DMR for the entire monitoring group number; however, if the monitoring group includes other monitoring locations (e.g., influent sampling), the "NOD" code should be used to individually denote those parameters for which there was no discharge. Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Sample Measurement: Before filling in sample measurements in the table, check to see that the data collected correspond to the limit indicated on the DMR (i.e. interim or final) and that the data correspond to the monitoring group number in the header. Enter the data or calculated results for each parameter on this row in the non-shaded area above the limit. Be sure the result being entered corresponds to the appropriate statistical base code (e.g. annual average, monthly average, single sample maximum, etc.) and units. Data qualifier codes are not to be reported on Part A. No. Ex.: Enter the number of sample measurements during the monitoring period that exceeded the permit limit for each parameter in the non-shaded area. If none, enter zero. Frequency of Analysis: The shaded areas in this column contain the minimum number of times the measurement is required to be made according to the permit. Enter the actual number of times the measurement was made in the space above the shaded area. Sample Type: The shaded areas in this column contain the type of sample (e.g. grab, composite, continuous) required by the permit. Enter the actual sample type that was taken in the space above the shaded area. Signature: This report must be signed in accordance with Rule 62-620.305, F.A.C. Type or print the name and title of the signing official. Include the telephone number where the official may be reached in the event there are questions concerning this report. Enter the date when the report is signed. Comment and Explanation of Any Violations: Use this area to explain any exceedances, any upset or by-pass events, or other items which require explanation. If more space is needed, reference all attachments in this area. DEP Form 62-620.910(10), Effective Nov. 29, 1994 PART B - DAILY SAMPLE RESULTS Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Daily Monitoring Results: Transfer all analytical data from your facility's laboratory or a contract laboratory's data sheets for all day(s) that samples were collected. Record the data in the units indicated. Table 1 in Chapter 62-160, F.A.C., contains a complete list of all the data qualifier codes that your laboratory may use when reporting analytical results. However, when transferring numerical results onto Part B of the DMR, only the following data qualifier codes should be used and an explanation provided where appropriate. CODE DESCRIPTION/INSTRUCTIONS < The compound was analyzed for but not detected. A Value reported is the mean (average) of two or more determinations. J Estimated value, value not accurate. Q Sample held beyond the actual holding time. Y Laboratory analysis was from an unpreserved or improperly preserved sample. To calculate the monthly average, add each reported value to get a total. For flow, divide this total by the number of days in the month. For all other parameters, divide the total by the number of observations. Plant Staffing: List the name, certificate number, and class of all state certified operators operating the facility during the monitoring period. Use additional sheets as necessary. PART D - GROUND WATER MONITORING REPORT Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Date Sample Obtained: Enter the date the sample was taken. Also, check whether or not the well was purged before sampling. Time Sample Obtained: Enter the time the sample was taken. Sample Measurement: Record the results of the analysis. If the result was below the minimum detection limit, indicate that. Data qualifier codes are not to be reported on Part D. Detection Limits: Record the detection limits of the analytical methods used. Analysis Method: Indicate the analytical method used. Record the method number from Chapter 62-160 or Chapter 62-601, F.A.C., or from other sources. Sampling Equipment Used: Indicate the procedure used to collect the sample (e.g. airlift, bucket/bailer, centrifugal pump, etc.) Samples Filtered: Indicate whether the sample obtained was filtered by laboratory (L), filtered in field (F), or unfiltered (N). Signature: This report must be signed in accordance with Rule 62-620.305, F.A.C. Type or print the name and title of the signing official. Include the telephone number where the official may be reached in the event there are questions concerning this report. Enter the date when the report is signed. Comments and Explanation: Use this space to make any comments on or explanations of results that are unexpected. If more space is needed, reference all attachments in this area. SPECIAL INSTRUCTIONS FOR LIMITED WET WEATHER DISCHARGES Flow (Limited Wet Weather Discharge): Enter the measured average flow rate during the period of discharge or divide gallons discharged by duration of discharge (converted into days). Record in million gallons per day (MGD). Flow (Upstream): Enter the average flow rate in the receiving stream upstream from the point of discharge for the period of discharge. The average flow rate can be calculated based on two measurements; one made at the start and one made at the end of the discharge period. Measurements are to be made at the upstream gauging station described in the permit. Actual Stream Dilution Ratio: To calculate the Actual Stream Dilution Ratio, divide the average upstream flow rate by the average discharge flow rate. Enter the Actual Stream Dilution Ratio accurate to the nearest 0.1. No. of Days the SDF > Stream Dilution Ratio: For each day of discharge, compare the minimum Stream Dilution Factor (SDF) from the permit to the calculated Stream Dilution Ratio. On Part B of the DMR, enter an asterisk (*) if the SDF is greater than the Stream Dilution Ratio on any day of discharge. On Part A of the DMR, add up the days with an "*" and record the total number of days the Stream Dilution Factor was greater than the Stream Dilution Ratio. CBOD5: Enter the average CBOD5 of the reclaimed water discharged during the period shown in duration of discharge. TKN: Enter the average TKN of the reclaimed water discharged during the period shown in duration of discharge. Actual Rainfall: Enter the actual rainfall for each day on Part B. Enter the actual cumulative rainfall to date for this calendar year and the actual total monthly rainfall on Part A. The cumulative rainfall to date for this calendar year is the total amount of rain, in inches, that has been recorded since January 1 of the current year through the month for which this DMR contains data. Rainfall During Average Rainfall Year: On Part A, enter the total monthly rainfall during the average rainfall year and the cumulative rainfall for the average rainfall year. The cumulative rainfall for the average rainfall year is the amount of rain, in inches, which fell during the average rainfall year from January through the month for which this DMR contains data. No. of Days LWWD Activated During Calendar Year: Enter the cumulative number of days that the limited wet weather discharge was activated since January 1 of the current year. Reason for Discharge: Attach to the DMR a brief explanation of the factors contributing to the need to activate the limited wet weather discharge. DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DEPARTMENT OF ENVIRONMENTAL PROTECTION DISCHARGE MONITORING REPORT - PART A When completed submit this report to: https://www.fldepportal.com/go/ PERMITTEE NAME: City of Clearwater Public Utilities Department PERMIT NUMBER: FL0021865-012-DW1P/NR MAILING ADDRESS: 1650 N Arcturas Ave Clearwater, Florida 33765- 1945 LIMIT: Interim REPORT FREQUENCY: Monthly CLASS SIZE: MA PROGRAM: Domestic FACILITY: Clearwater City of East WRF MONITORING GROUP NUMBER: D-001 LOCATION: 3141 Gulf to Bay Blvd MONITORING GROUP DESCRIPTION: D001 SURFACE WATER DISCHRGE OUTFALL, with Influent Clearwater, Florida 33759-4506 RE-SUBMITTED DMR: NO DISCHARGE FROM SITE: COUNTY: Pinellas MONITORING PERIOD From: ____________________ To: ____________________ OFFICE: Southwest District Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Flow Sample Measurement PARM Code 50050 Y Mon. Site No. FLW-02 Permit Requirement 5.0 (An.Avg.) MGD Monthly Calculated Flow Sample Measurement PARM Code 50050 1 Mon. Site No. FLW-02 Permit Requirement Report (Mo.Avg.) MGD Continuous Flow Totalizer BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 Y Mon. Site No. EFA-01 Permit Requirement 5.0 (An.Avg.) mg/L Monthly Calculated BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 A Mon. Site No. EFA-01 Permit Requirement 7.5 (Max.Wk.Avg.) 6.25 (Mo.Avg.) 10.0 (Max.