Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item H3
Liz Yongue From: Gomez-Krystal <Gomez-Krystal@MonroeCounty-FL.Gov> Sent: Monday, January 26, 2026 3:56 PM To: Ballard-Lindsey; County Commissioners and Aides; Kevin Madok; Senior Management Team and Aides; Liz Yongue; InternalAudit; Agenda Item Review Team Cc: Shillinger-Bob; Williams-Jethon; Cioffari-Cheryl; Livengood-Kristen; Rubio-Suzanne; Pam Radloff; County-Attorney; Allen-John; Danise Henriquez; Hurley-Christine; Rosch- Mark; Gambuzza-Dina; Beyers-John; InternalAudit; Valcheva-Svilena; Powell-Barbara; Morey-Brynn Subject: ADD-ON Item H3 01/28/2026 BOCC Meeting Attachments: AIS 0318 BOG.pdf, Letter of Intent & Proposal-Legal Apprd.pdf; VEF19.0-Final-Award- Packet_FSA25-VEF19.pdf, Asset Inventory Deletion Request Form CID 10078 -2010 Rescue (for Remount)-signed.pdf, 2026 01 COI ETR Insurance GL AL WC GK & Waiver.pdf, 202601-Horton-ETR-SoleSource.pdf Categories: Orange Category Good afternoon, Please be advised,the following Add On Item is set for inclusion day-of meeting prior to the approval of the Agenda: "FIREAND AMBULANCE DISTRICT 1 BOARD OF GOVERNORS:Approval by BOG to purchase a 2025 Ford F550 cab and chassis with services to refurbish and remount the modular ambulance box from a County-owned 2010 Horton Ambulance for$356,070.00 from ETR, L.L.C. (ETR), as the sole source provider for Horton Ambulances, purchased through the Florida Sheriff's Association Cooperative Purchasing Program Contract#FSA25-VEF19.0,and approval to delete the 2010 Horton Ambulance from the County's Fixed Asset Inventory List and authorize the County Administrator to execute all required documentation to facilitate this transaction, including but not limited to title transfer of the donor chassis to ETR." The Agenda Item Summary is attached.Once approved,this will be considered Add On Item H3. Sincerely, )V,rystaC crovuez Executive Administrator Monroe County Administrator's Office 1100 Simonton Street,Suite 2-20S Key West, FL 33040 Office:30S-292-4441 Cell:30S-8SO-8694 Courier Stop#1 Notary Public www.ri"ioriroeco�,,iirity..-fl..gov co� ,iirity.-fl..gov i PLEASE NOTE: FLORIDA HAS A VERY BROAD RECORDS LAW. MOST WRITTEN COMMUNICATIONS TO OR FROM THE COUNTY REGARDING COUNTY BUSINESS ARE PUBLIC RECORDS AVAILABLE TO THE PUBLIC AND MEDIA UPON REQUEST. YOUR EMAIL COMMUNICATION MAY BE SUBJECT TO PUBLIC DISCLOSURE. 2 COUNTY Nr11�,Y �� ����� m� � ^ BOARD OF COUNTY COMMISSIONERS Mayor Michelle Lincoln,District 2 The Florida Keys Mayor Pro Tem David Rice,District 4 Craig Cates,District 1 James K.Scholl,District 3 Holly Merrill Raschein,District 5 Regular Meeting January 28, 2026 Agenda Item Number: {{section.number}}{{item.number}} 26-0318 BULK ITEM: No DEPARTMENT: Fire Rescue TIME APPROXIMATE: No STAFF CONTACT: R. L. Colina, Fire Chief AGENDA ITEM WORDING: Approval by BOG to purchase a 2025 Ford F550 cab and chassis with services to refurbish and remount the modular ambulance box from a County-owned 2010 Horton Ambulance for $356,070.00 from ETR, L.L.C. (ETR), as the sole source provider for Horton Ambulances,purchased through the Florida Sheriff's Association Cooperative Purchasing Program Contract#FSA25-VEF19.0; and approval to delete the 2010 Horton Ambulance from the County's Fixed Asset Inventory List and authorize the County Administrator to execute all required documentation to facilitate this transaction, including but not limited to title transfer of the donor chassis to ETR. ITEM BACKGROUND: Ambulances are an integral part of Monroe County Fire Rescue's ("MCFR" or the "department") life- saving equipment necessary for emergency response services that provide advanced life support to our community. The department requires replacement of Rescue CID 12685/10078, a 2010 Horton Ambulance, because it is over 15 years old, and the engine and transmission are not functional. The modular ambulance box, itself, is reusable if it is remounted onto a new cab and chassis and undergoes refurbishment. This fiscal year, the department has budgeted to purchase a new cab and chassis, along with ambulance box refurbishing and remounting services. Horton Emergency Vehicles, manufacturer of Horton Ambulance Type I apparatus, has provided a letter stating that ETR is the exclusive dealer and warranty service provider in the State of Florida. Consequently, ETR is the sole source provider for the subject services for the department's 2010 Horton Ambulance while retaining the factory warranty. In accordance with the Monroe County Purchasing Policy, the department has confirmed that there is no other source for the subject services available and given the nature of the service requested, ETR is uniquely situated to perform the refurbishing and remount of Fire Rescue's 2010 Horton Ambulance Type 1 , in accordance with the manufacturer's requirements. The Florida Sheriff's Association (FSA) Cooperative Purchasing Program has provided a piggyback contract for the department's previous ambulance remounts. ETR was the only awarded provider of the remounting services provided pursuant to the FSA25-VEF 19.0: Fire & Rescue Vehicles, Boats & Equipment Contract. As such, MCFR requested that ETR submit a proposal for the department's desired remounting services. The proposal includes the purchase of a 2025 Ford F550 cab and chassis with all necessary ambulance box refurbishment and remount services in accordance with the terms and conditions of the FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment Contract Packet, for the amount of$356,070.00. The department seeks approval from BOG to proceed with the purchase, consistent with the attached Proposal & Scope of Work. To initiate production, the department seeks to have the BOG vest the County Administrator with the authority to sign the attached Letter of Intent and transmit same to ETR, and to take such other action as is deemed necessary to facilitate this transaction. If a PO is issued, or the signed Letter of Intent is received, by February 28, 2026, then the finished vehicle will be delivered to MCFR no later than October 1, 2026. Additionally, once the modular ambulance box is removed from the chassis of the 2010 Horton Ambulance (VIN: 1HTMYSKM4AH227378), ETR will provide an affidavit of body change. At that time, the value of the donor chassis (engine and transmission inoperable)will be less than $5,000. Consistent with Section 274.06, Fla. Stat., said donor chassis may be disposed of in the most efficient and cost-effective means as determined by the BOG. In its proposal, ETR has offered to dispose of the donor chassis at no additional charge to the County. As such, the BOG hereby determines that the above-described disposal of the donor chassis is the most efficient and cost-effective means of disposal, approves the attached asset deletion request, and authorizes the County Administrator to sign and transfer title to ETR, as necessary to complete the disposal. PREVIOUS RELEVANT BOCC ACTION: None. INSURANCE REQUIRED: Yes. CONTRACT/AGREEMENT CHANGES: None. STAFF RECOMMENDATION: Approval. DOCUMENTATION: Letter of Intent& Proposal/Scope of Work (to be signed by County Administrator).pdf. Bid Award& Contract#FSA25-VEF19.0.pdf. Fixed Asset Inventory Deletion Request.pdf. ETR Insurance & Waiver 20260 1-Horton-ETR-SoleSource.pdf. FINANCIAL IMPACT: Effective Date: 01/28/2026 Expiration Date: N/A Total Dollar Value of Contract: $356,070 (ETR, LLC) Total Cost to County: $356,070 plus incidental charges for towing of the department's existing 2010 Horton Ambulance, Rescue CID 12685/10078 to ETR, LLC. Current Year Portion: $356,070.00 Budgeted: Yes Source of Funds: 141-11500-SC 00100 Vehicles uiuio Horton t�iJ ��� � suEntixasu�rrixnvrroeui n Ilr%„✓iLL,ii%%% / �� �/// �„ //////////%iii.�i/oi%Oiaiai%/�/9„v//ai%///%/O/a////////ai/o/Lcaiaiaii U��/ ,,,,,,,,„,,,,i/aiiaGi,,,,,,vi¢,,,, r,,i,,. /l ,,,✓, i,,,,,c // „uci l,l r.i/////i,/,,,uric/ F ��� ���Emergency•TacticaLRescueVehicles £ �r www.ETRVEHICLES.com Remount January 22, 2026 Letter of Intent Irrevocable Purchase Order Ms. Zully K. Hemeyer Administrative& Compliance Supervisor Monroe County Fire Rescue 7280 Overseas Hwy. Marathon, FI 33050 Monroe County Florida hereby states and represent that it is your intention to purchase, and hereby confirm that we are ready,willing, and able to purchase the following, one (1) new 2025 Ford F-550 4x4 chassis with reconditioned and remounted Horton Type I Ambulance as per specification and in the quantity and for the price as specified in the attached Quote. This representation is made with the full authority and responsibility of the Monroe County FL PRICING: One (1) new 2025 Ford F-550 40 with reconditioned and remounted Horton Type I Ambulance module-$356,070.00 Print Name Christine Hurley Title County Administrator Signature Date Attest:Kevin Niadok..Clerk Approved is to legal form Sz sufficiency: tllSincere y,-- Eve M.Lewis w:zozen1�221—W 05W As Deputy Clerk Assistant County Attorney Jerry Michaluk President/CEO ETR, L.L.C. Corporate O700 S.French Ave. go, �ii,��� ��� �� � Georgia Office Office 01 CELEBRATING ' �4 Juliette,GA.31046 Sanford,FL 32771 ��iI Toll Free:844-612-8148 P 407-339-6737 � IV' �1 "OiiiIIIIIIV° � (1111111 111111111111U lllll�j� ,,.G uw Toll Free:884-612-8148 YEARS OF SERVICE ��f�/ c Em�r�ency•Tactical•Rescueldeluicles ���/ � wrivvw.E7R1JEF1tCt.�S.crrxn ". " Remount January 21, 2026 Ms.Zully K. Hemeyer Administrative&Compliance Supervisor Monroe County Fire Rescue 7280 Overseas Hwy Marathon, FL 33050 We are pleased to provide you with the following pricing and scope of work for the remounting of your 2010 Horton Type I module.The module will be remounted onto the new 2025 Ford F-550 40 6.7 Diesel cab and chassis.your module will be reconditioned and remounted to Federal Motor Vehicle Standards(FMVSS), National Highway Traffic Safety Administration(NHTSA), Ford QVM,and CAAS GVS V4.0 National Remount Standards, Pricing is based on purchasing this remount from the Florida Sheriff Contract Bid FSA25-VEF19.0: Fire& Rescue Vehicles, Boats&Equipment Item ff3.13 Ambulance Remount(see attached). PRICING: • Total price for reconditioning and remounting your Horton Type I module ..............$358,070.00 • County to pay for towing of donor/'remount chassis to ETR's facility.........................c$ 2,000 00> • Total price per unit................................................................... .... $356,070.00 • The above price is based on the availability of 2025 Ford F-550 chassis or 30 days. Note we have presently located a 2025 Ford F--550 chassis available for immediate delivery. • The above price is subject to supplemental pricing after receipt and full inspection of the unit. Every effort will be made so that no additional cost will be incurred by Monroe County. • Scope of work and pricing was based on the previous similar 2010 Horton Type I module,and pictures taken by Monroe County of the current 2010 Horton Type I module in January of 2026. • Any applicable taxes,tag, and title fees will be charged as a straight passthroulgh.. • If either the purchase order, or signed letter of intent,is received by ETR in February 2026,then the finished vehicle will be completed and delivered before 1 October 2026. • TERMS: Payment in full is due upon the delivery of the finished vehicle. Upon payment ETR, L.L.C.shall furnish the County a "Statement of Origin"or the necessary validated documents required',for title application.All terms and conditions as provided in the FSA25-VEF19.0: Fire& Rescue Vehicles, Boats, & Equipment are adopted herein as if set forth in full for the benefit of the parties. • ETR will handle the disposal of Monroe County's donor chassis(remaining from the 2010 Horton Type I module,VIN 1HTM"YSKiM4AH27378)and at no added expense complete the affidavit of body change, as a. courtesy, and in the interest of being a good partner(donor chassis hiaving zero value—engine& transmission not functional), Monroe County will transfer title as necessary to complete disposai. Sincerely, r Gerald Michaluk CEO&President Corporate Office BRAilNt��"�"tt�r Georgic!Office Juliette,CA.31046 700 S,French Ave. o �,/�� �� ��,,,� t rr r � , 4 Sanford,FL 32771 w;�rrfi�% , 1' �(00 Toll Free:844-612-8148 T:407-339-6737 Toll Free;$84 c`a12.8148 mr )t liia ', /iiialill f�ir11r" YEARS Jf "~F'PVB'.F ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 7280 OVERSEAS HWY 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total CUSTOMER NAME: MONROE COUNTY FIRE-RESCUE Ambulance Module OEM: HORTON Sales Manager: SCOTT NEWCOMER ----------<<LIGHTING>>------------ New Chassis: 2025 FORD F550 4X4 193WB DIESEL E101-SPEC CHASSIS CHARGE 1 75,825.00 ----------<<LIGHTING>>------------ E 101 REMOVE LIGHTING 1 > REMOVE EXTERIOR LIGHTING E101-1 Front of Module - Remove (2)Warning Lights. Remove 1 clearance lights. E101-11) Front of Module -Remove lightbar. 