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 Y Mon. Site No. EFA-01 Permit Requirement 5.0 (An.Avg.) mg/L Monthly Calculated Solids, Total Suspended Sample Measurement PARM Code 00530 A Mon. Site No. EFA-01 Permit Requirement 7.5 (Max.Wk.Avg.) 6.25 (Mo.Avg.) 10.0 (Max.) mg/L 5 Days/Week 24-hr FPC I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. NAME/TITLE OF PRINCIPAL EXECUTIVE OFFICER OR AUTHORIZED AGENT SIGNATURE OF PRINCIPAL EXECUTIVE OFFICER OR AUTHORIZED AGENT TELEPHONE NO DATE (mm/dd/yyyy) COMMENT AND EXPLANATION OF ANY VIOLATIONS (Reference all attachments here): DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of East WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021865-012-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Nitrogen, Total Sample Measurement PARM Code 00600 Y Mon. Site No. EFA-01 Permit Requirement 3.0 (An.Avg.) mg/L Monthly Calculated Nitrogen, Total Sample Measurement PARM Code 00600 A Mon. Site No. EFA-01 Permit Requirement 3.75 (Mo.Avg.) 4.5 (Max.Wk.Avg.) 10 (Max.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 Y Mon. Site No. EFA-01 Permit Requirement Report (An.Avg.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 A Mon. Site No. EFA-01 Permit Requirement Report (Max.Wk.Avg.) Report (Mo.Avg.) Report (Max.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 B Mon. Site No. EFB-01 Permit Requirement 5.0 (Max.) mg/L 5 Days/Week Grab pH Sample Measurement PARM Code 00400 A Mon. Site No. EFA-01 Permit Requirement 6.5 (Min.) 8.5 (Max.) s.u. Continuous Meter Coliform, Fecal, % less than detection Sample Measurement PARM Code 51005 A Mon. Site No. EFA-01 Permit Requirement 75 (Mo.Min.) percent Monthly Calculated Coliform, Fecal Sample Measurement PARM Code 74055 A Mon. Site No. EFA-01 Permit Requirement 25 (Max.) #/100mL 5 Days/Week Grab Chlorine, Total Residual (For Disinfection) Sample Measurement PARM Code 50060 A Mon. Site No. EFA-01 Permit Requirement 1.0 (Min.) mg/L Continuous Meter Chlorine, Total Residual (For Dechlorination) Sample Measurement PARM Code 50060 1 Mon. Site No. EFD-01 Permit Requirement 0.01 (Max.) mg/L Daily; 24 hours Grab DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of East WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021865-012-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Enterococci Sample Measurement PARM Code 31639 A Mon. Site No. EFA-01 Permit Requirement 35 (Mo.Geo.Mn.) #/100mL Monthly Calculated Enterococci Sample Measurement PARM Code 31639 P Mon. Site No. EFA-01 Permit Requirement 276 (Max.) 130 (90th %) #/100mL 5/Month Grab Copper, Total Recoverable Sample Measurement PARM Code 01119 1 Mon. Site No. EFD-01 Permit Requirement 4.0 (Max.) ug/L Monthly Grab Dichlorobromomethane Sample Measurement PARM Code 32101 Y Mon. Site No. EFD-01 Permit Requirement 43.0 (An.Avg.) ug/L Monthly Calculated Dichlorobromomethane Sample Measurement PARM Code 32101 1 Mon. Site No. EFD-01 Permit Requirement Report (Max.) ug/L Monthly Grab Oxygen, Dissolved (DO) Sample Measurement PARM Code 00300 1 Mon. Site No. EFD-01 Permit Requirement 5.0 (Min.) mg/L Daily; 24 hours Grab Nitrogen, Total (East) Sample Measurement PARM Code 00600 P Mon. Site No. EFA-01 Permit Requirement Report (Mo.Total) ton/mth Monthly Calculated Nitrogen, Total (East) Sample Measurement PARM Code 00600 Q Mon. Site No. EFA-01 Permit Requirement Report (An.Total) Report (5Yr.Avg.) ton/yr Monthly Calculated Nitrogen, Total (East & NE) Sample Measurement PARM Code 00600 R Mon. Site No. CAL-01 Permit Requirement Report (Mo.Total) ton/mth Monthly Calculated Nitrogen, Total (East & NE) Sample Measurement PARM Code 00600 S Mon. Site No. CAL-01 Permit Requirement 40.65 (An.Total) 27.1 (5Yr.Avg.) ton/yr Monthly Calculated DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of East WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0021865-012-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Routine) Sample Measurement PARM Code TRP3B P Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent Quarterly Grab 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Additional) Sample Measurement PARM Code TRP3B Q Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Additional) Sample Measurement PARM Code TRP3B R Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Pimephales promelas (Routine) Sample Measurement PARM Code T6P6C P Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent Quarterly Grab 7-DAY CHRONIC STATRE Pimephales promelas (Additional) Sample Measurement PARM Code T6P6C Q Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Pimephales promelas (Additional) Sample Measurement PARM Code T6P6C R Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit Flow Sample Measurement PARM Code 50050 P Mon. Site No. FLW-01 Permit Requirement 5.0 (An.Avg.) MGD Monthly Calculated Flow Sample Measurement PARM Code 50050 Q Mon. Site No. FLW-01 Permit Requirement Report (Mo.Avg.) MGD Continuous Flow Totalizer Percent Capacity, (TMADF/Permitted Capacity) x 100 Sample Measurement PARM Code 00180 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Max.) percent Monthly Calculated BOD, Carbonaceous 5 day, 20C (Influent) Sample Measurement PARM Code 80082 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Avg.) mg/L Weekly 24-hr FPC Solids, Total Suspended (Influent) Sample Measurement PARM Code 00530 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Avg.) mg/L Weekly 24-hr FPC DEP Form 62-620.910(10), Effective Nov. 29, 1994 INSTRUCTIONS FOR COMPLETING THE WASTEWATER DISCHARGE MONITORING REPORT Read these instructions before completing the DMR. Hard copies and/or electronic copies of the required parts of the DMR were provided with the permit. All required information shall be completed in full and typed or printed in ink. A signed, original DMR shall be mailed to the address printed on the DMR by the 28th of the month following the monitoring period. Facilities who submit their DMR(s) electronically through eDMR do not need to submit a hardcopy DMR. The DMR shall not be submitted before the end of the monitoring period. The DMR consists of three parts--A, B, and D--all of which may or may not be applicable to every facility. Facilities may have one or more Part A's for reporting effluent or reclaimed water data. All domestic wastewater facilities will have a Part B for reporting daily sample results. Part D is used for reporting ground water monitoring well data. When results are not available, the following codes should be used on parts A and D of the DMR and an explanation provided where appropriate. Note: Codes used on Part B for raw data are different. CODE DESCRIPTION/INSTRUCTIONS CODE DESCRIPTION/INSTRUCTIONS ANC Analysis not conducted. NOD No discharge from/to site. DRY Dry Well OPS Operations were shutdown so no sample could be taken. FLD Flood disaster. OTH Other. Please enter an explanation of why monitoring data were not available. IFS Insufficient flow for sampling. SEF Sampling equipment failure. LS Lost sample. MNR Monitoring not required this period. When reporting analytical results that fall below a laboratory's reported method detection limits or practical quantification limits, the following instructions should be used, unless indicated otherwise in the permit or on the DMR: 1. Results greater than or equal to the PQL shall be reported as the measured quantity. 