1 E101-213 StreetSide -Remove (2)Warning Lights. Remove (2) Scene Light. Remove mid level DOT light. Remove mid 1 level warning light. Remove Docking Lights. E101-313 Curbside - Remove (2)Warning Lights. Remove (2) Scene Light. Remove mid level DOT light. Remove mid level 1 warning light. Remove Docking Light E1014C Rear of Module -Remove lightbar. Remove Brake/Turn/Reverse lights. Remove Tag Lights. Remove 1 (4)Warning Lights E101-SPEC Remove Guide Posts from Front Bumper 1 > REMOVE INTERIOR LIGHTING E101-10 Remove (4) Compartment Lights. 1 E101-6A Remove (7)Dome Lights. 1 E101-7 Remove (2)Fluorescent Lights. 1 E101-8 Remove (1) Action Area Light. 1 E101-9 Remove (1) Stepwell Light. 1 E 122 INSTALL LIGHTING 1 >FRONT OF MODULE Customer Approval Total Signature: Date: Pagel ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 490 63RD STREET,SUITE 160 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total E122-10 FRONT OF MODULE WARNING LIGHTS - Install (4) New Tecniq K90 Series LED Warning Lights with chrome flanges and (3)New Tecniq K70 Warning Lights mounted I on bracket, under condenser housing. R-W -R-W -R-W -RClearLens E122-3A FRONT OF MODULE DOT LIGHTS - Install (5)New Weldon LED Clearance Lights with guards 1 > STREETSIDE OF MODULE E1224C STREETSIDE WARNING LIGHTS -UPPER-Install (2) New Tecniq K90 Series LED Warning Lights with chrome I flanges. RED LED/Clear Lens E122-5C STREETSIDE WARNING LIGHTS -MID - Install (1) New Tecniq K70 Series LED Warning Light with chrome 1 flange. RED LED/Clear Lens E122-713 STREETSIDE SCENE LIGHTS -Install (2)New Tecniq 1 K90 Series LED scene lights with chrome flanges. E122-8A STREETSIDE DOT LIGHTS - Install new LED mid level 1 DOT light. E122-SPEC STREETSIDE LIGHTING- Install New Tecniq E96 1 Docking Light > CURBSIDE OF MODULE E122-IOC CURBSIDE WARNING LIGHTS -MID -Install (1)New Tecniq K70 Series LED Warning Light with chrome flange. 1 RED LED/Clear Lens E122-12B CURBSIDE SCENE LIGHTS - Install (2)New Tecniq K90 1 Series LED scene lights with chrome flanges. E122-13A CURBSIDE DOT LIGHTS -Install new LED mid level 1 DOT light. E122-9C CURBSIDE WARNING LIGHTS -UPPER-Install (2) New Tecniq K90 Series LED Warning Lights with chrome I flanges. RED LED/Clear Lens E122-SPEC CURBSIDE LIGHTING- Install New Tecniq E96 Docking 1 Light >REAR OF MODULE Customer Approval Total Signature: Date: Page 2 ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 490 63RD STREET,SUITE 160 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total E122-14D REAR OF MODULE WARNING LIGHTS -UPPER- Install (2)New Technique K90 Series LED Warning Lights 1 with chrome flanges. Below Lightbar. RED LED/Clear Lens E122-15C REAR OF MODULE WARNING LIGHTS - MID - Install (2)New Tecniq K90 Series LED Warning Lights with 1 chrome flanges. Window Level. RED LED/Clear Lens E122-17A REAR OF MODULE LIGHTBAR - Reinstall Rear 4 Lightbar with new lenses. E122-20C BRAKE/TAIL/TURN/REVERSE LIGHTS - Install 3 New Tecniq K60 Series LED lights with chrome flanges. E122-21 TAG LIGHTS - Install new LED. 0.5 E122-NOTES Clearance Lights integrated in lightbar 0 > CHASSIS LIGHTING E122-22E GRILL LIGHTS - Install (4)New Tecniq K50 Series LED Warning Lights with chrome flanges. Red LED/Clear Lens. 4 Mount on Center bar of front grille E122-23C INTERSECTION LIGHTS -Install (2)New Tecniq K50 Series LED Warning Lights with chrome flanges. Red 2 LED/Clear Lens E122-SPEC Transfer and Re-Install Front Guide Posts to Front Bumper 2 >INTERIOR LIGHTING E122-26B DOME LIGHTS -Install (7) new LED lights. 2.5 E122-27A FLUORESCENT LIGHTS -Install (2) new LED inserts. 1 E122-28A ACTION AREA LIGHT -Install (1) new LED light. 0.5 E122-29 ENTRYWAY LIGHT - Install (1) new LED light. 0.5 E122-30Q COMPARTMENT LIGHTS -Install new LED strip lights - 3 (2)per compartment- (5) compartments. E122-SPEC LIGHTING CHARGES 1 $24,600 ---------<<ELECTRICAL>>---------- E 104 DISCONNECT WIRING 2 E104-1 Pull back wires from under hood and label. Includes cables. 5 E104-2 Remove radios, switch panel, console components, cab 7 components. E104-3 Pull all wires from console to module and label. 8 Customer Approval Total Signature: Date: Page 3 ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 490 63RD STREET,SUITE 160 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total E104-4 Disconnect all chassis grounds. 0.75 E104-5 Remove (1) shoreline inlet. 0.25 E104-7 Remove (1) exterior camera. 0.25 E104-9 Inspect all removed electrical circuits, fuses, and 1 components for damage. Notify sales of any issues. E104-14 Disconnect and Remove all Electrical components, for 20 installation of new Weldon V-MUX system. E 124 ELECTRICAL 10 > CAB/HOOD/CHASSIS ELECTRICAL E124-V Wire and components. Install ETR designed V-mux Multiplex Electrical System. (NOTE: Save all Intelliplex 90 panels and Nodes to send back to customer labeled and boxed) E124-1 New Cab -Remove seats, trim, headliner. 2 E124-4 Catalog and separate wires. Separate, Route, and extend 40 wiring to under hood locations and cab locations. E124-5 Route and hook up main battery power supply cables as 6 required. E124-6A Install new console. 4 E124-613 Install new 12V Dual USB/USB C Port outlet on cab 2 console E124-7A Install and wire new siren controller. Whelen 295SLSA1 2 E124-8C Install and wire new multiplex control panel. 1 E124-9 Transfer, reinstall, and wire in, console and cab 4 components. E124-12 Transfer, reinstall, and wire in, monitor for camera system. 3 E124-13 Install Tremco Anti-theft security module. (Per CAAS 3 requirements). E124-14 Install chassis interface modules. 3 E124-15A Install and hook up new battery switch. 2 E124-16 Wire all chassis tie in circuits -Ignition, Clutch, Neutral 6 Safety, Park brake, etc. >MODULE INTERIOR ELECTRICAL E124-19B Install and wire in new action area multiplex control panel. 2 E124-20 Test inverter functions. Notify sales of any issues. 0.5 E124-613 Install new 12V Dual USB/USB C Port outlet in A/A 2 E124-44 Install and Wire Nodes for Weldon V-Mux conversion. 6 Customer Approval Total Signature: Date: Page 4 ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 490 63RD STREET,SUITE 160 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total >MODULE EXTERIOR ELECTRICAL E124-25D Install (1)New 20A Auto Eject Shoreline inlet- In place of existing straight blade inlet. Includes added eject circuit and 7 components. E124-25L Wire and Install (1)New Red Shoreline indicator light 2 E124-26 Install new door switches - (6) doors. 3 E124-27 Tie-in tail light harness to OEM harness. Includes brake, 2 turn, tail, and reverse lights. E124-28 Install new backup alarm. 2 E124-30A Install new OEM back up camera on rear of module. (Per 6 CASA requirements) E124-33B Install and wire new CPI bumper speakers for siren. 3 E124-35 Install chassis and battery grounds. 2 E124-37 Reinstall seats, seatbelts, trim, and headliner. (Torque bolts to spec, apply torque seal, and sign off in critical process 4 book per QVM requirements) E124-39A Hidden Door Lock Switch : Install New. State Location : In 3 bumper E124-99 Power up module and function test. 8 E124-SPEC ELECTRICAL CHARGES 1 $47,208 ------------<<HVAC >>------------- A 106 DISCONNECT AND REMOVE HVAC SYSTEMS 2 A106-1 Evacuate A/C system. 1 A106-2 Disconnect and pull back all A/C and heater hoses. Cap off hoses to prevent contamination. (They will be reconnected 10 to new chassis) A106-3A Disconnect and remove the module A/C evaporator. (A 4 new unit will be installed) A1064C Disconnect and remove condenser-Under module mount. 3 (A new unit will be installed on front of module) A 174 SECONDARY AC COMPRESSOR 2 A174-IA Install secondary AC Compressor and brackets. 30 A 125 HVAC SYSTEMS 2 A125-IA Route and connect new AC and Heater hoses to new 14 chassis. Customer Approval Total Signature: Date: Page 5 ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 490 63RD STREET,SUITE 160 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total A125-2A Connect and install new module evaporator. 6 A125-313 Connect and install new condenser on bracket-Front of 6 module mount. A125-4 Install new heat shield. 1 A125-5 Thermostat in V-Mux display 0 A125-6 Charge A/C system and check pressures to OEM 1 specifications. A125-SPEC HVAC CHARGES 1 $24,615 ------------<<DOORS >>------------ C 103 DOORS, REMOVE/DISASSEMBLE 2 C103-1-3 Remove and break down (3) entry doors for paint. Label 5.25 and bag all removed parts. C103-2-6 Remove and break down (6) compartment doors for paint. 7.s Label and bag all removed parts. C103-7 >Remove rear door grabbers. 0.5 D 117 RECONDITION COMPARTMENTS/HINGES/PANELS 2 D117-1-9 Polish and inspect hinges - (10) doors 10 D117-14 Polish and clean rub rails. 3 D 117-2-7 Polish compartment door diamond plate panels - (7) doors 7 D117-3-3 Polish and clean entry door panels - (3) doors 3.75 C 123 ASSEMBLE/INSTALL/DOORS / GASKETS 2 >MODULE ENTRY DOORS C123-1-3 Reassemble and Install (3) entry doors with the following 9.75 options: C123-3-B >New exterior and interior handles (Per FMVSS and 0 CAAS requirements) C123-3-C >New rotary latches (Per FMVSS and CAAS 0 requirements) C123-3-D >New door rods, cables, linkages 0 C123-3-E >New nader pins (Torque bolts to spec, apply torque seal, and sign off in critical process book per QVM, FMVSS, 0 and CAAS, requirements) C123-3-G > Clean and reinstall windows -Notify sales of any 0 problems with windows C123-3-I >New door gaskets 0 Customer Approval Total Signature: Date: Page 6 ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 490 63RD STREET,SUITE 160 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total C123-3-J > Time handles and latches 0 C123-3-L > Check for proper alignment 0 C123-3-M >Reinstall interior door panels 0 C123-3-P >Reinstall Entry Door Grab Handles 0.75 C123-24A >Install new CPI door grabbers. (2) at the rear 1 C123-23-1 >Install new Curbside Entry door hold open (1) door. 0.25 >MODULE COMPARTMENT DOORS C123-2-7 Reassemble and Install (7) compartment doors with the following options: 17.5 C123-3-B >New exterior handles (Per FMVSS and CAAS 0 requirements) C123-3-C >New rotary latches (Per FMVSS and CAAS 0 requirements) C123-3-D >New door rods, cables, linkages 0 C123-3-E >New nader pins (Torque bolts to spec, apply torque seal, and sign off in critical process book per QVM, FMVSS, 0 and CAAS, requirements) C123-3-I >New door gaskets 0 C123-3-J > Time handles and latches 0 C123-3-L > Check for proper alignment 0 C123-3-M >Reinstall interior door panels. Install Cover plate over o.s hole in M1 door panel C123-23-7 >Install new door hold opens (7) doors. 1.75 C123-SPEC DOOR CHARGES 1 $20,868 ---<<HARDWARE>>---- C 102 REMOVE HARDWARE 2 C102-1 Remove all diamond plate stone guards and corner guards 1 from the module. C102-2 Remove drip rails. 0.5 C102-3 Remove the fender flares from the rear wheel wells. 0.5 C102-4 Remove rub rails. 0.5 C 102-7 Remove rear door grabbers. 0.5 C 102-8 Remove rear bumper. 1.5 C102-9 Remove rear kick plate. 1 C102-10 Remove exterior exhaust vents 0.5 Customer Approval Total Signature: Date: Page 7 ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 490 63RD STREET,SUITE 160 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total C102-11 Remove 02 tank storage rack- give to paint shop to be o.s repainted. C102-20 Remove Placard Holders 1 C 121 INSTALL HARDWARE 2 C121-1-1 Install tag housing. 