2. Results less than the PQL and greater than or equal to the MDL shall be reported as the laboratory's MDL value. These values shall be deemed equal to the MDL when necessary to calculate an average for that parameter and when determining compliance with permit limits. 3. Results less than the MDL shall be reported by entering a less than sign ("<") followed by the laboratory's MDL value, e.g. < 0.001. A value of one-half the MDL or one-half the effluent limit, whichever is lower, shall be used for that sample when necessary to calculate an average for that parameter. Values less than the MDL are considered to demonstrate compliance with an effluent limitation. PART A -DISCHARGE MONITORING REPORT (DMR) Part A of the DMR is comprised of one or more sections, each having its own header information. Facility information is preprinted in the header as well as the monitoring group number, whether the limits and monitoring requirements are interim or final, and the required submittal frequency (e.g. monthly, annually, quarterly, etc.). Submit Part A based on the required reporting frequency in the header and the instructions shown in the permit. The following should be completed by the permittee or authorized representative: Resubmitted DMR: Check this box if this DMR is being re-submitted because there was information missing from or information that needed correction on a previously submitted DMR. The information that is being revised should be clearly noted on the re-submitted DMR (e.g. highlight, circle, etc.) No Discharge From Site: Check this box if no discharge occurs and, as a result, there are no data or codes to be entered for all of the parameters on the DMR for the entire monitoring group number; however, if the monitoring group includes other monitoring locations (e.g., influent sampling), the "NOD" code should be used to individually denote those parameters for which there was no discharge. Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Sample Measurement: Before filling in sample measurements in the table, check to see that the data collected correspond to the limit indicated on the DMR (i.e. interim or final) and that the data correspond to the monitoring group number in the header. Enter the data or calculated results for each parameter on this row in the non-shaded area above the limit. Be sure the result being entered corresponds to the appropriate statistical base code (e.g. annual average, monthly average, single sample maximum, etc.) and units. Data qualifier codes are not to be reported on Part A. No. Ex.: Enter the number of sample measurements during the monitoring period that exceeded the permit limit for each parameter in the non-shaded area. If none, enter zero. Frequency of Analysis: The shaded areas in this column contain the minimum number of times the measurement is required to be made according to the permit. Enter the actual number of times the measurement was made in the space above the shaded area. Sample Type: The shaded areas in this column contain the type of sample (e.g. grab, composite, continuous) required by the permit. Enter the actual sample type that was taken in the space above the shaded area. Signature: This report must be signed in accordance with Rule 62-620.305, F.A.C. Type or print the name and title of the signing official. Include the telephone number where the official may be reached in the event there are questions concerning this report. Enter the date when the report is signed. Comment and Explanation of Any Violations: Use this area to explain any exceedances, any upset or by-pass events, or other items which require explanation. If more space is needed, reference all attachments in this area. DEP Form 62-620.910(10), Effective Nov. 29, 1994 PART B - DAILY SAMPLE RESULTS Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Daily Monitoring Results: Transfer all analytical data from your facility's laboratory or a contract laboratory's data sheets for all day(s) that samples were collected. Record the data in the units indicated. Table 1 in Chapter 62-160, F.A.C., contains a complete list of all the data qualifier codes that your laboratory may use when reporting analytical results. However, when transferring numerical results onto Part B of the DMR, only the following data qualifier codes should be used and an explanation provided where appropriate. CODE DESCRIPTION/INSTRUCTIONS < The compound was analyzed for but not detected. A Value reported is the mean (average) of two or more determinations. J Estimated value, value not accurate. Q Sample held beyond the actual holding time. Y Laboratory analysis was from an unpreserved or improperly preserved sample. To calculate the monthly average, add each reported value to get a total. For flow, divide this total by the number of days in the month. For all other parameters, divide the total by the number of observations. Plant Staffing: List the name, certificate number, and class of all state certified operators operating the facility during the monitoring period. Use additional sheets as necessary. PART D - GROUND WATER MONITORING REPORT Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Date Sample Obtained: Enter the date the sample was taken. Also, check whether or not the well was purged before sampling. Time Sample Obtained: Enter the time the sample was taken. Sample Measurement: Record the results of the analysis. If the result was below the minimum detection limit, indicate that. Data qualifier codes are not to be reported on Part D. Detection Limits: Record the detection limits of the analytical methods used. Analysis Method: Indicate the analytical method used. Record the method number from Chapter 62-160 or Chapter 62-601, F.A.C., or from other sources. Sampling Equipment Used: Indicate the procedure used to collect the sample (e.g. airlift, bucket/bailer, centrifugal pump, etc.) Samples Filtered: Indicate whether the sample obtained was filtered by laboratory (L), filtered in field (F), or unfiltered (N). Signature: This report must be signed in accordance with Rule 62-620.305, F.A.C. Type or print the name and title of the signing official. Include the telephone number where the official may be reached in the event there are questions concerning this report. Enter the date when the report is signed. Comments and Explanation: Use this space to make any comments on or explanations of results that are unexpected. If more space is needed, reference all attachments in this area. SPECIAL INSTRUCTIONS FOR LIMITED WET WEATHER DISCHARGES Flow (Limited Wet Weather Discharge): Enter the measured average flow rate during the period of discharge or divide gallons discharged by duration of discharge (converted into days). Record in million gallons per day (MGD). Flow (Upstream): Enter the average flow rate in the receiving stream upstream from the point of discharge for the period of discharge. The average flow rate can be calculated based on two measurements; one made at the start and one made at the end of the discharge period. Measurements are to be made at the upstream gauging station described in the permit. Actual Stream Dilution Ratio: To calculate the Actual Stream Dilution Ratio, divide the average upstream flow rate by the average discharge flow rate. Enter the Actual Stream Dilution Ratio accurate to the nearest 0.1. No. of Days the SDF > Stream Dilution Ratio: For each day of discharge, compare the minimum Stream Dilution Factor (SDF) from the permit to the calculated Stream Dilution Ratio. On Part B of the DMR, enter an asterisk (*) if the SDF is greater than the Stream Dilution Ratio on any day of discharge. On Part A of the DMR, add up the days with an "*" and record the total number of days the Stream Dilution Factor was greater than the Stream Dilution Ratio. CBOD5: Enter the average CBOD5 of the reclaimed water discharged during the period shown in duration of discharge. TKN: Enter the average TKN of the reclaimed water discharged during the period shown in duration of discharge. Actual Rainfall: Enter the actual rainfall for each day on Part B. Enter the actual cumulative rainfall to date for this calendar year and the actual total monthly rainfall on Part A. The cumulative rainfall to date for this calendar year is the total amount of rain, in inches, that has been recorded since January 1 of the current year through the month for which this DMR contains data. Rainfall During Average Rainfall Year: On Part A, enter the total monthly rainfall during the average rainfall year and the cumulative rainfall for the average rainfall year. The cumulative rainfall for the average rainfall year is the amount of rain, in inches, which fell during the average rainfall year from January through the month for which this DMR contains data. No. of Days LWWD Activated During Calendar Year: Enter the cumulative number of days that the limited wet weather discharge was activated since January 1 of the current year. Reason for Discharge: Attach to the DMR a brief explanation of the factors contributing to the need to activate the limited wet weather discharge. DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DEPARTMENT OF ENVIRONMENTAL PROTECTION DISCHARGE MONITORING REPORT - PART A When completed submit this report to: https://www.fldepportal.com/go/ PERMITTEE NAME: City of Clearwater Public Utilities Department PERMIT NUMBER: FL0128937-017-DW1P/NR MAILING ADDRESS: 1650 North Arcturas Avenue, Building C Clearwater, Florida 33765- 1945 LIMIT: Interim REPORT FREQUENCY: Monthly CLASS SIZE: MA PROGRAM: Domestic FACILITY: Clearwater City of Northeast WRF MONITORING GROUP NUMBER: D-001 LOCATION: 3290 SR 580 MONITORING GROUP DESCRIPTION: D001 SURFACE WATER DISCHARGE LOCATION, with Influent Safety Harbor, Florida 34695 RE-SUBMITTED DMR: NO DISCHARGE FROM SITE: COUNTY: Pinellas MONITORING PERIOD From: ____________________ To: ____________________ OFFICE: Southwest District Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Flow Sample Measurement PARM Code 50050 Y Mon. Site No. FLW-02 Permit Requirement 13.5 (An.Avg.) MGD Continuous Flow Totalizer Flow Sample Measurement PARM Code 50050 1 Mon. Site No. FLW-02 Permit Requirement Report (Mo.Avg.) MGD Continuous Flow Totalizer BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 Y Mon. Site No. EFA-01 Permit Requirement 5.0 (An.Avg.) mg/L 5 Days/Week 24-hr FPC BOD, Carbonaceous 5 day, 20C Sample Measurement PARM Code 80082 A Mon. Site No. EFA-01 Permit Requirement 10.0 (Max.) 7.5 (Max.Wk.Avg.) 6.25 (Mo.Avg.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 Y Mon. Site No. EFA-01 Permit Requirement 5.0 (An.Avg.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 A Mon. Site No. EFA-01 Permit Requirement 10.0 (Max.) 7.5 (Max.Wk.Avg.) 6.25 (Mo.Avg.) mg/L 5 Days/Week 24-hr FPC I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. NAME/TITLE OF PRINCIPAL EXECUTIVE OFFICER OR AUTHORIZED AGENT SIGNATURE OF PRINCIPAL EXECUTIVE OFFICER OR AUTHORIZED AGENT TELEPHONE NO DATE (mm/dd/yyyy) COMMENT AND EXPLANATION OF ANY VIOLATIONS (Reference all attachments here): DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Northeast WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0128937-017-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Nitrogen, Total Sample Measurement PARM Code 00600 Y Mon. Site No. EFA-01 Permit Requirement 3.0 (An.Avg.) mg/L 5 Days/Week 24-hr FPC Nitrogen, Total Sample Measurement PARM Code 00600 A Mon. Site No. EFA-01 Permit Requirement 6.0 (Max.) 4.5 (Max.Wk.Avg.) 3.75 (Mo.Avg.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 Y Mon. Site No. EFA-01 Permit Requirement Report (An.Avg.) mg/L 5 Days/Week 24-hr FPC Phosphorus, Total (as P) Sample Measurement PARM Code 00665 A Mon. Site No. EFA-01 Permit Requirement Report (Max.) Report (Max.Wk.Avg.) Report (Mo.Avg.) mg/L 5 Days/Week 24-hr FPC Solids, Total Suspended Sample Measurement PARM Code 00530 B Mon. Site No. EFB-01 Permit Requirement 5.0 (Max.) mg/L 5 Days/Week Grab pH Sample Measurement PARM Code 00400 A Mon. Site No. EFA-01 Permit Requirement 6.5 (Min.) 8.5 (Max.) s.u. Continuous Meter Coliform, Fecal, % less than detection Sample Measurement PARM Code 51005 A Mon. Site No. EFA-01 Permit Requirement 75 (Mo.Min.) percent Monthly Calculated Coliform, Fecal Sample Measurement PARM Code 74055 A Mon. Site No. EFA-01 Permit Requirement 25 (Max.) #/100mL 5 Days/Week Grab Chlorine, Total Residual (For Disinfection) Sample Measurement PARM Code 50060 A Mon. Site No. EFA-01 Permit Requirement 1.0 (Min.) mg/L Continuous Meter Chlorine, Total Residual (For Dechlorination) Sample Measurement PARM Code 50060 1 Mon. Site No. EFD-01 Permit Requirement 0.01 (Max.) mg/L Daily; 24 hours Grab DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Northeast WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0128937-017-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type Enterococci Sample Measurement PARM Code 31639 A Mon. Site No. EFA-01 Permit Requirement 35 (Mo.Geo.Mn.) #/100mL Monthly Calculated Enterococci Sample Measurement PARM Code 31639 P Mon. Site No. EFA-01 Permit Requirement 130 (Max.) #/100mL 5/Month Grab Copper, Total Recoverable Sample Measurement PARM Code 01119 1 Mon. Site No. EFD-01 Permit Requirement 4.0 (Max.) mg/L Monthly Grab Dichlorobromomethane Sample Measurement PARM Code 32101 Y Mon. Site No. EFD-01 Permit Requirement 43.0 (An.Avg.) ug/L Monthly Calculated Dichlorobromomethane Sample Measurement PARM Code 32101 1 Mon. Site No. EFD-01 Permit Requirement Report (Max.) ug/L Monthly Grab Oxygen, Dissolved (DO) Sample Measurement PARM Code 00300 1 Mon. Site No. EFD-01 Permit Requirement 5.0 (Min.) mg/L Daily; 24 hours Grab Nitrogen, Total Sample Measurement PARM Code 00600 P Mon. Site No. EFA-01 Permit Requirement Report (Mo.Total) ton/mth Monthly Calculated Nitrogen, Total Sample Measurement PARM Code 00600 Q Mon. Site No. EFA-01 Permit Requirement Report (An.Total) ton/yr Monthly Calculated Nitrogen, Total Sample Measurement PARM Code 00600 R Mon. Site No. EFA-01 Permit Requirement Report (5Yr.Avg.) ton/yr Monthly Calculated 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Routine) Sample Measurement PARM Code TRP3B P Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent Quarterly 24-hr FPC Commented [EC1]: 4.0 INTERIM LIMIT MAXIMUM DMR EFFECTIVE DATE: Execution date of CO through 12/31/2028 DEP Form 62-620.910(10), Effective Nov. 29, 1994 DISCHARGE MONITORING REPORT - PART A (Continued) FACILITY: Clearwater City of Northeast WRF MONITORING GROUP NUMBER: D-001 PERMIT NUMBER: FL0128937-017-DW1P/NR MONITORING PERIOD From: _____________________ To: ________________ Parameter Quantity or Loading Units Quality or Concentration Units No. Ex. Frequency of Analysis Sample Type 