0.75 C121-IA Install new diamond plate rear kick plate. 1.5 C121-2A Reinstall rear bumper with new diamond plate pontoons 3 and flip up step. C121-2C Install New Dock bumpers to rear pontoons 1 C121-3 Install new rubber gum drops to rear kick plate for flip up o.s step. C1214B Install new chrome fender flares with welting. 2 C121-5A Install new flat stone guards to the front of the module. 1 C121-6A Install new diamond plate corner stone guards. 1.5 C121-7 Install new diamond plate to curbside stepwell. 1.5 C121-8A Install new fuel fill housing. 3 C121-9 Reinstall diamond plate rub rails with new rubber spacers. 2 C121-11A Install new cab step assemblies. (2)Door Cab 7 C121-13 Install new braided stainless steel valve extension to rear 1 wheels. C121-14A Install new CPI door grabbers. (2) at the rear 0.5 C121-15 Install reflective DOT stickers. Red at rear(4) and amber at 0.5 front(4) C121-17 Reinstall exterior vents and screens. 1 C121-18 Install new mudflaps. 1 C121-19A Cut new drip rails and install after graphics. 2 C121-20 Clean and reinstall any compartment shelves and dividers 4 that were removed. C121-21 Install Starboard in Back Board and 02 compartments. 2 C121-23-5 Install new door hold opens (5) doors. 1.25 C121-25 Reinstall 02 Cylinder rack after it is repainted. 1 C121-32 Reinstall Placard Holders 1 C121-SPEC HARDWARE CHARGES 1 ----<<INTERIOR AND CABINETS >>---- I 108 REMOVE FLOORING& COMPONENTS 1 $24,435 Customer Approval Total Signature: Date: Page 8 ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 490 63RD STREET,SUITE 160 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total I108-1 Remove bulkhead and ALS cabinets if needed for access. 1 I108-3 Remove floor plates for antler lock bar. 2 I108-5 Remove thresholds. 1 I108-6 Remove floor trim. 1 I108-7 Remove attendant seat. 1 I108-8 Remove attendant seat base. 1 I108-9 Remove flooring and inspect subfloor. Advise sales of any 4 issues. 1131 PASS-THRU, BELLOWS 1 I131-1 Install new accordion bellows for pass through. Seal with 3 black silicone. I131-2 Install new pass thru window 2 1132 CAB INTERIOR PANELS 1 I132-1A Fabricate and install new interior cab close out panels - 3 Type I cab 1148 CONSOLE-FABWORK/MODIFICATIONS 1 I148-M Fabricate new console -Medium Duty cab. Cover with black easy grip and trim edges with 7-trim. To match 16 current layout 1126 INSTALL SUB FLOOR/INSTALL FLOORING/ 2 INSTALL FLOOR COMPONENTS I126-1 Install new floor covering. Lonplate 424TX Dark Gray 8 I126-2 Install new floor trim. 2 I126-3 Fabricate and install new rear threshold - Stainless. 2 I126-4 Fabricate and install new side threshold - Stainless. 1 I126-5 Apply non-skid tape to rear threshold -Black. I126-6 Reinstall attendant seat base (Torque bolts to spec, apply torque seal, and sign off in critical process book per QVM, 2 FMVSS, and CAAS, requirements) I126-7A Install new attendant seat-EVS Child Safety Seat. Dove Gray(Torque bolts to spec, apply torque seal, and sign off 2 in critical process book per QVM, FMVSS, and CAAS, requirements) 1172 COT RETENTION SYSTEM 2 I172-3A Install Customer Supplied Stryker Power Load with 14 charging (Per CAAS requirements) 1127 PLEXIGLASS 0 Customer Approval Total Signature: Date: Page 9 ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 490 63RD STREET,SUITE 160 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total I127-1 Inspect Plexiglass. Advises sales of any issues. 7 Supplemental Charges May Apply. 1129 UPHOLSTERY 2 I129-2 Remove and reinstall necessary upholstery to work inside 3 the module. I129-4 Recover upholstery - squad bench cushions. Dove Gray 4 I129-5 Recover upholstery - CPR Seat cushions. Dove Gray 4 I129-6 Recover upholstery -Rear bulkhead. Transfer and reinstall 3 clock in pad. Do not reinstall speakers 1146 FABRICATE CABINETS /INTERIOR 2 MODIFICATIONS & INSTALLATIONS > CABINETS I146-SPEC Remove Upper Splint cabinet on Curbside 1 I146-SPEC Remove Cushions and wall panel from Curbside 1 I146-SPEC Remove Seatbelts from curbside 1 > SQUAD BENCH I146-6A Remove squad bench seat belts and Install new(2) Per4Max seatbelts. . (Torque bolts to spec, apply torque s seal, and sign off in critical process book per QVM, FMVSS, and CAAS, requirements) I146-7 Replace CPR seat belts. (Torque bolts to spec, apply torque seal, and sign off in critical process book per QVM, 2 FMVSS, and CAAS, requirements) I146-19 Remove and Reinstall new Wall panel and Curbside Upper 4 cabinet.. I146-20 Fabricate new Wall panel. 2 I146-SPEC Reinstall Upper Curbside Splint cabinet 2 > COUNTERTOPS I146-10 Install new Ribbed Rubber mat in Action Area and 1 Telemetry area countertops. >BRUSHED STAINLESS STEEL I146-10 Install new stainless Action area wall 4 > CABINET TRIM I146-12 Trim cabinets with stainless steel as needed. 2 >HARDWARE I146-15 Replace damaged cabinet trim. 3 1154 02 SYSTEM/MED AIR SYSTEM/HELIOX SYSTEM 0 Customer Approval Total Signature: Date: Page 10 ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 490 63RD STREET,SUITE 160 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total I154-1 Pressure test oxygen system. Notify Sales of any issues. 0.5 I154-2 Check function of wall outlets for flow. 0.5 1157 HEADLINER 1 I157-SPEC Overlay ceiling panel with white FRP 6 I146-SPEC INTERIOR CHARGES 1 $29,252 ************************************ ----<<FABRICATION AND BODY MODS >>---- ************************************ F 140 FRONT OF MODULE MODIFICATIONS 2 F140-1 Modify front of body for chassis change - International 14 4300 to FORD F550 F 140-3 Weld up holes for front lightbar. 4 F140-7 Lighting change to add Condenser Wedges-Weld up (2) Light Holes below Lightbar Layout : (7) Lights. (2)K90 5 Lights on each side of module and (3)K70 lights mounted on condenser housing bracket. R-W-R-W-R-W-R F 143 CURB SIDE MODULE MODIFICATIONS 1 F143-3 Weld in braces for addition of 4 point seatbelts to C/S 12 F 147 FABRICATE DIAMOND PLATE 2 F147-1 Fabricate new diamond plate for the side entry step well. 2 F147-13 Fabricate new diamond plate Cover between Cab and 2 Module F 147-2 Fabricate new pontoons and rear flip up step. 4 F 147-3 Fabricate a new diamond plate kick plate. Centered. 5 F 147-4 Fabricate new diamond plate front flat stone guards. 2 F 147-5 Fabricate new diamond plate corner stone guards. 2 F 147-8 Fabricate new diamond plate cab step assemblies -Medium 24 Duty Cab. F 149 FABRICATE NON-DIAMOND PLATE 2 F 149-6 Fabricate new cab window blank- Type I 3 F149-SPEC Fabricate stainless steel back wall for Action Area 2 F149-15 Fabricate new seatbelts braces for Curbside wall 1 ************* END OF SECTION ************** 767.75 F147-SPEC FABRICATION CHARGES 1 $33,315 Customer Approval Total Signature: Date: Page 11 ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 490 63RD STREET,SUITE 160 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total ----<<PAINT AND GRAPHICS >>---- P 113 MODULE -PREP /PAINT/ CUT & BUFF 2 P113-1 Remove Graphics 1 >MODULE -PREP P113-2 Module Roof-Repair any minor body damage and sand 4 module -Prep for primer. P113-3 Module Front-Repair any minor body damage and sand 12 module -Prep for primer. P113-4 Module Rear- Repair any minor body damage and sand 12 module -Prep for primer. P113-5 Module Street Side -Repair any minor body damage and 14 sand module -Prep for primer. P113-6 Module Curb Side -Repair any minor body damage and 14 sand module -Prep for primer. P113-7 Primer Module 4 P113-8 Block sand module to identify imperfections. Prep module 16 for paint- (1) color paint job. >MODULE -PAINT/CUT &BUFF P113-10 Cut and Buff module 16 P113-91) Paint Module -Base Clear- 2 Color. White over Red 10 >PAINT MISC ITEMS P113-12 Prep and paint rear window blank. 1.5 P113-13 Prep and paint 02 Cylinder Rack. 2 P113-14 Prep and paint Front Condenser Wedges/Brackets 6 P 115 DOORS -PREP/PAINT/CUT & BUFF 2 P115-4-10 Prep, Prime, and Paint Doors - (10)Doors -Base Clear- (2) 35 color or Paint Belt. P115-5-7 Cut and Buff Doors - (7)Doors. 5.25 P 116 CHASSIS -PREP /PAINT/CUT & BUFF 5 P116-4A Chassis -Prep/Paint/Cut/Buff-Medium Duty -Base 35 Clear- (1) color. Red from cab window down. G 203 GRAPHICS AND LETTERING 2 G203-1 Produce and install graphics on vehicle per customer 68 approved layout. P113-SPEC PAINT AND GRAPHICS CHARGES 1 $40,150 Customer Approval Total Signature: Date: Page 12 ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 490 63RD STREET,SUITE 160 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total ----<<BODY MOUNT & CHASSIS PREP >>---- F 105 REMOVE MODULE 2 F105-1 Unbolt and remove module and secure on a cart. 7 F105-2 Inspect mounting sill and notify sales of any issues. 1 F105-3 Old Chassis -Inflate tires. 0.5 F105-6 Old Chassis - Close off all electrical penetrations in cab. Close out the pass thru to the cab to prevent damage from 1 the environment. Close out all holes in cab and cap fuel fill. F 130 CHASSIS PREP & MODIFICATIONS 2 F130-1 Weigh new chassis (4-point) and record in critical process 1 book. (Per QVM requirements) F130-18 Terminate exhaust at outer edge of body 3 F130-2 Verify old chassis length and outrigger locations -Layout 1 new chassis for body mount. F130-4 Install new isolators to outriggers with new Grade#8 fasteners - Type I(Torque bolts to spec, apply torque seal 7 and sign off in critical process book per QVM requirements) 17130-413 Install new isolators to outriggers with new Grade #8 fasteners -Medium Duty (Torque bolts to spec, apply 7 torque seal, and sign off in critical process book per QVM requirements) F130-5 Prepare the back of the cab - Type I 3 F130-6 Prep for fuel fill. 2 F130-9 Install Buell Air Horns system with(1) 10" and (1) 12" horn, compressor, tank, switches. Specify locations and 14 details in shop notes. F 138 SUSPENSION MODIFICATIONS 5 F138-1 Install Liquid Spring suspension system (Torque bolts to spec, apply torque seal, and sign off in critical process book 18 per QVM requirements) F138-2 Install Liquid Spring electrical harnesses and components. 6 F 120 MOUNT MODULE 2 Customer Approval Total Signature: Date: Page 13 ETRLLC Change Order Customer Name/Address Date Change Order# MONROE COUNTY FIRE RESCUE 490 63RD STREET,SUITE 160 1/21/2026 MCFR91825 MARATHON,FL 33050 Item Description Qty Total F120-1 Type I- Set mod on chassis and bolt in place using new mounting fasteners (grade #8 fasteners) (Torque bolts to 6 spec, apply torque seal, and sign off in critical process book per QVM requirements) F120-4 Install Diamond Plate Cover between Cab and Module 1 F105-SPEC CHASSIS PREP/MOUNT CHARGES 1 $37,802 S 194 PICKUP /DELIVERY OF UNITS 0 S 194-1 Customer will be responsible for transport of donor unit. 0 ETR will deliver the final product to Monroe County $-2000.00 1 TOTAL 1 $356,070 Customer Approval Total $356,070.00 Signature: Date: Page 14 l,M)J 1&"'O` 11 t_OU111j] " t_')N'M/l )JI'dI,Iw,',, P01 It_" ATTACHMENT B.2 MONROE COUNTY INVENTORY DELETION REQUEST TO: Michael Stanek, Property Clerk , Property Clerk FROM:Zully Hemeyer Finance Dept., Stop 8 DATE: 1/21/26 M.C. Serial Asset Date Original & Est. I.D. Number Number Description Purchased Present Value 10078 1 HTMYSKM4AH227378 2010 Horton Ambulance 10/17/19 $29,201.60/$7,604.59 CHECK ONE(1)APPROPRIATE LINE BELOW: APPROVAL TO ADVERTISE FOR BIDS. ✓� APPROVAL TO DISPOSE OF IT. 0 APPROVAL TO REMOVE FROM INVENTORY AND DONATE TO: REASON FOR REQUEST: Rescue is 15 years old, engine and transmission not functional. The unit will be disposed of after an affidavit of body change as a result of the ETR rescue box remount approved by BOCC, 1/28/2026. PREPA7��' 7� Zully Heme er Digitally signed by Zully Hemeyer 1/21/26 RED BY: Y y Date 2026.01.21 16 56 00-05'00' Signature Date: Zully Hemeyer Print name DEPARTMENT DIRECTOR Digil.11y signed by R.L Colin.,Fire Chief 1/21/26 APPROVAL: R.L.Colin.,Fire Chief Date12026.01 2116'.5646-05'00' Signature Date: R. L. Colina, Fire Chief Print name f.11 ,III"f1lll.f.l"OIfw�t�I.i)�tf"III .','.III , IikIIIC°'O��IIII , I BOCC2/15/2023(s3) Ci IC 4t]"9il 4Z .... S]I Oi"" 8 A�C7►RC?0 DATE(MMIDD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 912512025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND', EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED',the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION I5 WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER NANTACT M a an McGlohn JD Fulwiler&Co.,.Insurance PHONE ,503 977-5658 Pa 5727 S Macadam co A ra No):503-977-5859 EI Portland OR 9`7239 A-DMDRESS: mmc lohn 'dfulwiler.com INSURER IS)AFFORDING COVERAGE NAIC 0 INSURER A,:Travelers Casualty Insurance Company of America 19046 INSURED ETRLLCO-01 INSURER B: ETR, LI_C 700 S French Avenue INSURERC: Sanford FL 32771 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:158138007 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD Wyo POLICY NUMBER Nth'IlDD/YYYY) fMM/DQrYYYY1 LIMITS A X COMMERCIAL GENERAL LIABILITY 6306H916536 10/112025 10/1/2026 EACHOCCURRENCE $1,000000 nE I--— CLAIMS-MADE 1 OCCUR PREMISES(Ea occureancs &3'00,000 MED EXP(Any one person) $10„000 PERSONAL i ADV INJURY $1,000,000 GEN`L AGGREGATE Li MIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY�PROJECT• LOC PRODUCTS-COMP/OP AGG $2,000,000 _ OTHER: $ A AUTOMOBILE LIABILITY AD31_963195 10/112025 1o11=26 COMBINED SINGLE LIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY FAUTOS ONLY _(Per accident '� HAPD Medical Payments $5,000 A X iUMBRELLALIAB X OCCUR CUP31_97402A 1011/2025 10/112026 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED I X I RETENTION$ $ A WORKERS COMPENSATION UB6H605925 11113/2025 11,11312026 X STER ATUTE EO H- AND EMPLOYERS'LIABILITY YIN __.._.. ANYPROPRIETORIPARTNER/EXECUTIVE ❑ N/A E.L.EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDE D7 (Mandatory In NH) E.L.DISEASE, EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A GarageLiabilily AD3L963195 101112025 101112026 Olher Than Auto Only 1,000,000 GKLL See He ow) 0 her Than Auto Agg 3,000,000 DOL( ee Below) DESCRIPTION OF OPERATIONS!'LOCATIONS I VEHICLES(ACORD 101,Addition-al Remarks Schedule,maybe attached'if more space Is required) "Hired Auto Physical Damage-Actual Cash Value or Cost of Repair,whichever is less,minus comprehensive deductible of$0 and collision deductible of $1,000. APPROVED BY RISK MANAGEMENT ''GKLL&DOL BY Location's: DATE . 1)265 WWiliingham Dr.,Suite A.Juliette,GA 31046 2)700 S French Ave,Sanford FL 32771 NA!✓ERN AYE5 X See Attached.., CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE. EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Dept,Of Highway Safety&Motor Vehicles ACCORDANCE WITH'THE POLICY PROVISIONS, Neil Kirkman Bldg A312 2900 Apalachee pkwy AUTHORIZED REPRESENTATIVE Tallahasee FL 32399, 1988-2015 ACORN CORPORATION!. All rights reserved' ACORD 25(2016103) The ACORD name and logo are registered'marks of ACORD AGENCY CUSTOMER ID: ETRLLCO-01 LOC M AC"RI7 ADDITIONAL REMARKS SCHEDULE: Page I of 2 AGENCY NAMED INSURED JD Fulwiler&Co., Insurance ETR,LLC 700 S French,Avenue POLICY NUMBER Sanford FL 32771 CARRIER NAIG CODE i EFFECTIVE DATE: ----------------- ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ---25— FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE *DEALERS OPEN LOT LIMITS: Location 1 $100,000 Comprehensive $100,000 Collision Location 2 $2,000,000 Comprehensive $2,000,000 Collision Total: $2,100,000 Limit includes dealers'owned autos COMPREHENSIVE: Deductible: All Other Deductible:$1,000410,000 ,Earthquake Deductible:$2,500/No Max 'Windstorm and Hall Deductible:$5,000/No Max Flood(GA loc only)Ded:$1,000/$10,000 COLLISION: Deductible:$1,000 *GARAGEKEEPERS COVERAGE: Location 1 $100,000 Comprehensive $100,000 Collision Location 2 $1,200,000 Comprehensive $1,200,000 Collision, Coverage Basis: Direct Primary COMPREHENSIVE Deductible: All Other Deductible:$1,000/$10,000 Earthquake Deductible:$2,500/No Max Windstorm and Hail Deductible: $5,000/No Max Flood(GA too only)Ded:$1,0001$10,000 COLLISION' Deductible:$1,000 PIP: $110,000 As provided for in Section 320.02(5)(e)Florida Statutes,the listed insurance policies may not be Cancelled on less than 30 days written notice by the Insurer to the Dept.of Highway Safety&Motor Vehicles,such 30 days notice to commence from the date notice is received by the department.Notice of cancellation applies for Non-Payment of premium. Insured is licensed and Insured in State of Florida for 5(five)DEALER PLATES. *GKLL&DOL Locations: 1)700 S French Ave,Sanford FL 2)255 Willingham Dr.,Suite A.Juliette,GA *DEALERS OPEN LOT LIMITS: Location 1 ACORD 101 (2008/01) @ 2008 ACORD CORPORATION. All rights reserved. The ACORD name and Inan are rpaiqtered marks of ACORD AGENCY CUSTOMER ID. ETRLLCO.01 LOC M, AC"R" ADDITIONAL REMARKS SCHEDULE Page 2 Of 2 AGENCY NAMEGINSURED JD FuWiler&Co,,Insurance tTR,LLC 700 S French Avenue POLICY NUMBER Sanford FL 32771 CARRIER NAIL CAGE EFFECTIVE DATE� 'ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 26 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE $2,800,000 Comprehensive $2,800,000 Collision Location 2 $100,000 Comprehensive $100,000 Collision Limit includes dealers'owned autos COMPREHENSIVE: 'Deductible: All Other Deductible:$1.000410,000 Earthquake Deductible:$2,600/No Max Windstorm and Hall Deductible:$5,0001No Max Flood(GA too only)Ded:$1,0001$10.000 COLLISION: Deductible:$1,000 GARAGEIKEEPERS COVERAGE: Location 1 $11,200,000 Comprehensive $1,200,000 Collision Location 2 $1010,000 Comprehensive $100,000 Collision Coverage Basis: Direct Primary COMPREHENSIVE Deductible: All Other Deductible:$1,000/$10,000 Earthquake:Deductible:$2,500/No Max Windstorm and Hall Deductible:$5,0001No Max Flood(GA too only)Ded:$1,000410,000 COLLISION Deductible:$1,000 PIP:$10,000 ACORD 101 (2008/01), 02008 ACORD CORPORATION. All rights reserved. The ACO,RD name and lama are reiaistered marks of ACORD COUNTY,MONROE FLORIDA REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS It is requested that the insurance requirements, as specified in the County's Schedule of Insurance Requirements,be waived or modified on the following contract or purchase. Contractor/Vendor: ETR LLC Project or Service: Ambulance Remount to New Chassis Contractor/Vendor 700 S French Ave Address&Phone#: Sanford, FL 32711 General scope of work: Mounting 2010 Ambulance Module to new 2025 Ford F550 Chassis. Reason for waiver or Pricing from FSA Cooperative Contract No. Modification: FSA25-VEF19.0:Fire&Rescue Vehicles,Boats&Equipment.Underlying contract does not require supplier to provide additional insured status for purchasers Policies tionwiver or Additional Insured on GL and AL policies Modification will apply to: p R.L. Col i na Digitally signed by R.L.Colina . . Signature of Requestor: Date:2026.01.21 16:33:32-05'00' Date: 1/21/26 Approved Not Approved ❑ Gaelan P Jones Digitally signed by Gaelan P Jones Risk Management Signature:_ Date:2026.01.21 15:02:45-05'00' Date: County Administrator appeal: Approved: Not Approved: Date: Board of County Commissioners appeal: Approved: Not Approved: Meeting Date: i January 20, 2026 To Whom It May Concern; This letter shall serve to certify that Emergency Tactical Rescue Vehicles (hereafter referred to as "ETR"), has been the exclusive dealer for the sale of Horton Emergency Vehicles (hereafter referred to as "Horton") pasts and emergency vehicles in the state of Florida since April 2020. ETR represents all of the Horton product lines. In addition, ETR, operates a factory authorized, fully staffed service center in Sanford, Florida. ETR also offers mobile road service, preventative maintenance programs, collision and paint repair, and custom equipment mounting. ETR fire apparatus/emergency apparatus warranty repair centers in Florida are authorized to carry out repairs on Horton apparatus to ensure warranty compliance, Regards, Dave Marshall Director of Sales MMIMIIM FSA Cooperative Purchasing Program OF FLO RI DA SHERIFFS ASSOCIATION IY MENNEN= FSA25-VEF39.0: Fire & Rescue Vehicles, Boats & Equipment Contract Packet jgf PROT'I CTHNG, L AIN G MIV G MCI 1893 FLORIDA SHERIFFS qN p -ian Drive a °G a < s y TaflaN..issee, Florida 32308 fislh rftts. urq 0 `,ra 0 m� a a > 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 Utility Vehicles • Fire Apparatus—Initial Attack • High Water Rescue Vehicle—Amphibious • High Water Rescue Vehicle—Non-Amphibious • High Water Rescue Vehicle—UTV • Mid Mounted Aerial Apparatus • Mid Mounted Aerial Platform • 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 Platform • Rescue Apparatus—Heavy • Rescue Appartus—Medium • Resue Apparatus—Walk-In • Tractor-Drawn Aerial Apparatus • Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Medium Duty, Diesel Engine (Gas Engine Option) • Type I Ambulance: 4x2 Wheel Drive (4x4 Option), Regular Cab, Diesel Engine (Gas Engine Option) • Type 11 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 Corporation 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. MMMMIM= FSA Cooperative Purchasing Program FLO RI DA SHERIFFS ASSOCIATION I FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment Final Award Report 2 2 _ 2 5 7 @ � 2 0 0 Q- / ■ � � \ / R d 3 ■ � u @ L. % f � E Q- 5 w \ a) � m E 0 w / -a 06 & b a) 2 / I E > Z ® q @ 0 E � 2 u § / ƒ m 0 f > I 0 k = \ ¥ & @ E \ / (Ln 2 ± a ± < c % § E :3 _0 E & > L ° / k / / \ @ < O c L.L a) 2 CL m w c m.. 0 0 $ © k / 2 2 _ 9 5 D @ ■ p ƒ m ° _ R � q00 f � a f � E � � » w / f ± & � 3 � a 6 / bo 0 / k E = 0 / \ LL L 2 / :3 2 $ © 2 ƒ @ c 5 / u / > d 06 / / \ LA i / / a) ° ± a / 2 ba c [ * (A E < c ° \ / LL 0 o LA = k * < CL 3 / LA < : § ba m w ƒi m g 0 � $ © k / 2 2 _ 9 5 D @ ■ � � � R � § Ln q � a f � E 5 a- m / / 0 2 k _ 0 06 / b E a m I ° _ > 7 § ( a) 2 0 > R 2 / LL u ± q / u 7 7 L ± E m/ \ LA m c E a / u bo m a 2 < c u � E 0 > § \ \ a) a) u O 2 @ < @ § a & m § ƒ.. m 0 0 $ © k / 2 2 _ 9 5 D @ ■ � � � R Ln § ® / a f � E � 5 w / U f / 2 m f / � k m u LA u o 06 k b 0 A- ¥ I E OP > ® c ( a \ o > R / u ± q / U 7 > LA 0 ± E / ƒ w m c E a k ce � m ° & a � < c LL > k � LL ° N @ < / § CL m w ƒ.. m g 0 $ © k / 2 2 _ 2 5 D @ ■ � \ / R � y � � � ' q [ a 5 w � LA ° § § § — _ 0 / ° LL f _ a I $ j � S 5 a) ± / / / ® c § E C) \ _ \ / c $ § 0 o LL \ \ a / < 0- E Of 2 E o E ° V a) ¥ 0 CL m w � ƒ.. m g 0 � $ © k / 2 2 _ 2 5 D m 2 0 0 Q- / ■ m p t � / R w % k u \ f 4A � E 5 w m / u & bo u E / /LL u = � k k ° z 0 o E § E \ / c L \ u > # f D- � I f / � LL 9 E q 2 ± a / 0 $ c c / � a) E 0 ° & \ R � a) ■ < Z of 2 LA O § �_ 2 0 ba CL ■ § � ƒ m 0 0 $ © k / 2 2 _ 2 5 D @ m 2 0 0 Q- / ■ � \ / R % 7 ■ $ u C) y � � � E � 5 / w Z \ k . f & \ bio u E 6 / 0 w 2 a 06 / 2 $ LL a ƒ 0 0 E 2 LA E # L.. / k I / q \ a) I § ® E ¥ 2 ± 7 \ m c % E < < < m . � E OL w $ 0 \ LL \ k * ■ 0 O 2 LA � 0 2 m § � ƒ.. 0 0 $ w m© k / 2 2 _ 2 5 % @ ■ � � � R \ r- _ < u 7 I � & $ f ® � \ § 5 ¥ ui � \ f' � k u ® a u / b a iz u I u = � � / / % k / u w m ƒ � k % 06 � ƒ 7 iz ¥ \ 2 t § ƒ / $ c ce ° & \ \ % E o f N 0 u Of LA2 @ § � �_ & CL ■ w � ƒ .. m g 0 $ © k / 2 2 _ 9 5 D @ � / m 2 0 m ■ t E � _ \ / R w \ ■ \ u @ / 4A E 5 w k ' u LA / E m E @ m u ° 0 E a -a w ° LL 06 / 2 � $ � E q / 0 E § u c / \ ƒ u > I a ƒ 0 ® E ¥ J ( 2 ± ® / \ c % E � \ E 0 ° CL ui \ 0 q a)Of LA ■ L.L cLA 2 CL / m ƒ.. m 0 0 $ © k / LL D 0 m C) C) C) C) T-� ■ Lo C) N E .2- :3 a- ui u bo E 0 :3 u 0 E -a ui LL 06 .0 iz > z a) 1 0 :3 C) 4� 0 u C) m w CA E u c L.L u > 06 a) ƒ 0 ® iz i6 C) n (D c c E L.L ui L.L 0 CL ui a N Ln 0:3 m a) ■of LA LL c LA 2 CL m w CL C: m w 0 0 0 c z c E tu a 0 0 m u 93 2 2 2 _ 2 5 7 @ Q- / � � 2 0 � ■ \ p / \ / R 00 00 f � m � a a E 5 w � % / & a � E m E @ m u ° \ 0 E / -a 2 w � a b 06 0 E 0 ¥ 0 § [ / / § / 2 G > / ƒ / / iz ¥ 3 q 2 ± ® c c E L \ . E 0 1w° & \ \ / k * ■ / ° q / 2 LL a) 0 m ƒ.. m 0 0 $ © k / 2 2 _ 2 5 D m 2 0 0 Q- / ■ m p t � / R y 00 u 7 f � & � E � 5 w k / � & bo u E 6 / / w 2 Z LL 06 / E 2 > / ° \ 9 0 E q _� � § < / § / ± ' u > � < / 0- � E a 0 $ c c § � \ E 0 go & / 0 z a) ± 2 LA c% ga) /m w -WCL :. /ƒ m 0 0 $ © k / 2 2 _ 2 5 D m 2 0 0 Q- / ■ m p t � / R $ 9 ■ $ u @ f � & � E 5 w k / � & bo u E 6 / / w 2 Z LL 06 / E 2 > / ° \ 9 0 E q _� � § < / § / ± ' u > 0 E a 0 $ c c § � \ E 0 go & / 0 z a) ± 2 LA % c / a) gCL m w / ƒ.. m 0 0 $ © k / 2 2 _ 2 5 D m 2 0 0 Q- / ■ m p t � / R k ■ k u w f � & � E � 5 w k / � & bo u E / \ /LL / z 2 > \ a) @ LA 0 E § u � § � c� ■ # \ \ 7 > < / LA iz ° 2 ± a k _ LA c § � \ E 0 ° & R / 0 z a) ± 2 LA % c / a) gCL m w / ƒ.. m 0 0 L. $ © k / 2 2 _ 2 5 D m 2 0 0 Q- / ■ m p t � / R a y m u \ f & � E � 5 w k / � & boa) u E / \ /LL / z 2 > \ a) @ LA 0 E § :3 / c a) § � ■ # \ 7 > \ a < / LA � iz a k _ / c c § � \ E 0 ° & R / 0 z a) ± 2 LA % c / a) g m § \ CL ƒi m g 0 � $ © k / 2 2 _ 2 5 2 @ m 2 0 0 Q- / ■ � \ / R � ■ \ u q y � \ � E � 5 f w Z \ 2 bio 0 = f 0 w CA/ / LL 06 LL CA a § I > m (ALL 0 0 E (Ak / § � ± a a > I Q a)06 � < § QL � E ¥ \ 2 ± c k / w ° iz LL 0 CL % * @ 0 % ■ ± / % ƒ E 2 / g m § / CL ƒ m 0 41 0 $ w © k / 2 2 _ 2 5 D @ m 2 0 0 Q- / ■ � \ / R / 9 0 § q E I 5 R w \ f C & \ x / @ 0 / 0 k \ 06 a § I $ m � LL (ALL 0 o E (Ak / § � ± a a > I 06 � � < § a- � E ¥ \ 2 ± c k / w ° lz LL o CL % * @ 0 % ■ ± / % ƒ E 2 / L. gCL § / ƒ.. � m 0 0 $ w © k / LL D E 0 4- 0 4� Q- u m C) N qC) C) C) ■ % Lri 4A z E .2- C)r- :3 U-1 C) C) u x bio 0 E :3 0 0 U E Lil 06 LL LL (A 0 0 :3 u :3 J (A u c > QL 06 QL § a- LA iz i6 � / � / c c E ui lz LL 0 CL > :3 0 LA L.L L.L c V 0 L. CL m m CL cu 0 c c E w 00 0 z u 93 2 2 2 _ 2 5 % @ ■ � � � R \ 3 u � � & f � E � 5 w g f /. 