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Additional) Sample Measurement PARM Code TRP3B Q Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Ceriodaphnia dubia (Additional) Sample Measurement PARM Code TRP3B R Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Pimephales promelas (Routine) Sample Measurement PARM Code T6P6C P Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent Quarterly 24-hr FPC 7-DAY CHRONIC STATRE Pimephales promelas (Additional) Sample Measurement PARM Code T6P6C Q Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit 7-DAY CHRONIC STATRE Pimephales promelas (Additional) Sample Measurement PARM Code T6P6C R Mon. Site No. EFD-01 Permit Requirement 100 (Min.) percent As needed As required by the permit Flow (Total Plant) Sample Measurement PARM Code 50050 P Mon. Site No. FLW-01 Permit Requirement 13.5 (An.Avg.) MGD Continuous Flow Totalizer Flow (Total Plant) Sample Measurement PARM Code 50050 Q Mon. Site No. FLW-01 Permit Requirement Report (Mo.Avg.) MGD Continuous Flow Totalizer Percent Capacity, (TMADF/Permitted Capacity) x 100 Sample Measurement PARM Code 00180 1 Mon. Site No. FLW-01 Permit Requirement Report (Mo.Max.) percent Monthly Calculated BOD, Carbonaceous 5 day, 20C (Influent) Sample Measurement PARM Code 80082 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Avg.) mg/L Weekly 24-hr FPC Solids, Total Suspended (Influent) Sample Measurement PARM Code 00530 G Mon. Site No. INF-01 Permit Requirement Report (Mo.Avg.) mg/L Weekly 24-hr FPC DEP Form 62-620.910(10), Effective Nov. 29, 1994 INSTRUCTIONS FOR COMPLETING THE WASTEWATER DISCHARGE MONITORING REPORT Read these instructions before completing the DMR. Hard copies and/or electronic copies of the required parts of the DMR were provided with the permit. All required information shall be completed in full and typed or printed in ink. A signed, original DMR shall be mailed to the address printed on the DMR by the 28th of the month following the monitoring period. Facilities who submit their DMR(s) electronically through eDMR do not need to submit a hardcopy DMR. The DMR shall not be submitted before the end of the monitoring period. The DMR consists of three parts--A, B, and D--all of which may or may not be applicable to every facility. Facilities may have one or more Part A's for reporting effluent or reclaimed water data. All domestic wastewater facilities will have a Part B for reporting daily sample results. Part D is used for reporting ground water monitoring well data. When results are not available, the following codes should be used on parts A and D of the DMR and an explanation provided where appropriate. Note: Codes used on Part B for raw data are different. CODE DESCRIPTION/INSTRUCTIONS CODE DESCRIPTION/INSTRUCTIONS ANC Analysis not conducted. NOD No discharge from/to site. DRY Dry Well OPS Operations were shutdown so no sample could be taken. FLD Flood disaster. OTH Other. Please enter an explanation of why monitoring data were not available. IFS Insufficient flow for sampling. SEF Sampling equipment failure. LS Lost sample. MNR Monitoring not required this period. When reporting analytical results that fall below a laboratory's reported method detection limits or practical quantification limits, the following instructions should be used, unless indicated otherwise in the permit or on the DMR: 1. Results greater than or equal to the PQL shall be reported as the measured quantity. 2. Results less than the PQL and greater than or equal to the MDL shall be reported as the laboratory's MDL value. These values shall be deemed equal to the MDL when necessary to calculate an average for that parameter and when determining compliance with permit limits. 3. Results less than the MDL shall be reported by entering a less than sign ("<") followed by the laboratory's MDL value, e.g. < 0.001. A value of one-half the MDL or one-half the effluent limit, whichever is lower, shall be used for that sample when necessary to calculate an average for that parameter. Values less than the MDL are considered to demonstrate compliance with an effluent limitation. PART A -DISCHARGE MONITORING REPORT (DMR) Part A of the DMR is comprised of one or more sections, each having its own header information. Facility information is preprinted in the header as well as the monitoring group number, whether the limits and monitoring requirements are interim or final, and the required submittal frequency (e.g. monthly, annually, quarterly, etc.). Submit Part A based on the required reporting frequency in the header and the instructions shown in the permit. The following should be completed by the permittee or authorized representative: Resubmitted DMR: Check this box if this DMR is being re-submitted because there was information missing from or information that needed correction on a previously submitted DMR. The information that is being revised should be clearly noted on the re-submitted DMR (e.g. highlight, circle, etc.) No Discharge From Site: Check this box if no discharge occurs and, as a result, there are no data or codes to be entered for all of the parameters on the DMR for the entire monitoring group number; however, if the monitoring group includes other monitoring locations (e.g., influent sampling), the "NOD" code should be used to individually denote those parameters for which there was no discharge. Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Sample Measurement: Before filling in sample measurements in the table, check to see that the data collected correspond to the limit indicated on the DMR (i.e. interim or final) and that the data correspond to the monitoring group number in the header. Enter the data or calculated results for each parameter on this row in the non-shaded area above the limit. Be sure the result being entered corresponds to the appropriate statistical base code (e.g. annual average, monthly average, single sample maximum, etc.) and units. Data qualifier codes are not to be reported on Part A. No. Ex.: Enter the number of sample measurements during the monitoring period that exceeded the permit limit for each parameter in the non-shaded area. If none, enter zero. Frequency of Analysis: The shaded areas in this column contain the minimum number of times the measurement is required to be made according to the permit. Enter the actual number of times the measurement was made in the space above the shaded area. Sample Type: The shaded areas in this column contain the type of sample (e.g. grab, composite, continuous) required by the permit. Enter the actual sample type that was taken in the space above the shaded area. Signature: This report must be signed in accordance with Rule 62-620.305, F.A.C. Type or print the name and title of the signing official. Include the telephone number where the official may be reached in the event there are questions concerning this report. Enter the date when the report is signed. Comment and Explanation of Any Violations: Use this area to explain any exceedances, any upset or by-pass events, or other items which require explanation. If more space is needed, reference all attachments in this area. DEP Form 62-620.910(10), Effective Nov. 29, 1994 PART B - DAILY SAMPLE RESULTS Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Daily Monitoring Results: Transfer all analytical data from your facility's laboratory or a contract laboratory's data sheets for all day(s) that samples were collected. Record the data in the units indicated. Table 1 in Chapter 62-160, F.A.C., contains a complete list of all the data qualifier codes that your laboratory may use when reporting analytical results. However, when transferring numerical results onto Part B of the DMR, only the following data qualifier codes should be used