2 \ � u k a 0 06 2 L u = E k ka OP a) C @ k / / \ E / lz 2 c § * o < c & � \ y E o @ w Ln j / % ■ / % Of2 E % & E / � g § CL :i m g 0 � $ © k / 2 2 _ 2 5 % @ ■ � � � R k ■ � u @ & f � E � 5 w / Z \ \ / / _\ LA / L / u b 0 E a u I = $ / c: c § q @ > / § k u u ± \ 3 u 0 a ° < CA ± u \ 2 2 § � 410-/ q $ c ° & ± a) m E o 1 * Ln j S a) ■ / % Of2 E % & E / a) gCL m w / ƒ.. m g 0 $ © k / 2 2 _ 2 5 % @ ■ � � � R a _ k u 7 & f � E � 5 w / f z \ @ / 0 CA k / o / / C) u b 0 E a u I = $ / c: c § q @ > / § k u u ± \ 3 u 0 a ° 1 \ 2 c E � / q $ c e & ± a) m E o @ * N j u a) ■ / % of2 E % & E / a) g § / CL :m.. g 0 $ © k / 2 2 _ 2 5 % @ ■ � � � R $ � 3 u � � & f � E � 5 w / f � \ @ / 0 k / o / / C) u b 0 E a u I = $ / c: c § q @ > / § k u u ± \ 3 u 0 a ° 1 \ 2 c E � / q $ c e & ± a) m E o 1 * Ln j S a) ■ / % of2 E % & E / a) gCL m w / ƒ.. m g 0 $ © k / 2 2 _ 2 5 % @ ■ � � � R w % ■ K u w � & f � E � 5 a- f U f Z 2 m $ E ° m : o 06 / L.L u = 0 E a u I = $ / c § q @ > / § k u u ± \ 3 u 0 a ° < CA ± u \ 2 2 § � 410-/ q $ c ° & ± a) m E o 1 * Ln j S a) ■ / % Of2 E % & E / g .. m g 0 $ © k / 2 2 _ 2 5 % @ ■ � � � R % 9 # u % � & f � E � 5 f / \ m z / 0 � :3 LA E 0 06 & � a) 7 = E k / ka OP q J @ k / § k u / ± \ 3 u 0 a ° u \ 2 2 § � 410-/ q $ c ° & ± a) m E o 1 * Ln j S a) ■ / % Of2 E % & E / a) g § \ � CL ƒ.. m g 0 $ © k / 2 2 _ 9 5 D @ � / m 2 0 m ■ t E � _ \ k R / « k u q a) 4A E 5 w k ' & LA / E m E @ m u ° 0 E a -a w ° LL 06 / 2 � $ � E f j � Z m ° k ƒ \ 06 > I � < \ a- � E ¥ 5 2 ± a \ f * / f c § E Lw L.L 0 CL Ln 0 ) of LA / % LA / / a) gCL m w \ ƒ.. m 0 0 $ © k / 2 2 _ 2 5 7 @ Q- / m 2 0 � ■ t m 7 � E R k § k / � \ E 5 w \ . f ƒ & bo k o LU LL 06 / z 2 E > CA � E j .0 �� ƒ a) \ \ ® > I � < \ E ¥ 5 2 ± ® c c § � \ k LL 0 1w° Ln 0 ) w Of LA / % LA / / � gCL m w \ -W : ƒ.. m 0 0 $ © k / 2 2 _ 2 5 7 @ Q- / m 2 0 � ■ t m 7 w E R \ 00 § Ci / � \ E 5 w \ . f ƒ & bo k o LU LL 06 / z 2 E » 0 jm ƒ / c a) \ \ ® > I � < \ E ¥ 5 2 ± ® c c § � \ k LL 0 1w° Ln 0 ) w Of LA / % LA / / a) g CL m w ƒ.. m 0 0 $ © k / 2 2 _ 2 5 7 @ Q- / m 2 0 � ■ t m 7 -j % R a _@ k § 7 / � \ E � 5 w \ . f ƒ & bio k o � LL 06 / 2 > c E j / w ° ± m Z > I 06 QL FQL < / LA a iz / L- a « c c E u -ak LL 0 ce CL Ln 0 ) w / LA /% / gCL § / c .. m 0 0 $ © k / 2 2 _ 2 5 7 @ Q- / m 2 0 � ■ t m 7 � E R / _ § � / \ E 5 w m . f ƒ & bo k 0 LU LL 06 / 2 � $ � E j � f / © k a z / § m \ \ � > I � < / LA a /iz L.. a « c c E � \ k LL 0 ° CL Ln 0 ) Of LA / % LA / / a) gCL m w / ƒ.. m 0 0 � $ 0 k / 2 2 _ 2 5 7 @ Q- / � � 2 0 � ■ \ p / \ / R 00 \ u 00 f = � � a a E 5 w � % / & a � E m E @ m u ° a / w < b 06 k z k iz \ u c k ° ' a m \\ \ a) > a) < ƒ LA � iz m :3 a \ a / < c c E \ k ƒ LL 0 ° rL G 0 � k o q a) / 2 (a Of 2 E (a LA E / a) 0CL § / c m.. 0 0 � $ 0 k / 2 2 _ 2 5 7 @ Q- u � � 2 0 � ■ \ p / \ / R / _ ■ _k f � � a a a E 5 w � u a E m E @ m u ° a / w b 06 a Z I a) - E \ (A a) % 0 u / k a2 a / § m \ \ o a > � < / QL � iz m :3 a \ a / < c c E \ k ƒ LL 0 ° rL G 0 L- k o q a) / 2 (a Of 2 E (a LA E / a) 0CL § / c .. m 0 0 $ © k / 2 2 _ 2 5 7 @ ■ � \ / R ui � � q k � � & � 5 w � % f . a Z / u a \ 0 © a f \ LL c a 2 > / $ a j � @ 1 R \ / \ \ § m A< ± c § E a \ a < @ $ c U E o @ * / % ® LA % / c / a) g § / � ƒ.. m g 0 $ © k / LL D E 0 4- 0 4� Q- Z u cu E p C) C) k cu :3 a- U-1 bio 0 :3 z u E E -a 0 Lil 06:3 LL E LL k :3 0 0 :3 u E a LA E .:r u c u > 06 m ig a) CL CL LA L.. — h; Em a) 0 c c u R: L.L >1 LL LA 0 w ui u > 1 Ln 0 z a) 0 LA c V L.L m 0 L. a) CL ;i Ln m w Ln 0 0 0 c z c E tu a 0 0 m u 93 2 2 2 _ 2 5 D @ m 2 0 0 Q- / ■ � \ / R / k u cq y \ � E � \ 5 2 / & \ x / a) 0 @ / 0 k a) \ 06 a § I $ LL m a 0 o E V [ / u c £ � J a / > I � m \ � § @ � E ¥ \ 2 ± c k / w ° LL L.L o % * @ 0 % ■ ± / % ƒ E 2 / g § / ƒ.. � m 0 0 $ © k / 2 2 _ 2 5 % @ ■ � � � R _% + u / � & f � E � 5 E 0 U \ / � m \ E 2 m ° § 06 / m L \ ƒ 2 0 E a [ $ / / % k / § E E u 06 m 8 ° a / LA ± 2 c E * o < c & � a) y E o @ w Ln j / % ■ / % Of2 E % & E / a) gCL m w \ ƒ.. m g 0 $ © k / 2 2 _ 2 5 % @ ■ � � � R k @ ■ k u 3 � & f � E � 5 w / f � \ @ / 0 k o/ / / C) u b 0 E a u I = a) 2 0 a) E k / @ u ƒ ƒ 3 / 06 m q a) s � ± u \ 2 2 § � 410-/ q $ c ° & ± a) m E o 1 * Ln j S a) ■ / % Of2 E % & E / � gCL m w / ƒ.. m g 0 $ © k / 2 2 _ 2 5 % @ ■ � � � R o6 % u � & f � E � 5 w / f z \ @ / 0 CA k / o / / L u = 0 E a u I = a) 2 0 a) E k / @ u ƒ ƒ 3 / 06 m q a) s � ± u \ 2 2 § � 410-/ q $ c ° & ± a) m E o 1 * Ln j S a) ■ / % Of2 E % & E / a) gCL m w \ ƒ.. m g 0 $ © k / 2 2 _ 2 5 7 @ Q- / � � 2 0 � ■ \ p / \ / R Ln � § � f ' � a) a a E 5 w � % / & LA E m E @ m u ° a / w b 06 a Z I a) - E > 7@ E E j E / t © / k / > m 06 m \ � L.. @ � a \ � a / < c c E \ k ƒ L.L ° ° G 0 L- k o q a) / 2 (a Of 2 E (a LA E / a) 0CL § / c .. m 0 0 $ © k / LL ::3 E 0 4- 0 4� Q- Z u E C) Ln C) C) C) C) 00 :3 a- U-1 u a)C: a) bio E 0 :3 u E 0 Lil -a 06 LL LL > c (A a) 0 0 a) :3 4-- >w 4� a u m c (A u u 06 a) LA a) M a) LA .� a) LL I :3 0 c c E LL LA m 0 CL u ce w >1 LL > u I LLS Ln z a) N 0 i?� < LA :3 u c V L.L LA 0 L- -ij a) CL m w N t.0 -W :3 m CL -C w 0 0 0 c z c E tu 0 0 m u 93 2 LL ::3 E 0 4- 0 4� Q- Z u E C) Ln C) C) C) C) C) 00 :3 a- U-1 u a)C: a) bio E 0 :3 u E 0 Lil -a 06 LL LL > c (A a) 0 0 a) :3 4-- >w 4� a u m c (A u u 06 QLa) a) M a) z LA .� a) LL c (A (A 0 m :3 0 c c E ce LL LA m LL 0 CL ui > 1 0- LLS Ln z a) N 0 i?� < LA :3 u c V L.L LA 0 L- -ij a) CL m w -W 3: m CL :3 C: -C w 0 0 0 c z c E tu 0 0 m u 93 2 2 2 _ 2 5 7 @ � 2 0 0 Q- / ■ � � \ / R d ■ � u S f � E � 5 f w Z % . / x bio m E m c 0 � / O -0 06 a I E > m c ® a) LL 0 0 E ) / ƒ § / \ ƒ q \ > I ƒ § � lz I :3 < _ § < c E f L E E 0 / § ƒ / 2 / gCL § / c m.. 0 0 $ © k / 2 2 _ 9 5 D @ ■ � � � R \ § ® % � a f � E 5 w U f � � / LA j / LA u LA 06 a) � / = b 0 E E ¢ I = a) \ c § ƒ f > / ° O ƒ § / 06 m ƒ LA \ ± i / � ° m c E a o 3 $ b m w m ƒ E o L < u / Of < :3 2 E & E / gCL m § \ -W : ƒ.. m g 0 $ © k / 2 2 _ 9 5 D @ ■ � � � R \ § ® % � a f � E 5 w U f � \ / / k LA 0 06 a) Z 70 a) LL / u © / $ c q / 0 > / 3 u 0 ƒ a ° ƒ LA ± \ 2 c § \ : q § E < � E o % * m < S / ■ Of < :3 2 E & E / � gCL m w / -W : ƒ m g 0 $ © k / 2 2 _ g 5 3 @ Q- / m 2 0 m ■ t _ \ k R a q u ® 2 f L. a � E 5 w k / u & bo u E / LL / u = � k LL k ° 9 0 E / k Z ƒ 0 \ ƒ / LA E a \ \ c c E ui m k E 0 ° OL � < ) ƒ Of § LA / a) g § / � CL ƒ.. m 0 0 $ © k / 2 2 _ g 5 3 @ Q- / m 2 0 m ■ t _ \ k R q u ® _ \ c a a) E 5 w k / u & bo u E / LL / u = � k LL k ° 9 0 E m � < / k � 06 m I \ ƒ a LA E , 2 ± a \ \ c c E ui % k E 0 ° CL � < ) ƒ Of § LA / gCL m w ƒ.. m 0 0 $ © k / 2 2 _ 2 5 7 @ Q- / � � 2 0 � ■ \ p / m / R k � ■ 7 y 8 9 � a \ E 5 w � % / & a � E m E @ m u ° a / w b 06 a I $ E § f o (Af / c 2 / ƒ � ƒ ƒ LA (A § q 2 ± / c c E � a E 0 ° & \ < § k / § $bo / / gCL § / c m 0 0 $ © k / 2 2 _ 2 5 7 @ ■ � \ / R d @ @ ■ � 8 = � \ f � E � 5 w � f L \ / E / k / _ 0 a) / E / f CL o a) $ Z c c q g m § 0/ / ± & a 06 ( o a) a) � Ln � ± a LL m LL \ 2 2 E / a 0L.L / ° uiLA a) E > � / � f / % ■ E c / m % c.. m g 0 $ w 0 k / 2 2 _ 9 5 D @ ■ � � � R f ■ 2 8 q a f � E � 5 w U f � \ / / k LA _ 0 06 \ i o / > c § ( a) o > R � / ± u 7 � ± E a \ q 2 § [ / _ c & < o « \ ƒ E o G k / k 2 L.L 2 LA § / � ƒ.. m g 0 $ © k / 2 2 _ 9 5 D @ ■ � � � R \ « u / f � E � 5 w U f � \ / � / k _ 0 06 \ i o / > c § ( a) o > R / / / Z u 7 � ± g ° � k \ m c E a q = bo L. m a- a < c ui a) LL E o � % ° k LA 2 L.L 2 LA g § f � ƒ.. m g 0 $ © k / 2 2 _ 9 5 D @ ■ � � � R k q ® � N f � \ z / w > f q & \ > bo 0 / § E LL L / / ® 2 > / © / a g 2 � ƒ k / ± E a 06 LAq bo 0- � § � ± a \ LUc E ® ¢ f < c ° LL 0 E o % E e @ 2 L.. * ~ E � / ■ � f d t / m % ƒ.. m g 0 $ © k / 2 2 _ 2 5 D @ ■ � \ / R k w m . / \ [ a 5 w \ f z . \ / / 0 q § / ± LL c 2 > / $ 2 m / / / ± < a ± 06 LA \ k / LA ° E i / a \ 2 & k m * ¢ < c 3 o E LL o L a k * N 2 � / ° f / t / % � ƒ.. m g 0 $ © k / 2 2 _ 9 5 D @ ■ E $ � R e \ § 06 . \ � a f � E w z � z 2 % 3 / § LA R # / t \ t _ / no b 0 § 7 E I a > LA § % / \ § > R § 5 u J u f LA u L ± :3 a \ / 2 / m 1w° OL * ¢ q < 3 m E o \ % § k * q E a / ■ LA f / t CL / m w % :.. m g 0 $ © k / 2 2 _ 2 5 7 @ ■ � � � � � a $ 0 y E / & E bo R E / w ■ / � 2 ƒ a � / > E \ LA w c \ / E ° \ § bo \ _ E / 7 w LL E LA = o > LA c/ LA § / q / CL 0 > R § � / ± _ » u a f > a ± 0- c m a 2 [ bo = ce m OL a � < c w R E E o / ui < M m of 2 E ƒ § / m w � ƒ.. m g 0 $ w 0 k / LL ::3 ■ C) m C) C) L6 ■ C)Ln Lo to,, :3 a- c 0 ui _0 Q c 0cc cc L.. 2E 0 :3 u u 0 CA LL k 0 c to > c w c a) 0 > :3 4� u cc CA u LP- z u 06 C) m a) w X iz C) LA c x cc to u m bo c LL ui LL 0 > ui L.. x L.L 0 0 u c V :3 0 L- CL 0 -W :3 m C) CL -C w 0 c c E tu 0 0 0 © z u 93 2 2 2 _ 9 5 D @ ■ � £ p § E \ \ � 0 Q- O � E bo E k E / a) 3 E ■ k to u m w % / � 3 E :3 Q- _ 5 E w U f % 2 \ � / / / / k 7 _ u a 0 f f $ b 0 E I OP> > c ( q 0 / @ > R k � / 0 R $ ° L w / � ± E $ ) 2 c E /a § m a bo c > < c > 2 / E o $ / \ Of E \ = E / g m w ® \ ƒ EL m g 0 � $ © k / 2 2 _ 9 5 D @ ■ � £ p § E \ \ � 0 Q- O � E bo E k \ (D R @ E ■ k u q w a / � 3 E :3 Q- _ 5 E w U f % 2 / / k 7 \ 0 O 06 / # Z L 70 $ _ 0 E a I = > ? / CA c c § ( q m @ > R L 5 ƒ / ƒ / ® e � R ~ Q QL ± � \ § / 2 % E \ / b 2 c ° & > 2 ƒ E o $ / \ ƒ � E \ = E L. / g bo m w ® C : ƒ m g 0 $ © k / 2 2 _ 9 5 D @ ■ � £ p § E \ \ � 0 Q- O � E bo E k E (D ¢ ■ ? u q w a / � 3 E :3 Q- _ 5 E w U f % 2 / 0 k 7 0 z / f f $ T 0 � a - 7 2 © OP > ? L § ( q \ @ > R § a) >LA / ± 2 u ob R ° � \ 0 ± � m c ( / \ bL. m . aLL m LA & w : f LL o > m � \ / \ ƒ / \ E 2 / g m w ® \ ƒ.. m g 0 $ © k / LL D E p 0 E -i N Ln Q- 0 a) C: bo C: ui q LA C) m (D C) m to m ui 7@ LA E :3 Q- 0 E ui 0 4� :3 LA CI- u 0 0 06 z 70 a) L.L L.. 70 Ea0 a OP a- LA c c > x c w a) a) 2 .2 > u 7@ C) (a :3 4� Ln C) u a) Ln 4-- r_ ul u 06 3: >x 2 a)LA a) N u Q- 4� a) E0 Ln m c E C) u > 1w CL c u L.L m LA L.L ui :3 0 > LA E a) N < a) w E 0 c V LL 0 L- N CL m w C) m iL w 0 c c E tu a 0 0 m 0 L- © z m u w 93 2 LL D 0 4� Q- 0 c 0 0 ■ /0 0 1- 2 C) bo -j C: N ui ( bo C: ui 7@ E :3 QL 0 C) E :3 ui Ln z a C� a) ■ m 4j C: N :3 a) 0 = E 0 0 f QL a) M LL 70 CD C) CL a) a) Ln Ln © > > Lo .c c a a) 0 c :3 4� w u 0 (a > LLJ Ln L- u a) > Ep- a) IZ- u 06 u QLa) a) N LA L- x IZ 0 a) m C) c E u > LL m c c ce-C U LA CL > ui R > LL 0 ui E of LA L.L a) ui c a) 0 -W w C) 0 0 c E tu z 0 m u 93 LL � ■ / O 0 bo C: ui (D bo C: ui 7@ E :3 QL 0 C) E :3 ui C) 4-j N E :3 u 0 70 k a) a) 0.