and an explanation provided where appropriate. CODE DESCRIPTION/INSTRUCTIONS < The compound was analyzed for but not detected. A Value reported is the mean (average) of two or more determinations. J Estimated value, value not accurate. Q Sample held beyond the actual holding time. Y Laboratory analysis was from an unpreserved or improperly preserved sample. To calculate the monthly average, add each reported value to get a total. For flow, divide this total by the number of days in the month. For all other parameters, divide the total by the number of observations. Plant Staffing: List the name, certificate number, and class of all state certified operators operating the facility during the monitoring period. Use additional sheets as necessary. PART D - GROUND WATER MONITORING REPORT Monitoring Period: Enter the month, day, and year for the first and last day of the monitoring period (i.e. the month, the quarter, the year, etc.) during which the data on this report were collected and analyzed. Date Sample Obtained: Enter the date the sample was taken. Also, check whether or not the well was purged before sampling. Time Sample Obtained: Enter the time the sample was taken. Sample Measurement: Record the results of the analysis. If the result was below the minimum detection limit, indicate that. Data qualifier codes are not to be reported on Part D. Detection Limits: Record the detection limits of the analytical methods used. Analysis Method: Indicate the analytical method used. Record the method number from Chapter 62-160 or Chapter 62-601, F.A.C., or from other sources. Sampling Equipment Used: Indicate the procedure used to collect the sample (e.g. airlift, bucket/bailer, centrifugal pump, etc.) Samples Filtered: Indicate whether the sample obtained was filtered by laboratory (L), filtered in field (F), or unfiltered (N). Signature: This report must be signed in accordance with Rule 62-620.305, F.A.C. Type or print the name and title of the signing official. Include the telephone number where the official may be reached in the event there are questions concerning this report. Enter the date when the report is signed. Comments and Explanation: Use this space to make any comments on or explanations of results that are unexpected. If more space is needed, reference all attachments in this area. SPECIAL INSTRUCTIONS FOR LIMITED WET WEATHER DISCHARGES Flow (Limited Wet Weather Discharge): Enter the measured average flow rate during the period of discharge or divide gallons discharged by duration of discharge (converted into days). Record in million gallons per day (MGD). Flow (Upstream): Enter the average flow rate in the receiving stream upstream from the point of discharge for the period of discharge. The average flow rate can be calculated based on two measurements; one made at the start and one made at the end of the discharge period. Measurements are to be made at the upstream gauging station described in the permit. Actual Stream Dilution Ratio: To calculate the Actual Stream Dilution Ratio, divide the average upstream flow rate by the average discharge flow rate. Enter the Actual Stream Dilution Ratio accurate to the nearest 0.1. No. of Days the SDF > Stream Dilution Ratio: For each day of discharge, compare the minimum Stream Dilution Factor (SDF) from the permit to the calculated Stream Dilution Ratio. On Part B of the DMR, enter an asterisk (*) if the SDF is greater than the Stream Dilution Ratio on any day of discharge. On Part A of the DMR, add up the days with an "*" and record the total number of days the Stream Dilution Factor was greater than the Stream Dilution Ratio. CBOD5: Enter the average CBOD5 of the reclaimed water discharged during the period shown in duration of discharge. TKN: Enter the average TKN of the reclaimed water discharged during the period shown in duration of discharge. Actual Rainfall: Enter the actual rainfall for each day on Part B. Enter the actual cumulative rainfall to date for this calendar year and the actual total monthly rainfall on Part A. The cumulative rainfall to date for this calendar year is the total amount of rain, in inches, that has been recorded since January 1 of the current year through the month for which this DMR contains data. Rainfall During Average Rainfall Year: On Part A, enter the total monthly rainfall during the average rainfall year and the cumulative rainfall for the average rainfall year. The cumulative rainfall for the average rainfall year is the amount of rain, in inches, which fell during the average rainfall year from January through the month for which this DMR contains data. No. of Days LWWD Activated During Calendar Year: Enter the cumulative number of days that the limited wet weather discharge was activated since January 1 of the current year. Reason for Discharge: Attach to the DMR a brief explanation of the factors contributing to the need to activate the limited wet weather discharge. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1121 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Amend the Clearwater Code of Ordinances by establishing Division 3 - Community Resiliency and Leisure Services Advisory Board, amending the membership composition of the Sister Cities Advisory Board and pass Ordinance 9855-25 on first reading. SUMMARY: At the August 6, 2025 special work session, City Council directed staff to consolidate the Environmental Advisory Board (EAB), the Library Board (LB), and the Parks and Recreation Advisory Board (PRAB) into one board. The proposed ordinance repeals sections of the city code associated with EAB, LB, and PRAB and establishes the Community Resiliency and Leisure Services Advisory Board under Division 3, Sections 2.101-2.104. The Community Resiliency and Leisure Services Advisory Board will be comprised of seven members who will meet every other month to seek public sentiment and provide city council feedback and guidance on endeavors that enhance sustainable recreation, parks and cultural programs at city facilities and foster community interest in events and initiatives that promote community well-being. The Board will also prioritize recreational needs for inclusion in the parks and recreation master plan, seek public feedback on prospective grant applications as requested by the Parks and Recreation Director and the Sustainability and Environmental Division Manager, and hold community outreach sessions on topics or initiatives supporting the City’s community well-being and environmental stewardship objectives identified in the strategic plan. The new advisory board will continue to hold public hearings for requests to rename a city park or a portion of a recreational facility, advise on the establishment of rules governing the library as requested, and provide city council with insight on environmental activities within and affecting the city. The proposed ordinance also amends the membership composition of the Sister Cities Advisory Board to allow a Pinellas County Schools employee who has participated in an exchange program as a host or chaperone and a Clearwater resident, with an arts education or professional background preferred. Staff is requesting the proposed changes because the School Board’s World Language Coordinator position was eliminated due to budget cuts and it is difficult to find a representative from the Clearwater Arts Alliance who is willing to commit their time. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Page 1 City of Clearwater Printed on 10/31/2025 ORDINANCE NO. 9855-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, REPEALING SECTIONS 2.160 - 2.64, 2.191 - 2.195, AND 2.231 – 2.234; ESTABLISHING SECTIONS 2.101 – 2.104; AMENDING THE COMPOSITION OF THE SISTER CITIES ADVISORY BOARD IN SECTION 2.251PROVIDING AN EFFECTIVE DATE. WHERAS, the City of Clearwater adopted the Code of Ordinances on February 4, 1993; and WHEREAS, the City has made numerous amendments to the Code of Ordinances to account for changing conditions within the city; and WHEREAS, the City may, from time to time, create or dissolve advisory boards by ordinance as an element of the City’s Home Rule powers granted to the City under Florida law; and WHEREAS, the City Council directed staff on August 6, 2025 to consolidate the Environmental Advisory Board, the Library Board, and the Parks and Recreation Advisory Board into one board; now therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That Chapter 2, Article III – Appointed Authorities, Boards, Committees, Divisions 5.1, 7, and 10 are hereby repealed. Section 2. That Division 3, Community Resiliency and Leisure Services Advisory Board is hereby established and reads as follows: Section 2.101 – Creation. There is hereby created a community resiliency and leisure services advisory board. Section 2.102 – Composition. The community resiliency and leisure services advisory board shall consist of seven at-large members; three members with environmental science professional background preferred. Section 2.103 – Terms of members. The members of the community resiliency and leisure services advisory board shall be appointed by the city council with four-year staggered terms, staggered such that not more than three terms shall expire in any calendar year. Section 2.104 – Powers and duties. The community resiliency and leisure services advisory board shall provide feedback and guidance to the city council on endeavors that enhance sustainable recreation, parks, athletic fields, library services, and cultural programs at city facilities and foster community interest in events and initiatives that promote community well-being and environmental stewardship. Advise on the establishment of rules or regulations governing the library system as requested. Review challenges from a citizen who questions the inclusion of any item in the library collection as requested by the Library Director. Hold public hearings for requests to rename a city park or a portion of a recreation facility and provide the city council with a recommendation for a final decision. Prioritize recreational needs for inclusion in the parks and recreation master plan. Seek public sentiment on prospective grant applications as requested by the Parks and Recreation Director and Sustainability and Environmental Division Manager. Provide insight to city council on environmental activities within and affecting the city. Identify educational opportunities and community outreach sessions on topics or initiatives supporting the city’s community well-being and environmental stewardship objectives identified in the strategic plan. Engage residents to build and strengthen community support and feedback on existing and future projects. The board will not advise on matters that have specifically been reviewed by the city council to avoid creating fiscal impacts or undue delays in the implementation of critical resiliency projects. The board shall submit reports to the city council regarding their recommendations, to include an annual activity report. Section 3. Amend Division 12 – Sister Cities Advisory Board, Section 2.251, Composition, as follows: The sister cities advisory board shall consist of seven members; one member of the city council, a representative of the local business community, the School Board's World Language Coordinator or designee a Pinellas County Schools employee who has participated in an exchange program as a host or chaperone, a Clearwater Sister Cities Inc. representative, a Clearwater Arts Alliance, Inc. representative a Clearwater resident with an arts education or professional background preferred, a youth member who shall be nineteen years old or younger, and an at-large member. Representatives of tThe Clearwater Sister Cities Inc. representative and Clearwater Arts Alliance, Inc. shall be nominated by their respective organizations. Section 2.063, Code of Ordinances notwithstanding, the representatives of Clearwater Sister Cities Inc., and the local business community, the School Board's World Language Coordinator or designee, and the Clearwater Arts Alliance, Inc. representative shall not be required to reside within the City of Clearwater. Section 4. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ___________________ PASSED ON SECOND READING AND FINAL READING AND ADOPTED ___________________ Approved as to form: Attest: ________________________ ________________________ Michael Fuino Rosemarie Call, MPA, MMC Senior Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9842-25 2nd rdg Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 11.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9842-25 on second reading, annexing certain real property whose post office address is 2714 Woodring Drive, Clearwater, FL 33759, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Page 1 City of Clearwater Printed on 10/31/2025 Ordinance No. 9842-25 ORDINANCE NO. 9842-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF WOODRING DRIVE APPROXIMATELY 50 FEET WEST OF MARILYN DRIVE, WHOSE POST OFFICE ADDRESS IS 2714 WOODRING DRIVE, CLEARWATER, FLORIDA 33759 INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit "A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot 17, Block F, CARLTON TERRACE FIRST ADDITION, a subdivision according to the plat thereof recorded at Plat Book 43, Page 39, in the Public Records of Pinellas County, Florida. (ANX2025-08008) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9842-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ANNEXATION Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) ANX2025-08008 Tron Armstrong 2714 Woodring Drive Facing north at the subject property, 2714 Woodring Drive Facing west of the subject property along Woodring Drive Facing south of the subject property along Woodring Drive Facing east of the subject property along Woodring Drive Facing east along Woodring Drive Facing west along Woodring Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9843-25 2nd rgd Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 11.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9843-25 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 2714 Woodring Drive, Clearwater, FL 33759, upon annexation into the City of Clearwater, as Residential Low (RL). Page 1 City of Clearwater Printed on 10/31/2025 Ordinance No. 9843-25 ORDINANCE NO. 9843-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF WOODRING DRIVE APPROXIMATELY 50 FEET WEST OF MARILYN DRIVE WHOSE POST OFFICE ADDRESS IS 2714 WOODRING DRIVE, CLEARWATER, FLORIDA 33759 UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 17, Block F, CARLTON TERRACE FIRST ADDITION, a subdivision according to the plat thereof recorded at Plat Book 43, Page 39, in the Public Records of Pinellas County, Florida. RESIDENTIAL LOW (RL) (ANX2025-08008) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9842-25. Ordinance No. 9843-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED FUTURE LAND USE MAP Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) ANX2025-08008 Tron Armstrong 2714 Woodring Drive Facing north at the subject property, 2714 Woodring Drive Facing west of the subject property along Woodring Drive Facing south of the subject property along Woodring Drive Facing east of the subject property along Woodring Drive Facing east along Woodring Drive Facing west along Woodring Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9844-25 2nd rdg Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 11.