> c a -j a) L- �p 0 c :3 0 IZ- 4� w u 7@ CC > LLJ Ln u LL u 06 3: a) a) N L QL LA IZ u E bo w CL L.. c ce LL LL CA > ui R > LL 0 ui E LA L.L ui 0 � § ® / � � ƒ w z LL D 0 4� Q- 0 c 0 0 ■ /0 0 1- 2 C) bo -j C: N ui ( bo C: ui 7@ E :3 0- E 0 qC) .5 a- :3 Ln ui Pl■ co N 4A� E 0 Ln :3 QL u 0 > 0 70 u -a a) LL 0 k > rL Ln 0 a) 0 c :3 4� w u 7@ a) (a > LLJ Ln u u 06R 7 QLa) a) N LA L- IZ aE bo m c ce CL CA > LL m R: ui :3 > LL 0 ui E of L.L ui c V 0 bo L. Ln m w C) 0 0 0 c z c E tu a 0 0 m u 93 2 LL 0 4� Q- 0 E 0 0 ■ /0 02 C) bo C: N ui ( bo C: ui 7@ E :3 QL E 0 C) :3 ui N _0 lyi 0 C) E 0 :3 u QL > 0 0 LL 0 0 rL Ln k > a) 0 c :3 4� w u 7@ a) CC > LLJ Ln u u 06R 7 QLa) a) N LA L- IZ ac E c ce a- LA > LL m R: ui :3 > LL 0 ui E of L.L ui c V 0 Lo CL m C) w 0 c c E tu a 0 0 0 © z u 93 2 ::3 LL. E :3 u 0 bo .7 E :3 0 0 E 0 bo :3 E u ui LA (D 0 4� Q- LA Z 'Ui u LA bo ui ■ U 7@ a) 4-- 0 C) m 06 u E :3 0- 0 E :3 ui m 0 E C) :3 C) u Di 0 0 Lo LA 11 LL 70 m a) 7C3 4 0 N rL 9L m a) a) > > a) L- 0 :3 0 / 4� u 7@ Z (a u u C) u c 06 R Ln QL a) 0 (a a) N LA c L- a) u IZ # bio a) >w LLJx u 0 E c LL ig ui :3 u LL 0 > m c L.. a c E LA E —E 4� m L.. N a) 19 OL u Of x c a) L.L ui V L- .2 CL m w C) m w 0 c z c E tu a 0 0 m 0 © N u 93 2 ::3 LL. E :3 u 0 bo .7 E :3 0 0 E 0 bo :3 E u ui LA (D 0 4� Q- LA Z 'Ui u LA bo ui U 7@ w 0 4-- E 0- C) m 06 u 0 E :3 0- E :3 ui m 0 E C) :3 C) u 6 0 0 00 LA _0 m a) 11 LL 06 7C3 4 0 N rL 9L m a) a) > > a) c z 0 :3 0 u 7@ N (a u 06 QL 0 N �p a a) c u L- IZ- w x Ebio > LLJ u LL < c L.L ui :3 u L.L 0 > m c E LA E m N L.. 19 OL u Of x Eui c V L- 00 .2 CL m w C) CL m w 0 c c E tu a 0 0 0 © N z u 93 2 LL D 0 4� Q- 0 c 0 0 ■ /0 0 1- 2 C) bo -j C: N ui (D bo C: ui 7@ E :3 0- E 0 C) :3 ui -a Ci ■ 4-j N 0 0+1 E:3 CL 0 u 0 LA _0 a) L.L 70 > > c 0 a -j a) 0 L- :!� 0 c :3 4� w u 7@ Z (a > LLJ Ln u u 06 3: 2 QLa) a) N LA L- IZ LA m L. c E m u bo LA c bo m CL c ce L.L ui :3 L.L L.L 0 > Ln E 0 N < 4� a) w < — L.. Of LA 0 LL a) M c V 0 L- CL m w C) m iL w 0 c c E tu a 0 0 m 0 L- © z m u w 93 2 LL D 0 4� Q- 0 c 0 0 ■ /0 0 1- 2 C) bo -j C: N ui (D bo C: ui 7@ E :3 QL E 0 C) ui Lo :3 :6 _0 kR C: w Ln m 4-j C: 4A 0 E +1 :3 QL 0 u 0 LA _0 a) L.L 70 .F a) z ©> a -j a) r- 0 c :3 C) w u 7@ Lo (a > LLJ Ln u a) a) > Ep- u QLa) 06 5 a) N c LA iz u c E bo m c c ce CL L.L LU L.L 0 > Ln E 0 Of LA 0 L.L a) M c V 0 C) CL m w m w 0 0 0 c z c E tu a 0 0 m u 93 2 2 2 _ 9 5 D @ ■ � £ p § E \ f � 0 Q- O � E bo E k E ( / � ■ 2 u « w % / � 3 E :3 Q- _ 5 E w : U f % 2 0 / k 7 _ Z u 06 a G - 0 f $ § E a / 2 © _ / § k / � a) � / ± 2 q / ob R a � \ q 2 c E \ / b $ c ° & \ a 5 @ R L o G E / / ~ m Of / \ / E / g m w ® \ ƒ.. m g 0 $ © k / 2 2 _ 9 5 D @ ■ � £ p § E \ f � 0 Q- O � E bo E k E \ � ■ � u ? w a / � 3 E :3 Q- _ 5 E w U f % 2 f 0 / 2 § 7 / \ ° � / 0 x _ E % / R / c 7 / ® a) % > / / LA u ± 2 > u ob R ° a) w 7 ± E $ @ m c E / L. � c b m . a f & w : f L.L o \ / a k * w < m / ° / a) / E / gCL m w ® \ ƒ.. m g 0 $ © k / LL ::3 E :3 :3 u L.. :3 4� u :3 E 4� u 0 0 ua) bo ui (D C:) 00 bo ui 7@ E :3 0- 0 E :3 C) ui Lo m m / C) 0 z E m 0 :3 u 0 :3 0 -a u LL 70 0 bo CL > M E a) C) 0 Lil :3 C) 06 u Ln m CA a) Ln u a) a) a) 4� Ep- IZ- a) u 4.1 06 7E) a) 0 c L-a) LA QL a a) N > ho c -C a)Er_ > (a a) a w 4� u C) u c :3 c LA R: LL ig u (a LLJ :3 V) LL 0 he > c E Ln E a) ■ ce CL Of CA 0 L.L a) c V 0 L- CL m w m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E 4� u 0 0 ua) bo ui (D C:) 00 bo ui 7@ E :3 0- 0 E ui q :3 C) :6 a) Ln c w 00 m Ln m 0 E :3 4A u 0 0 LA _0 u 0 a) LL c 7 a) to z k E a) N 0 LU :3 06 u a) u m LP- u 06 R 0 bo c iz 4 a) >w L.. LL (a C) u bo c :3 c LL ig ) 0 ui :3 LL > c E Ln E a) ce CL Of LA 0 LL a) c V 0 bo L- CL m w m 0 0 0 c z c E tu a 0 0 m u 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E 4� u 0 0 ua) bo ui (D C:) 00 bo ui 7@ E :3 0- 0 E :3 C) ui Ln m 0 E :3 4A u 0 0 LA _0 u a) LL c 70 a) 0 to CL > c z CA >� E a) u Lil :3 06 u m a) u 0 u a) 06 LAa) 0 QL a N c IZ- LL # f CA m > u bo c :3 c L.L ig u ui :3 L.L 0 he > c E Ln E a) ce CL Of CA 0 L.L a) c V 0 bo Ln CL -ij m w m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E 4� u 0 0 ua) bo ui (D C:) 00 bo ui 7@ E :3 0- 0 E ui q :3 C) :6 a) Ln —Z a) 2 0 E :3 4A u 0 0 LA _0 u a) 11* LL 70 4 0 to a a_ L- > E a) Lil :3 06 u a) u 0 u a) 06 LAa) 0 QL a N c IZ- LL # f CA m > u bo c :3 c L.L ig u ui :3 L.L 0 he > c E Ln E a) ce CL Of CA 0 L.L a) c V 0 bo CL m w m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL 0 0 u a) a) bo ui bo m E ui 7@ E :3 0- 0 E C) ui k � ' � k :3 u 0 0 _0 LL 4 70 0 lao r— CL a) a) CA > .> z c E a) L- L-- .2 Lil :3 0 a) 06 u 7@ a) u a) a) t- IZ- IZ- u 4.1 06 a) 0 QL a a) N LA c IZ- LL LL a) (A > u u bo m 0 < c LL u -a LL ui :3 0 c E > m a) L.. a m c LA E —w a) ce CL Of L.L a) c 0 r- CL m iL EL w 0 c c E tu a 0 0 0 L- © z u w 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 0 u a) a) bo ui (D C) bo m c ui 7@ E :3 0- 0 E :3 C) ui / N 0 z E N 0Q :3 au 0 x 0 Ln u 70 m LL a) x 0 bo E C) CL a) Lo > E a) m 0 ui :3 06 u 7@ a) u c u L.. a) 0 06 a) QL a a) a) LA c -C lz a) (a > u u (a c 0 c LA L.L ig u R: m _0 L.L he ui :3 0 c E > m a) L.. a m c LA E —w a) ce CL Of L.L a) c V 0 CL m w 00 m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 0 u a) a) bo ui (D C) bo m c ui 7@ E :3 0- 0 E :3 C) ui C) N / 0 z E N 0 :3 au 0 x 0 m Ln LL u 70 a) x 0 bo E C) CL a) r- > E a) m 0 ui :3 06 u 7@ a) u c u L.. a) 0 06 a) QL a a) a) LA c -C lz a) (a > u u (a c 0 c LA L.L ig u R: m _0 L.L he ui :3 0 c E > m a) L.. a m c LA E —w a) ce CL Of L.L a) c 0 � § � � � � $ CL 0 0 0 c 'r z, c E tu a 0 0 m u 93 2 LL D E p 0 E -i N 00 Q- 0 bo uiC: C) C) (D co o6 to a. 4A 7@ E Q- u .5 a- ig L.. ui :3 u bo\ � -i 4i 0 E 4� :3 LA Q- u 0 0 06 z LL V� 0 © iz a OP c > Ln c w a) Ln 0 > :3 a) u 7@ L- Q- u a) x 4-- r_ LLJ u obR c) a) Q- C) a) N Em c E 4; u L.ba m L.. u ne CL c > LL u ui LL 0 E :3 c� L.L c V 0 C) CL m m w 0 c c E tu a 0 0 0 © z u 93 2 LL D E p 0 E -i N 00 Q- 0 bo uiC: C) C) (D Lq 00 N to 7@ LA E Q- u .5 a- ig L.. ui :3 u bo\ � -i 4i 0 E 4� :3 LA Q- 0 u 0 06 0LL 17L 0 Ia OP Ln c o > :3 rL .Z" u 7@ Ln (a u u W 06 x CL Q- a) N LLJ LA a) L- C) iz Ln LA m c E u LL ce CL c c m LA > LL R: ui R 0 LL 0 LL E m c� 4� :3 a) Of LA L.. L.L a) = c 0 m § ® \ � � ƒ CL 0 0 0 c z c E tu a 0 0 m u 93 2 2 2 _ 9 5 D @ ■ � £ p § E \ \ � 7 Q- O � E bo / C) / uco to % w / � f 3 / w / \ / -i \ � / / / / k 7 _ Q- u O / # L x = 0 E a I = $ ? / § ( q Z f > R § \ x O ± 2 / / o R a a) A ± L \ / ° @ q m c [ \ / ± a 2 LA R � o $ / m Of E \ = E / g $ © 0 / LL D E p 0 E -i N 00 Q- 0 bo uiC: C) C) IR o6 (D N C) to a. 4A 7@ E Q- u .5 a- ig L.. ui :3 u bo\ � -i 4i 0 E 4� :3 LA Q- 0 u 0 06 LL 0 17L r- OP z rL a > > c c a) :3 0 > :3 u a) Ep- uu a) ob R Q- a) a) N x Q- LLJ LA x EC) a) C) LA m c E C) Ln m L.bo m u ce CL c c m E < LA L.L> m L.L 0 ui m:3 LA L.. a E c m Of� :3 L.L a) = c 0 m § ® � � � ƒ CL 0 0 0 c z c E tu a 0 0 m u 93 2 LL D E p 0 E -i N 00 Q- 0 bo uiC: C) C) (D ko N m to 7@ E Q- u .5 a- ig L.. ui :3 u bo\ � -i 4i 0 E 4� :3 LA Q- 0 u 0 06 LL 0 EIa OP c > :3 z > u 7@ u x 4-- u ob a) Q- a) N u LA L- x EC) a) a C) LA m c C) Ln m L-bo m u Ln c c m E LA LL> LL ui m:3 m 0 L.. a E c m Off 4� - :3 a) LA L.. L.L a) = c V 0 L- CL m w m w 0 0 c z c E tu a L0 41 © 0 m - u w 0 2 LL D E p 0 E -i N Q- 0 bo uiC: C) C) (D N to 7@ E Q- u .5 a- ig L.. ui :3 u _0 bo -i -i C: a) 4i >� 0 E 4� :3 LA Q- 0 u 0 06 L.L Z iz 0 OP Ln CA c c c w a) > :3 u u 7@ U Ln u a) a) C) 4-- r_ C) u ob Ln a) m Q- a) 4 N u LA L- a) iz LA ■ m c E 6 a) m L. m L.. u bo ce CL c L.L 0 :3 L.L > Ln � � / � \ LA LL a) u c 0 m § ® Ln CL 0 0 0 c z c E tu a 0 0 m u 93 2 LL D E p 0 E -i N Q- 0 bo uiC: C) C) (D r"C) 0� m to 7@ E Q- u .5 a- ig L.. ui :3 u _0 bo -i -i C: a) 4i >� 0 E 4� :3 LA Q- 0 u 0 06 LL 0 L. 17L a0 Ia OP a) z Ln c > .> c w a) L- C) 0 > :3 Ln u (a Ln a) u a) a) -i u Ep- u u ob a) C) Q- a) N Ln LA iz LL m c u 0 < c LL >LL —:3 LA R: ui LL 0 � � / � \ Ln LA L.L a) u c V L- .2 CL m w m CL c w 0 c c E tu a 0 0 m 0 L- © z u w 93 2 LL D E p 0 E -i N Q- 0 bo uiC: C) C) Lq ui (D to a. 7@ LA E Q- u .5 a- ig L.. ui :3 u bo\ � -i 4i 0 E 4� :3 LA Q- u 0 0 06 L.L x iz 0 r- x Ia OP a) -j c > u w a) u 0 > :3 u @ LL u r u ob a) x Q- a) u LA IZ N i L- w m u Ln u m c E C:) L- m L.. bo c # < c > LL LL —m a) LA ui :3 LL 0 Ln a) LA L.. LL a) u c .2 CbOL m CL c iL -C w 0 c c E tu 0 0 m 0 L- © z u w 93 2 LL D E p 0 E -i N Ln Q- 0 a) .C: bo ui C: C) LA C) m r"cli (D C) 0� Ln to a. 7@ LA E Q- u .5 a- ig L.. ui :3 u bo\ � -i 4i 0 E 4� :3 LA Q- 0 u 0 06 LL 17L 0 / CL OP Ln >c z c w 0 :3 a4� u Ln a) (a Ln u a) x rL Ep- r_ u ob 3: a) a) N C) Q- LA L- Ln IZ # # w (a LA m c E L.L m L- u bo c 0 < LL LL LA ui :3 LL 0 > LA a) c V L.L 0 00 CL m w m w 0 c c E tu a 0 0 m 0 L- © z u w 93 2 LL D E p 0 E -i N Ln Q- 0 a) .C: bo ui C: C) LA C) (D Ln Pli a) N C: w 00 N to wC: 7@ E Q- u .5 a- ig L.. ui :3 u bo\ � -i 4i 0 E 4� :3 LA Q- 0 u 0 06 LL 17L 0 / CL OP Ln >c z c w 0 a:3 u r- a) u x rL Ep- u ob 3: a) IZ Q- a) N C) LA L- Ln (a Ln m a) I LA m c E L.L L-u m bo c 0 < LL LL LA ui :3 LL 0 > LA c L.L m § ® � � � ƒ CL 0 c c E tu a 0 0 m 0 L- © z u w 93 2 LL D E p 0 E -i N Ln Q- 0 a) .C: bo ui C: C) LA C) m 6 (D Ln rl� a) c § ko C) to a. 7@ LA E Q- u .5 a- ig L.. ui :3 u bo\ � -i 4i 0 E 4� :3 LA Q- 0 u 0 06 LL 0 L.L. 17L > a) k 6L2n 4r40�L-- >a P u @ u r b 3 x u a) N C) LA Q- L-ELn C) a)LA m c u c E m c LL ig LA R: ui :3 LL 0 > LA E a) N < a) w E 0 V L.L c 0 C) CL m w m w 0 0 c z c E tu a L0 41 © 0 m - u w 0 2 LL D E p 0 E -i N Ln Q- 0 a) .C: bo ui C: C) LA C) (D m 6 C) m N to 7@ LA E Q- u .5 a- ig L.. ui :3 u _0 bo -i -i C: a) 4i >� 0 E 4� :3 LA Q- 0 u 0 06 LL 0 L.L. 17L r- rL a a) a) c OP > k w a) 0 > :3 u 7@ u rL 4-- x u ob 3: 2 a) a) N C) LA Q- L-ELn C) a)LA m c 6 Ln m L- m u bo c E m c LL ig LA R: ui :3 LL 0 > LA E a) N < a) w E 0 L.L c 0 m § ® � � � ƒ CL 0 0 c z c E tu a L0 41 © 0 m - u w 0 2 LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 a- ig L.. ui :3 co q bo z 4j N :3 ) 0 = E 0 f QL 0 M LL > CL a) >a) Ln Ln © a) 0 c :3 4� w u 0 (a > LLJ Ln L- u a) > Ep- a) IZ- u 06 u QLa) a) N LA L- x IZ 0 ( m C) c u > LL m c c -C U LA > ui R > LL 0 I Ln E ui of LA L.L a) ui c a) 0 � § ® � � � ƒ w m 0 z LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 a- ig m L.. ui :3 C)q bo z 4j N :3 ) 0 = E 0 f QL 0 M LL > CL a) >a) Ln Ln © a) 0 c :3 4� w u 0 (a > LLJ Ln L- u a) > Ep- a) IZ- u 06 u QLa) a) N LA L- x IZ 0 ( m C) c u > LL m c c -C U LA > ui R > LL 0 I Ln E ui of LA L.L a) ui c a) 0 m § ® � � � ƒ w m 0 z 2 (A Q- 0 E 0 _0 Q- C, 0 2 C) g to j 04 c LLJ Ln to c Ui N E C) C) LN to z 4j r- N 4 0 0 E 0 0 a) -a:3 U 0 M LL CD C) CL a) a) Ln Ln © > > Ln .c c a a) c :3 w U 0 U > LLJ a) > Ln L- a) IZ- U 0U QLa) a) N LA L- x a) iz 0 m ab; >L.. L. c E U to c ce CL L.L U LA R: > Ui :3 L.L> 0 E Li Ln LA L.L a) Ui c a) V to .2 cL m m CL w 0 ww00czc0La0mL- w LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig ui :3 -a bo 4i Ln N LA 0 +1 m .0 z E : :3 0 QL 06 0u t.0 a) # N LL x -a E x ILn a) Ln ©> c a -j a) C) c :3 C) w u 7@ Ln (a > LLJ Ln u a) a) a) u 06 3: -a bio a) QL a) N 0 LA IZ (a a) bo c E u c 0 c CL > m LA LL — 0 ui :3 LL 0 > I Ln E ui of LA L.L a) ui c a) 0 m § ®L. Ln 0 0 c E tu 0 N 0 zm u 93 LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig ui :3 -a bo 4i Ln N LA 0 +1 m .0 z E : :3 0 QL 06 0u t.0 a) Ln LL x -a E x I00 a) ©> 11* a -j a) C) c :3 C) w u 7@ Ln (a > LLJ Ln u a) a) a) u 06 3: -a bio a) QL a) N 0 LA IZ (a a) bo c E u c 0 c CL > m LA LL — 0 ui :3 LL 0 > I Ln E ui of LA L.L a) ui c a) 0 � § ® Lo -W 0 0 c E tu z 0 m u 93 LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig ui :3 N bo m 4i N 0 E :3 u 0 0 LL > > z 0 :3 w c C) u 7@ Ln (a > LLJ Ln u a) a) a) u 4-- 06 3: _0 bio a) QL a) N 0 LA iz bo c E u 0 c ce CL > LA L.L — 0 ui :3 L.L> 0 I Ln E ui of LA — F- LL a) ui c a) 0 bo _0 CL m § ® � � � ƒ 0 0 c z c E tu a 0 0 m u 93 2 LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig r- w :3 Lo bo C) 4i N 0 E +1 :3 QL u 0 0 z L.L k ? C) © Ln c a a) Ln .0 c :3 E 4� w u 7@ m m > LU u u 07 bo 0- a) 0 a) 0 CA iz bo c E u 0 c ce CL > LA L.L — 0 ui :3 L.L> 0 I Ln E ui of LA — F- L.L a) LU c a) V 0 bo _0 00 CL m w m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL D 0 4� Q- 0 E 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig N ui :3 Lo bo C) 4i N 0+1 :3 E QL u 0 z 0 a) # 0 L.L 70 t.0 ax > 0 x c a -j 11*n .Z0("a c j a C > L I n u 06 R LL C) Q a N A wa > Z x0 a m u cE E < c 0 LA LL m LL ui LL 0 > > I Ln E ui of LA L.L a) ui c a) m § ® � � � ƒ tu A LL D 0 4� Q- 0 E 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig Ln :3 bo C: a) 4i 06 m w C: Ln —Z N C: a) 0+1 :3 E QL u 0 z 0 LA _0 a) Cd L.L 70 ko ax M a) m ©> x a -j 11*0 40(�a c j a C > L I n u 06 R LL C) Q a N A wa > Z x0 a m u cE E < c 0 LA LL m LL ui LL 0 > > I Ln E ui of LA L.L a) ui c a) 0 � § ® C) -W 0 0 c E tu z 0 m u 93 LL D 0 4� Q- 0 E 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig Ln w :3 C) 70 bo co C: a) 06 m 4i w C: Lo —Z N C: a) 0+1 :3 E QL u 0 z 0 LA _0 a) 0L.L 70 t.0 ax M a) m ©> x a -j 11*0 40(u�a- c j a C > L I 6 R n a) QL a) N _0 LA L- x L- a) w >1 IZ 0 a L- LL m u C) c E bo E < c 0 LA LL m LL ui LL 0 > > I Ln E ui of LA L.L a) wc a) m § ® � � � ƒ tu A LL D 0 4� Q- 0 E 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig Ln :3 bo a) m 4i w C: —Z N C: a) 0+1 :3 E QL u 0 z 0 LA _0 a) 0L.L 70 t.0 ax M a) m ©> x a -j c ® 40(u�a- c - j - C > L I 6 R n a) QL a) N _0 LA L- x L- a) w >1 IZ 0 a L- LL m u C) c E bo E < c 0 LA LL m LL ui LL 0 > > I Ln E ui of LA L.L a) ui c a) V 0 bo _0 CL m w m w 0 0 0 c z c E tu a 0 0 m u 93 2 2 (A Q- 0 c 0 _0 Q- C, 0 2 C) g 110 j 04 c LLJ Ln bo c ui N E u C) C) w :3 00 73 bo 00 LA o :3 u 0 0 70 LL > CL 0 2! zc� a a) 0:3 m c z 41 >w u ui a) LA a) 6 u 2Ln u Ln �t 06 R LL 0- a) a) N _0 LA L.. x L.. a) iz 0 LL C) u c E 0 oi c 1w CL LL — LL R: ui :3 L.L 0 > > E Li Ln LA L.L a) ui c a) L. .2 CL m CL w 0 c c E w 0 0La0 L- w © z ::3 LL. E :3 u 0 bo .7 E :3 0 0- E 0 0 4� :3 bo u ui mLA 0 (D Q- LA Z 'Ui u LA bo E L.. U ui a) LI.- 7@ w 0 E C:) u 2 E a- u .5 L.. a- ig ui :3 -a bo 0 E C) :3 C) u o6 0 0 00 LA -a r- a) 11* L.L rL 9L m a) a) > > a) L- 0 :3 0 / 4� u 7@ Z (a u u C) u c 06 R Ln a) 0 (a QL "a a) N a) c 7@ LA L- u L; IZ # bio a) >w LLJ x 3 u 0 E c LL ig ui :3 u LL 0 > m c L.. a c E u� E —E 4� -- m L.. N a) 19 OL u Of LA x c a) L.L ui V L- .2 CL m w m CL c iL w 0 c c tu a 0 E 0 m 0 L- © N z m u w 93 2 ::3 LL. E :3 u 0 bo .7 E :3 0 0- E 0 0 4� :3 bo u ui mLA 0 (D Q- LA Z 'Ui u LA bo E L.. U ui a) LI.- 7@ w 0 E C:) u 2 E a- u .5 L.. a- ig ui :3 -a bo 0 E C) :3 C) u Di 0 0 Lo a) LA 11 LL_0 7 rL 9L m a) a) > > j 04�z c Ep-(a u z 6 u u a) 06 Ln 0 (a QL "a LL u a) N LA > LLJ c 7@ L- C: L; IZ a) w x u 0 c LL c LL ig ui :3 u LL 0 > m c L.. a c E u� E 54� m L.. N a) ce OL u Of LA x c a) L.L ui m § ® Ln .2 CL iL w 0 c c tu a 0 E 0 m 0 L- © N z u w 93 2 LL D 0 4� Q- 0 E 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig r- w :3 -a bo m C: a) j w Ili 4- N 0 < :3 E +1 QL I- u 0 z 0 L.L :3 kCL 0 a -j a) (a 0 c :3 a) w u a) M (a > LLJ Ln C) u Ep- C) Ln a)u 06 LA a) N u LA IZ # (a 0 (a L. L-u > c E bo m c E a) c 1w rL LL ui u LL 0 > Ln E 0 Of LA 0 L.L a) M c V 0 ko CL m w m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig Ln :3 to Lq 4i C) 0 E +1 :3 QL 0 u 0 LA L.L a > a) > k © .c C) 0 c :3 Lo .Z" w u I (a > LLJ Ln a) C) u C) LP- Ln u ob 0- a) a) wE cA iz u c E bo bo m c _0 c ce CL >L.L 0 LA R: LU L.L 0 Ln E 0 Of LA 0 L.L a) M c 0m § ® bo 00 CL 0 0 0 c z c E tu a 0 0 m u 93 2 LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig m w :3 Lo -a bo 4i C) 0 E :3 u 0 0 LL CA ©> .> c a -j a) L- 0 c :3 0 -- 4� w u LLJ Ln 7@ (a >C) u C) LP- Ln u 06 E iz u c E bo bo m c _0 c ce CL >L.L 0 LA R: ui L.L 0 Ln E 0 Of LA 0 L.L a) M c V 0 L- CL m w m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig r- ui :3 -a to 4i C) 0 E +1 :3 QL 0 u 0 L.L a > a) > k © C) 0 c :3 Lo .Z" w u I (a > LLJ Ln a) C) u C) LP- Ln u ob R Ln 0- a) a) wE cA iz LA u bo a) m L. c E bo m c _0 c ce CL >L.L 0 LA R: LU L.L 0 Ln E 0 Of LA 0 L.L a) M c 0 C) CL m w Ln c 0 0 0 c z c E tu a 0 0 m u 93 2 LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig w :3 Ln bo m a) ' N w kd C: C) V� -Z r_ m C: a) 0 E +1 :3 QL 0 u 0 LA a) 4 / L.L a > a) > k © a) N 0 c :3 Lo .Z" w u I (a > LLJ Ln a) C) u a) a) C) LP- r_ Ln u ob R Ln 0- a) a) wE cA iz LA u bo a) m L. c E bo m c _0 c ce CL >L.L 0 LA R: LU L.L 0 Ln E 0 Of LA 0 L.L a) M c V 0 L- CL m w Ln c 0 0 0 c z c E tu a 0 0 m u 93 2 LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig N w :3 m bo a) Ln m 4i w kd C: C) V� -Z r_ m C: a) 0 E :3 u 0 0 LA _0 a) LL a) CA ©> c a -j a) 0 c :3 4� w u LLJ Ln 7@ (a >u a) r_ Ln u 06 R Ln 0- a) a) wE cA iz LA u bo a) m L. c E bo m c _0 c ce CL >L.L 0 LA R: ui L.L 0 Ln E 0 Of LA 0 L.L a) M c 0 CL -ij I -W 3: m w Ln c 0 0 0 c z c E tu a 0 0 m u 93 2 LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig Lo w :3 Ln bo a) Lo m 4i w kd C: co N 0 E :3 u 0 0 LA _0 a) 11* L.L CA ©> > c a -j a) L- 0 c :3 0 4� w u 7@ (a > wLn u a) a) :!� u 4-- IZ- 06 R z QL a) a) N LA L- Ln IZ 4 m a)LA m m b; LL m L- c E u bo m c c ce CL LA LL 0 ui :3 LL LL 0 > Ln E 0 N < 4� a) w < — L.. Of LA 0 LL a) M c V 0 bo L- m CL m w Ln 0 c c E tu a 0 0 m 0 L- © z u w 93 2 2 (A Q- 0 c 0 _0 Q- C, 0 2 C) g 110 j 04 c LLJ Ln bo c Ui N E U C) C) o6 :3 / o :3 U 0 0 70 LL a) rL ©> a -j a) 0 c :3 w U z (a > LLJ 'A U C) ob R T QL a) N C) LA L- IZ Ln a) Ln U LL m c E c c ce CL L.L m ig 0 oi R: Li :3 LL LL 0 > L.. a Ln E N < a) w < — L.. Of LA L.L a) M c .2 CbOL w En C c 0 0 0 w w © 0z U w : 93 2 LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig co ui :3 m bo N 4i N 0 E :3 u 0 0 L.L CA ©> > c a -j a) L- 0 c :3 0 4� w u 7@ (a > LLJ Ln u a) a) :!� u 4-- IZ- 06 R z QLa) a) N LA L- Ln a) IZ 4 11* LA m m b; LL m L- c E u bo m c c c ce CL LA LL a 0 ui :3 LL LL 0 > Ln E 0 N < 4� a) w < — L.. Of LA 0 LL a) M c V 0 Ln CL m w Ln c 0 c c E tu a 0 0 m 0 L- © z u w 93 2 LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig w :3 _0 bo 06 4i N 0 E :3 u 0 0 L.L CA ©> > c a -j c :3 0 1- w u z CC > wLn u a) a) fy� Ep- u 06 w QL a) N C) LA Ln a) iz Ln LA u m LL m c E bo m c c 2 < c ce CL LA L.L a 0 ui :3 L.L L.L 0 > Ln E 0 N < 4� a) w < — L.. Of LA 0 LL a) M c 0 Lo CL m w Ln c iL EL 0 c c E tu a 0 0 m 0 L- © z m u w 93 2 LL D 0 4� Q- 0 c 0 0 w E 0 0 C) bo -j N C: ui (D bo uiC: 7@ E QL u C) .5 L.. q a- ig w :3 co _0 bo co C: a) w 6 4i N 0 E :3 u 0 0 L.L CA ©> > c a -j a) L- 0 c :3 0 4� w u 7@ (a > wLn u a) a) :!� u 4-- IZ- 06 R z QL a) a) N LA L- Ln a) IZ Ln LA u m LL m c E bo m c c 2 < c ce CL LA LL a 0 ui :3 LL LL 0 > Ln E 0 N < 4� a) w < — L.. Of LA 0 LL a) M c V 0 L- r- CL m w Ln c 0 c c E tu a 0 0 m 0 L- © z u w 93 2 LL D E p 0 E Q- 0 bo uiC: C) C) (D co C) m to 7@ E Q- u .5 a- ig L.. ui :3 u _0 bo -i -i C: a) 4i >� 0 E 4� :3 LA Q- u 0 06 0 70 a) 11 LL Z LL IOP a) 0 Ln c > .> c c w a) L- L- 0 > :3 0 (a 4� u 7@ 3: (a u 0 :3 Q- u a) Q- a) N LA LA ELn a) L- C) LA m c E u LL ce CL c c m LL LA > ui R 0 LL 0 LL I Ln E N bo a) m Of LA LL a) 0 c 0 00 CL m w Ln c 0 0 0 c z c E tu a 0 0 m u 93 2 LL D E p 0 E Q- 0 bo uiC: C) C) (D kRco C) m N to 7@ E Q- u .5 a- ig L.. ui :3 u _0 bo -i -i C: a) 4i >� 0 E 4� :3 LA Q- 0 u 0 06 LL 0 EIa OP CA c > :3 u Ln a) 0 u u ob 3: m a) 3: CL a) N LA L- C) iz Ln a) LA m c LL u c c m LL LA > ui R 0 LL 0 LL I Ln E bo a) m Of LA L.L a) 0 c V 0 L- m CL m w Ln c 0 0 c z c E tu a L0 41 © 0 m - u w 0 2 LL D E p 0 E Q- 0 bo uiC: C) C) ( m ui 00 N to 4A 7@ LA E Q- u .5 a- ig L.. ui :3 u bo\ � -i 4i 0 E 4� :3 LA Q- 0 u 0 06 LL 0 EIa OP c % > :3 0 z u a) u u a) ob Q- N L- iz C) a) C) LA m c Ln m bo L- m u c c m E < LL — m LA ui :3 LL 0 > I Ln E bo a; a) N m Of LA 0 c L.L 0 C) CL w m w 0 0 c z c E tu a L0 41 © 0 m - u w 0 2 LL D E p 0 E Q- 0 bo uiC: C) C) (D N cq 00 m N to 7@ E Q- u .5 a- ig L.. ui :3 u bo\ � -i 4i 0 E 4� :3 LA Q- 0 u 0 06 LL 20 iz co a c C: > > a) 0 4�0 > :3 u 7@ (a u u ob k Q- a) :3 N Q- a) LA LA iz C:) a) C) CA m c E C) u Ln Ln m ce CL c E L.L — m LA ui :3 L.L 0 > I Ln E bo a) m Of LA a) 0 c V L.L 0 L- CL m w m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 u 0 bo 0- c ui LA m -mo (D C:) 00 C) bo c ui 7@ u :3 C)C) bo 00 0 E N :3 u 0 0 _0 u L.L Z CL bo > > :3 C) E 0 Lil Ln u 06 LA a) E u a) a) a) u 06 'v a) 0 c OL a a) a) N bo LA c r_ L.. 70 +1 Ea) w m 0 > u c :3 c LL ig u LA m ui :3 LL 0 he > c E Ln E a) ce CL LA Of 0 L.L a) c L. 0 bo _0 CL -ij I -W 3: w Lo :3 c m EL — w 0 0 0 c z c E tu a 0 0 m u 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 u 0 bo 0- c ui LA m -mo (D C:) 00 C) bo c ui 7@ E u C) ui :3 C) bo 00 (Yi Lo a) 06 00 0 E N :3 u 0 0 _0 u L.L .F Z CL bo > > :3 C) E 0 Lil Ln u Ln 06 LA a) E u a) a) a) u 06 'v a) 0 c OL a a) a) N bo LA c r_ L.. 70 +1 Ea) w m 0 > u c :3 c LL ig u LA m ui :3 LL 0 he > c E Ln E a) ce CL Of L. LA a) c 0 L.L V 0 bo _0 L- m CL m w m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 u 0 bo 0- c ui C) 00 C) bo c ui 7@ u :3 C)C) bo 00 0 E N :3 u 0 0 _0 u LL to > > E a) 0 L.. ::� 0 LU :3 a) 6 LP- u 4� u z m 06 Ln u 06R '7 w a- 0 C: a)LL w ® c r_ E0 a)Ln > LL (a u bo c c :3 < LL ig u LA m ui :3 LL 0 he > c E E a) ■ Of LA 0 L.L a) c 0m § ® � � � ƒ bo CL 0 0 0 c z c E tu a 0 0 m u 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 u 0 bo 0- c ui LA m -mo (D C:) 00 C) bo c ui 7@ E u C) ui :3 C) bo (Yi 00 00 0 E N :3 u 0 0 _0 u L.L lao > > E a) 0 LU :3 a) Ln u u 4� u z m 06 a) a) LP- 06R T w a- 0 C: a)LL w ® c r_ E0 a)Ln > LL (a u bo c c :3 < LL ig u LA m ui :3 LL 0 .w > c E E a) ■ Of LA 0 L.L a) c V 0 bo Ln CL m w m w 0 0 c z c E tu a L0 41 0 0 m - u w 0 2 2 2 _ 2 5 7 @ � E / % £ f � u � ) J u :3 E � E u � S / § u O a) E 0- w ■ % (D � \ / bo w / � f 3 / w / \ f bo ko 0 g § 0 4A x / / 2 bio $ ? R Ln c E � _ $ § / / a / k % 2 0 \ u CA ° a) 2 » d u u _ * §E < cLA ± \ / / © he c E \ / / / ° & of � \ / c / g m § ® ko CL .. m g 0 $ © k / LL ` °I::: m v E .n c v L L u L 0 L v L u c E u c o c +-, o Q u O a) v � c v bo 0. c w (D 0 v r c J ar bo c w v v c v � n u .5 L w : O v Q u o z c ar o n E N o +J x u 4A m n O a �t m LL c u Ln ® bio r a L > > o c E E v L `n o w ( v v u v v c L. u L 4.1 06 c v n a v i2 u to L u u m LL U LA w � '1- c E > m v L N Q v a a LA a LL Q cL 0 CL u ' L N •- w o t z u LL ::3 E :3 :3 u L.. :3 4� u :3 E 4� u 0 u 0 a) bo 0- ui (D C) bo c ui 7@ E 0- u .5 L.. q a- ig C) w :3 -a bo C) Lo ko 0 E N m o :3 4A u 0 0 70 u z LL bio CD CL C) LA > Ln c E a) m 0 Lil :3 E 06 u 7@ m u 06 to u 0 0 LA c iz > u u bo m c 0 c LL ig u LL ui :3 0 c E > m v L.. a m CLc E a) w ce Of LA L.L Q 0 bo 00 CL 0 c c E tu a 0 0 0 0 z u 93 2 LL ` °I::: m v E .n c v L L u L 0 L v L u c E u c o c +-, o Q u O a) v � c v bo 0. c w o � _ r c m b c J w v v c v � n � u w � o v Q u Lo m Z 4i •L `n ri 0 o x E N o +-, `n :3 4A m n. m u vi ® m 70 u v d `n LL c u x r ® ao bo ® ®® a� > > `n c E a, L o w : ® E +J 06 u m v v `u L 06 tov u u mbo L L ig u N w � LL E > m v L N Q v a) a LA a LL cL 0 bo CL u o ' L N •- w o t z u LL ` °I::: m v E .n c v L L u L 0 L v L u c E u c o c +-, o Q u O a) v � c v bo 0. c w o � _ r c m b c J w v v c v � n � u w � o v Q u 00 z 4i •L n o x E N o +-, `n :3 4A m n. m u vi ® O 70 u v d r® LL c bo u x r ® ao ® CL a� > > `n c E a, L o w : ® E +J 06 u m v v `u L 06 tov u u mbo L L ig u N w � LL E > m v L N Q v a) a LA a LL cL 0 bo L N •- o t z u LL ::3 E :3 :3 u L.. :3 4� u :3 E 4� u 0 u 0 a) bo 0- ui (D C) bo c ui 7@ E 0- u .5 L.. q a- ig C) w :3 _0 bo w Ln Ln c a) m c ai cl� 0 E N o :3 4A u 0 0 CA 70 u a) z LL bio CD CL C) LA > Ln c E a) Ln 0 Lil :3 E 06 u 7@ m u 06 to u 0 0 LA c iz > u u bo m c 0 c LL ig u LL ui :3 0 c E > m L. a m CLc E a) w ce Of LA L.L Q V 0 bo CL m 0 c c tu a A 0 0 w 0 z u 93 2 2 2 _ 2 5 7 @ � E / % £ f � u � ) J u :3 E � E u � S / § u O a) E 0- w ■ % (D � \ / bo w / � f 3 / w / \ ƒ ' k / \ ° \ 0 / Z § 4A O Lo o -a u / k C bo / / § k u 7@ � / ƒ k � k 06 R a) o E � 0 CA \ � ° \ 2 » d u ° _ * E § < c ± \ 3 / © c E \ / / a) w ° & Of L \ / c / g .. m g $ w 0 k / LL ` °I::: m v E .n c v L L u L 0 L v L u c E u c o c +-, o Q u O a) v � c v bo 0. c w (D 0 v r c J ar bo c w v v c v � n u .5 L ig o w :3 O _0 v u C) Ln m o ¢ E N o +==s z 4A m n. u O n u x L w v x bo a v v m > >_ `n c E a, L r O w : ® ® +J 06 u Ln m a)LA a, u r_ � u 06 v 0 c u w in u u m L i u° N w � w c E > m L. N Q v a) a LA a w cL 0 CL u n ' L N •- o v z u LL ` °I::: m v E .n c v L L u L 0 L v L u c E u c o c +-, o Q u O a) v � c v bo 0. c w (D 0 v r c J ar bo c w v v c v � n u .5 L w : O c c `® m o ¢ E Ln N o +==s z 4A m n. u O n u x L w v x bo a v v m > >_ `n c E a, L r O w : ® ® +J 06 u Ln m a)LA a, u r_ � u06 v o c u w in u u m L i u° N w � w E > m L. N Q v a) a LA a w cL 0 L N •- o vu z 2 2 _ 2 5 7 @ � E / % £ f � u � ) J u :3 E � E u � S / § u O a) E 0- w ■ % (D � \ / bo w / � f 3 / w / \ -a bo ko f $ 0 / Z § ® -a u / k C bo / / § k u 7@ � / ƒ k ƒ k 06 R a) o E � 0 CA \ � ° \ 2 » d u u _ * E § < c ± \ 3 / © c E \ / / a) w ° & Of L \ / c / gCL m w ® ƒ.. m g 0 $ © k / LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 u 0 a) bo 0- ui (D C) bo c ui 7@ E 0- u .5 a- ig L.. qC) w :3 _0 bo m 0 E N ko :3 4A u 0 0 -a u LL bio CL (A > c E a) z 0 Lil :3 6 .;, 06 u 7@ Ln m a) (A u a) a) T 4-- IZ- LL u 4.1 06 3: -0 a) 0 c a) N 0 LA c IZ- L.. LL iz 4 a) w (A > u u m 