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9844-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 2714 Woodring Drive, Clearwater, FL 33759, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Page 1 City of Clearwater Printed on 10/31/2025 Ordinance No. 9844-25 ORDINANCE NO. 9844-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF WOODRING DRIVE APPROXIMATELY 50 FEET WEST OF MARILYN DRIVE., WHOSE POST OFFICE ADDRESS IS 2714 WOODRING DRIVE, CLEARWATER, FLORIDA 33759 UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9842-25. Property Zoning District Lot 17, Block F, CARLTON TERRACE FIRST ADDITION, a subdivision according to the plat thereof recorded at Plat Book 43, Page 39, in the Public Records of Pinellas County, Florida. LOW MEDIUM DENSITY RESIDENTIAL (LMDR) (ANX2025-08008) Ordinance No. 9844-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ZONING MAP Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) ANX2025-08008 Tron Armstrong 2714 Woodring Drive Facing north at the subject property, 2714 Woodring Drive Facing west of the subject property along Woodring Drive Facing south of the subject property along Woodring Drive Facing east of the subject property along Woodring Drive Facing east along Woodring Drive Facing west along Woodring Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9845-25 2nd rdg Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 11.4 SUBJECT/RECOMMENDATION: Adopt Ordinance 9845-25 on second reading, annexing certain real property whose post office address is 2743 Morningside Drive, Clearwater, FL 33759, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Page 1 City of Clearwater Printed on 10/31/2025 Ordinance No. 9845-25 ORDINANCE NO. 9845-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF MORNINGSIDE DRIVE, APPROXIMATELY 360 FEET EAST OF EVANS DRIVE, WHOSE POST OFFICE ADDRESS IS 2743 MORNINGSIDE DRIVE, CLEARWATER, FLORIDA 33759 INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit "A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot 6, Block L, Carlton Terrace First Addition, according to the map or plat thereof, as recorded in Plat Book 43, page 39, Public Records of Pinellas County, Florida. (ANX2025-08009) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9845-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ANNEXATION Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) & Preservation (P) R-3, Single Family Residential Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) LOCATION MAP Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) AERIAL PHOTOGRAPH Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) EXISTING SURROUNDING USES MAP Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) DETACHED DWELLINGS DETACHED DWELLINGS ANX2025-08009 Andrew Koutras 2743 Morningside Drive Facing south at the subject property, 2743 Morningside Drive Facing north of the subject property along Morningside Drive Facing west of the subject property along Morningside Drive Facing east of the subject property along Morningside Drive Facing west along Morningside Drive Facing east along Morningside Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9846-25 2nd rdg Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: City Attorney Agenda Number: 11.5 SUBJECT/RECOMMENDATION: Adopt Ordinance 9846-25 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 2743 Morningside Drive, Clearwater, FL 33759, upon annexation into the City of Clearwater, as Residential Low (RL) and Preservation (P). Page 1 City of Clearwater Printed on 10/31/2025 Ordinance No. 9846-25 ORDINANCE NO. 9846-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF MORNINGSIDE DRIVE, APPROXIMATELY 360 FEET EAST OF EVANS DRIVE, WHOSE POST OFFICE ADDRESS IS 2743 MORNINGSIDE DRIVE, CLEARWATER, FLORIDA 33759 UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL) AND PRESERVATION (P); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 6, Block L, Carlton Terrace First Addition, according to the map or plat thereof, as recorded in Plat Book 43, page 39, Public Records of Pinellas County, Florida. Residential Low (RL) & Preservation (P) (ANX2025-08009) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9845-25. Ordinance No. 9846-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED FUTURE LAND USE MAP Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) & Preservation (P) R-3, Single Family Residential Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) LOCATION MAP Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) AERIAL PHOTOGRAPH Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) EXISTING SURROUNDING USES MAP Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) DETACHED DWELLINGS DETACHED DWELLINGS ANX2025-08009 Andrew Koutras 2743 Morningside Drive Facing south at the subject property, 2743 Morningside Drive Facing north of the subject property along Morningside Drive Facing west of the subject property along Morningside Drive Facing east of the subject property along Morningside Drive Facing west along Morningside Drive Facing east along Morningside Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord.9847-25 2nd rdg Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 11.6 SUBJECT/RECOMMENDATION: Adopt Ordinance 9847-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 2743 Morningside Drive, Clearwater, FL 33759, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR) and Preservation (P). Page 1 City of Clearwater Printed on 10/31/2025 Ordinance No. 9847-25 ORDINANCE NO. 9847-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF MORNINGSIDE DRIVE, APPROXIMATELY 360 FEET EAST OF EVANS DRIVE, WHOSE POST OFFICE ADDRESS IS 2743 MORNINGSIDE DRIVE, CLEARWATER, FLORIDA 33759 UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR) AND PRESERVATION (P); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9845-25. Property Zoning District Lot 6, Block L, Carlton Terrace First Addition, according to the map or plat thereof, as recorded in Plat Book 43, page 39, Public Records of Pinellas County, Florida. Low Medium Density Residential (LMDR) & Preservation (P) (ANX2025-08009) Ordinance No. 9847-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ZONING MAP Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) & Preservation (P) R-3, Single Family Residential Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) LOCATION MAP Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) AERIAL PHOTOGRAPH Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) EXISTING SURROUNDING USES MAP Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) DETACHED DWELLINGS DETACHED DWELLINGS ANX2025-08009 Andrew Koutras 2743 Morningside Drive Facing south at the subject property, 2743 Morningside Drive Facing north of the subject property along Morningside Drive Facing west of the subject property along Morningside Drive Facing east of the subject property along Morningside Drive Facing west along Morningside Drive Facing east along Morningside Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0717 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 18.1 SUBJECT/RECOMMENDATION: Citizens Academy Graduation 2025 Page 1 City of Clearwater Printed on 10/31/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0775 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 18.2 SUBJECT/RECOMMENDATION: Suncoast Jazz Festival Proclamation - Joan Dragon, Suncoast Jazz Festival Executive Director Page 1 City of Clearwater Printed on 10/31/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1034 Agenda Date: 11/3/2025 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 18.3 SUBJECT/RECOMMENDATION: State of the City Presentation - Jennifer Poirrier, City Manager Page 1 City of Clearwater Printed on 10/31/2025