0 < c > LL m LL ui :3 u 0 c E L.. a c E a) w m ce CL Of LA LL c 0 m § ® / � � ƒ CL 0 c c w 00 0 z u 93 2 LL D E p 0 E -i N 00 qC) C) m C� 00 N bo C: U-1 :3 0 a- ui q u 4i > E 0 :3 u 0 06 :3 uf LL 0 0 iz z rL a OP > (A c c > c -j c w a) a) 0 x 0 > :3 7@ u Ln a) :E u u e c) u 06 N C) a) Ln QL a) x ® IZ b; a) m c E 6 u 7E) (a L. m c c L- m bo 1w rL (a > c a) LA LL -5 u R: LLJ m LL 0 > E N :3 < (a of LL QL c V 0 L. -ij Ln CL m w w 3: 00 4a :3 CL c C. — (P 0 0 © c z c E tu a 0 0 m u 2 2 2 _ 9 5 D @ ■ � £ p § E \ \ R q w § C) N E bo E w f / � \ :3 o w q \ � G � % \ / a > m ƒ u u L 06 k / U b 0 E a a I a = > ` / § ( q / Z f > R Ln / / u 2~ Q ± /0 ° LL f q 2 § [§ % w ceCL 2 LA ui m 0 E o / \ / / \ c 2 / g m § ® A � ƒ.. m g 0 $ w © k / LL D E p 0 E -i N qC) Lo C) bo C: U-1 :3 0 a- ui 4i > E 0 :3 u 0 06 :3 u 0 z LL 0 E.F p IOP - 6 > a) > Ln c(A c a) a) c u w 0 > :3 7@ u u Ln a) C) u a) C) Ep- Ln a) u 7x lz 11 > LA 0 m L- a) m c E u L. L- c a) bo 1w rL (a r_ c -5 U m LL ui m a LL 0 > E N < — a) Of Eu c -a V L. .2 CbOL m w CL 00 -C w 0 c c E tu 0 0 0 © z u 93 2 LL D E p 0 E -i N C) 00 C� Ln Lo 4A bo C: U-1 a) LA a) :3 0 a- LA ui m u m 4i C: > a) m E 0 :3 LA u m 0 06 4� 70 a) a) :3 u LL 0 0 17L CL a OP z Ln c c > c c w a) a) 0 C) 0 > :3 7@ Ln u Ln a) u a) r_ Ep- u u u 06 N a) C) QL a) x Ln LA LL LLJ LA m c E u _0 m L- m L.. E L.. m bo ce CL m 0 < c LL L.L -5 ui a LL LA 0 > E a) of LA L.. L.L a) u c 06 .2 w 00 CL c -C 0 0 0 c z c E tu 0 0 m u 93 2 LL D E p 0 E -i N qC) 00 06 .2 00 bo C: U-1 :3 0 a- ui q u 4i > E 0 :3 u 0 06 :3 0LL u 0 L. 17L r- a rL a OP > a) > c L- w a) 0 u 0 > u @ n u a 2 * 4 6 - u Z N u aQA u C a)L m m E L.. Ln c bo ce CL m c ui LL -5 ui a LL LA 0 > E a) of LA a) -a L.. m a) V L.L u c L- bo .2 CL m w 00 CL c -C w 0 0 0 c z c E tu 0 0 m u 93 2 LL D E p 0 E -i N Ln C) kRLo C) N 4A bo C: U-1 a) LA a) :3 0 a- LA ui m u m 4i C: > a) m E 0 :3 LA u m 0 06 a) :3 70 LL u 0 Z) LL .F Z rL a OP > a) 6 0(A >c c r- c w a) a) :3 7@ x u a) u C) / c) u 06 Ln a) N QL a) x LA LL 0 m c E > u L- L. m c c bo 1w rL (a a) c LL u ui m LL 0 > E Ln a) N a) w E LA c L.L 0 m § ® C) 0 0 c ©E tu 0 0 zm u 93 2 2 2 _ 9 5 D @ ■ � £ p § E \ \ R % § Ln E 4A bo E w f / a) � \ :3 o LA w q \ � G � % \ : a > a m ƒ u LA u k 06 L a) LL U b 0 E OP / \ \ / c c \ o % > a)Z ) u ƒ >. R k � / \ / ® lz w LA 2 c E \ § b ° & � LL LL o / \ / a) k * q _ E a) ■ / \ / E 2 / gCL m w ® \ ƒ.. m g 0 $ © k / LL D 0 4� Q- 0 c 0 up E 0 p bo C: U-1 C) :3 0 q a- m LA Ln U-1 Ln Ln ■ N 4A 0 m :3 u z 0 a) :3 u LL C) r- Ln rL a) > m 0 > a) 0 c :3 4� w u a) 0 (a > LLJ Ln a) L- u > LP- u 06 N a) u QL a) x LA LL b; 0 u L.L.. m > c E bo c ce CL LL :3 LA R: ui m u LA 0 > > E Lu N of LA L.L ui c 0 m § ® N CL 0 c c E tu a 0 0 0 © z u 93 2 LL D 0 4� Q- 0 c 0 up E 0 p bo C: U-1 C) :3 0 a- U-1 N \ \ � � N E 0 :3 u z 0 :3 u LL C) r- Ln rL a) > ©> .c a -j a) 0 c :3 4� w u a) 0 (a > LLJ Ln a) L- u > LP- u 06 N a) u QL a) x LA LL b; 0 u L.L.. m > c E bo c ce CL LL :3 LA R: ui m u LA 0 > > E Lu N of LA L.L ui c V 0 m CL m m w 0 c c E tu a 0 0 0 © z u 93 2 2 2 _ g 5 D @ � E 0 Q- O E 0 � � m � ■ / � ° # $ % � E bo E w f / \ o 5 0 R w q $ ■ 06 ƒ \ k a z 0 a) 5 00 L.L 70 u ® = d / /> / 0 > . x E 2 a) - / @ c § / o / L ƒ / / R 7 \ / � ± E § LL ( 2 (a E c / a a < c ce m CL � R E 0 > / / $ ƒ * < E & of E \ w c / g .. m 0 0 $ © k / 2 2 _ g 5 D @ � E 0 Q- O E 0 � � m � ■ / � ° # $ % � E bo E w f / \ o 5 0 R w q 7 � � § 2 \ \ 4A ƒ \ k LA / a) 5 00 L.L 70 u ® = d / \ k / 0 > . x E 2 a o / 0 c § / o / L ƒ / / R 7 \ / � ± E § LL ( 2 (a E c / a a < c e CL � R E 0 > / / $ ƒ * < E & of E \ w c / gCL m w ® ƒ.. m 0 0 $ © k / LL D 0 4� Q- 0 c 0 up E 0 p bo C: U-1 C) :3 0 a- U-1 q Ln m N N > a) 4A E 0 :3 u 0 a) :3 LL 70 u 0 J .F 6 rL a) > 0 > zc� a a) 0 c :3 4� w u 7@ C) u(a > LLJ Ln a) Ln E 7 u a) 06 N LLJ a) QL x LA L.L 0 a) L.L m u c E c 0 ce CL L.L L.L LA R: ui L.L 0 > > E uj LA ) of LL ui c 0 Lo CL m iL w 0 c c E tu a 0 0 m 0 L- © z u w 93 2 LL D 0 4� Q- 0 c 0 up E 0 p bo C: U-1 C) :3 0 q a- U-1 q N C) 00 \ \ � � N N E 0 :3 u 0 3LL u :!� z E rL a) 0 > C) a -j a) o Ln 0 c :3 7@ m (a LLJ w u > Ln u a) 4-- u a) ob N QL QL a) x LA LA u 2 c E c = bo c ce L.L m LA LU LL 0 CL > > E uj of LA a) L.L ui c V 0 L- CL m w m w 0 0 0 c z c E tu a 0 0 m u 93 2 ::3 LL. E :3 u 0 bo .7 E :3 E 0 4� Ln :3 u 0 Q- 4� Z u LA bo 0 c w LU E C:) 06 u :3 0 a- ui (D > E C) 0 :3 C) u 0 70 a) :3 0u.F 0 N - 6 rL a) > a> L- a) 0 .0 :3 u 5 u z u 06 N Ln QL a) 0 (a a a) x LA c a) u LLJ a) w LL > LLJ u c 0 (a LL < c LL a; LA m > ui u LL 0 E c: c E LA < E m L.. N a) 19 OL < u Of LA x LL a) ui c a) m § ® 00 .2 CL 0 c z c E tu a 0 0 m 0 © N u 93 2 LL D 0 4� Q- 0 c 0 up E p 02 C) bo C: U-1 C) :3 0 a- U-1 (D 06 \ \ � � N E 0 :3 u :3 LL 0 u 0.F 6 rL a) > 0 > L- a -j a) 0 0 c :3 7@ (a LLJ z u 4� w u > Ln a) C) Ln a) 06 N '7 q- a) x LLJ LA L- 11* w >1 IZ ui a) a L.. b; -i LA m Mw m C) u x L- c E c ce CL LL :3 0 LA R: ui m LL LL 0 > E cf 0 0 LA M c V LL 0 L- m CL m m w 0 c c E w 00 0 z u 93 2 LL D E p 0 E qC) r- Lq00 C) Ln N a) 4A .C: bo C: U-1 a) LA a) :3 0 a- LA ui m u m mC: > m 0 :3 E LA Z 0 u m 06 41 L-� 70 a) a) :3 0 LL .!= u 0 LL r- a q rL OP > (A c c > c c w a) a) 0 0 > :3 u 7@ :3 u Z" QL (a Ln a) C) u 06 C) a) N Ln QL a) x LA a) lz a) LA m c C) u 0 m m c L.. m m > < c LL a) LA LL 0 ui u > E 6 U� < bo a) < N m Of — LA LA a) 0 c L.L 0 C) CL w C) m in w 0 c c E tu a 0 0 m 0 L- © z u w 93 2 2 2 _ 9 5 D @ ■ � £ p § E \ f R a y § C) \ a a �E E w f / a) � \ :3 o LA w q \ � G � % \ : a > a m ƒ u LA u k 06 / L a) LL U Z b 0 E a a - I a = > ` c § ( q 0 q @ > R R k § k m / ± R QL u � ~ ± 2 LA Q 0 / ° L Ln f LA 2 c [ § w m b ® 2 « u 0 E o \ / / / L \ Of / c / 0 m w ® \ ƒ.. m g 0 $ w © k / LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 u a) C:) 00 C) bo c ui :3 0 a- C) ui C) 0 :3 u 0 -a :3 LL u 0 bo z CL > .c > E a) C) 0 Lil :3 Ln 06 u m m a) V) a) u a) 06 N 0 a) 0 c L- QL a a) a) x > LA c r_ LL 2 2 > u 6 M u (a c (a :3 c LL u LA m ui LL 0 .w > c E E LA < a) ce CL Of 0 L.L a) c L. 0 bo _0 CL w C) m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 u a) C:) 00 C) bo c ui :3 0 a- C) ui C) (D m o6 w 00 cl� > C) Ln E N 0 :3 4A u 0 -a u u 0 a) bo z CL > .c > E a) C) 0 Lil :3 Ln 06 u 11* m a) V) a) u a) 06 N 0 a) 0 c L- QL a a) a) x > LA c r_ LL 2 2 > u 6 M u (a c (a :3 c LL u LA m ui LL 0 .w > c E E LA < a) ce CL Of 0 c L.L a) L. V 0 bo _0 L- m CL m w C) m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 u a) C:) 00 C) bo E ui :3 0 a- C) ui C) 0 :3 u 0 -a u :3 LL u 0.F bo - 6 a- L.. > a) > c LA Ea) a) 0 LU :3 u 7@ Z 06 a) u 6 Ln u a)x 0 06 a) a) LA c a) w LL u L.L 0 mCA > c 6 M m :3 c LL u LA m U-1 LL 0 .w > c E E LA < a) ce CL Of 0 LL a) c 0 CL w C) m w 0 0 0 c z c E tu a 0 0 m u 2 LL ` °I::: v E .n c v L L u L 0 L v L u c E u c 0 u v v o r J � v c bo c w v v v L 5 0 w o c •L > Lo � �, `® o ® u m X 0 ,� +J Lo _0 u : v L.L c u r bo a; o a L v > o ,n v > L Ln c E a, ® m 0 w t7 06 (A a) a) u a, .c ® E L L. u06 L cv v Q. a, a) u '^ v LL v m L g ® u u u °1 o ¢ L LL u to he m w n 1L c E `n Q v ce a cv v c Of LA L.L Q L 0 CL u C) L "' •_ 0 t c u z LL ` °I::: v E .n c v L L u L 0 L v L u c E u c 0 u v v o r J � v c bo c w v v v L 5 0 w o C7 ¢ `® 00 cz c •L v; > N a, d' 0 x 7 4A �° X u o >, LA +J m _0 u _v � Ln � c u r ® a bo a; o a L v > o ,n v > L Ln c E a, ® m 0 w t7 06 (A a) a) u a, .c ® E L L. u L cv v Q. 0 a, a) u '^ v LL v m L g ® u u u °1 o ¢ L LL u to he m w n 1L c E `n Q v ce a cv v c Of LA L.L Qc 0L u CL C) L "' •_ 0 0 t c 0 0 0 z u LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 u a) C) bo c ui :3 0 a- C) ui _0 Ln 0 m :3 4A u 0 LA u 0 a) :3 c 7 u z L.L a) .F 0 bio 6 6> Ln c CL > C) .c (A E a) 0 Lil :3 (D 06 u 4� a) LA a) a)E) E u a) IZ- 7 L- u > a) 0 6 N u Q ca a a) LL b; (a > u u c (a 0 c -5 u LL LL m ui 0 c E > E 2 L..a) a m CL c LA a) ce N a) w < r_ Of L.L a) c V 0 CL m w C) m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 u a) C) bo c ui :3 0 a- C) ui _0 Lo 0 z :3 4A u 06 0 >1 Lo _0 u 5 x LL u C) 0 E M bio Ix a) 2! > L- c E 0 Lil :3 7@ 04� 06 u Ln m LA a) u a) a) 3: 2u 06 N -a a) a) 0 c L- LA QL c a a) x LL 0 .�= 11* �5 LL a)b; r� > m u u ® m 0 c LA LL u R: m ui LL 0 .w -a L.. a c E > E 2 a) Q m CLC LA a) ce Of L.L a) c 0 00 CL w C) m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 u a) C) bo c ui :3 0 a- qC) ui _0 C) Lo LQ C) 0 z :3 4A u 0 LA _0 u a) :3 x LL c u Ln a) bo x Im LA > c E a) Ln 0. LU :3 7@ 006 u a) CA a) Ln u a) -C T 4-- 3: 2u 06 0 N a a) x LL 0 LA c .�:: 11* LL b; r� > u u ® m 0 c LA LL u R: m ui LL 0 he _0 L.. a c E > E .2 4� Q m CL C a) a) ce a) Of LA L.L a) r_ c V 0 CL m w C) m w 0 0 0 c z c E tu a 0 0 m u 93 2 LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 u a) C) bo E ui C) C) :3 0 a- 00 'i ui m 0 :3 u u :3 -a 0 bio LL u .F- 6 E a) > rL LLJ > z § 06 :3 u 7@ C) Ln (a u lz LLJ u QL c _0 a) a) 0 06 N L- a a) x 0 LA c .�= 11* LL a) w (a LL b; > u u c (a (a 0 c LA LL u R: m ui LL 0 .w -a L.. a c E > E 2 a) m CL c a) ce a) Of LA L.L a) c 0 C) CL m CL c w 0 0 c z c E tu a L0 41 0 0 m - u w 0 2 2 2 _ 9 5 D @ ■ p f m E -j _ R q « § 00 N � a E bo 5 \ w @ \ k / / ® o / k 7 o 06 u > b E a a f I © _ $ z LA c ( q w @ > R u 5 ® m ƒ 2 k u 06 0 iz 2 m c E au o m a % \ < c � E o L ƒ m / ~ E ± / a) a) E 2 / g m w ® \ ƒ.. m g 0 $ © k / LL ::3 E p qCD bo U-1 U-1 7@ 4i 0 E 0 :3 u z 0 70 u CD LL U-1 k 2! CA L.. C: a) 0 0 u 3:3 4� 0 (a Ln >L- u a) a) Ep- u a) 0u m a) N x 4.31 CA c E LL CL a) 0 C) u >L.. c LL u LA ui LL 0 > > I E ui Ln of LA L.L a) ui c a) 0 m § ®L. 00 0 0 c E tu z 0 m u 93 2 2 _ 2 5 7 @ ■ � £ p § \ / R bo \ & 5 w w 3 \ / . ® o E d § q / : 2 = g Z u © 2 / ® 70 \ / b > L rL k \ Ln c q o & @ Ln / / / Ep- u ± 0 R w x LAc ( a / LL m 2 ° & _ a % < c � \ E o % E ui * / \ / of E \ w E / g .. m g $ w © 0 / 2 2 _ 9 5 D @ ■ p f m E � 3 R bo � u $ � \ E � 5 \ w @ \ k / / / o / / \ k 7 Z o 06 f \ b E a I = / § k / o _ / k / u 06 R / ° L.L ° 2 % E a § / % / < c \ § E o E E * N < 0 % ■ / ƒ /\ 2 / gCL m w ® � ƒ.. m g 0 $ © k / LL D ■ p 0 E qC) N Lq C) E bo :3 ui a- — ui a) z 4i 0 0 0 :3 LA u 0 06 C:) -a a) C) LL .! . t u Ln 0 LL N a OP > a) 2! c ( a) LA 0 >:3 u 7 r_ L.. 4-- @ E m u a) 0 3: a- Z 06 a) a) E 0- >1 L.. LA L.. Ex m a) m LA m c E a) LA m L- u c bo m L.. c3i 0 ce CL c LL >L- LA R: LLJ a) LL 0 > I E Ln N 0 u ■ LA QL LL c Of LL V 0 -ij I -W 3: m w 00 0 0 0 c z c E tu a 0 0 m u 2 2 2 _ 9 5 D @ ■ � £ p § E \ \ R / C § 00 / � a E bo 5 \ w @ \ m / / ® o ° / LA/ u 7 o 06 \ b E 0 / w OP a / / c c > / 2 % > a) : a k a 06 & \ x 7 @ / m \ m c E au ¥ = m ` * % < c & � m ƒ E o % Ln \ / % / m Of / \ / c / gCL m w ® � c .. m g 0 $ © k / LL ::3 E :3 :3 u L.. :3 4� u :3 E u 0 u a) C) E C) bo c C) ui 7@ ui Ln 0 E a) 4A LA :3 0 m (D u u a) 0 c c bio 70 m LL > Z 0 r- I 6 > Ln LLJ > c 06 a) 0 :3 u a) (a u LL r_ L- 4-- >1 u c 06 a) 0 a) 0 LA c 4� LL a) r_ w (a LL u u > c (a (a 0 < c LL U LA m ui LL 0 c E L.._0 a CL > Ln E a) a) ce a) r_ Of LA L.L a) c V 0 CL m w 00 c iL EL 0 c c E tu a 0 0 m 0 L- 0 z m u w 93 2 LL ::3 E 0 4- 0 4� Q- Z u E C) Ln C) C) C) Ln o6 m 00 m :3 a- U-1 m u :3 C: a) a) bo E 0 0 :3 a) u E bo 0 LU a) 06 70 LA LL .r_ LL >a) :3 a) z .0 0 a) :3 __:, m 4� a r_ u m u m c +1 a- bo C) u > C) a) 000 0- a) iz L.L -a :3 c c L.L LU a) LL 0 > # LL a z L.L 0 ui 0 I C 0 ba § � ƒ 06 CL -C w 0 c c E tu 0 0 0 0 z u 2 LL ::3 E 0 4- 0 4� Q- Z u E C) Ln C) C) C) 00 m :3 a- U-1 m u :3 C: a) a) bo E 0 0 :3 a) u E bo 0 LU a) 06 70 LA LL .r_ LL >a) :3 a) z .0 0 a) :3 __:, m 4� a r_ u m u m c +1 a- bo C) u > C) a) 0C) OL a) lz LA L.L -a a) a) A r cR: c U a a A 0 m 4� L.. L.. > m LL z of LA 0 ui 0 L.L I C V 0 ba m w CL -C w 0 c c E tu 0 0 0 0 z u 2 LL ::3 E 0 4- 0 4� Q- Z u E C) Ln C) C) C) 4A :3 a- .2 U-1 m u :3 C: a) a) bo E 0 0 :3 a) u E bo 0 LU a) 06 70 LA LL .r_ LL >a) a) z .0 0 a) :3 __:, m 4� a r_ u m c +1 CA a- bo u m a) 4-- w C) u > C) a) 0Ln OL a) lz CA L.L -a a) a) A r cR: c U a a A 0 m 4� L.. L.. > m LL z of LA 0 ui 0 L.L I C 0 ba § � ƒ CL -C w 0 c c E tu 0 0 0 0 z u 2 LL ::3 E 0 4- 0 4� Q- Z u E C) Ln C) C) C) C) 4A :3 a- .2 U-1 m u :3 C: a) a) bo E 0 0 :3 a) u E bo 0 LU a) 06 70 LA LL .r_ LL >a) a) z .0 0 a) :3 __:, m 4� a r_ u m c +1 CA a- bo u m a) 4-- w C) u > 0C)C) a) 0- a) lz CA L.L -a a) a) A r cR: c U a a A 0 m 4� L.. L.. > m LL z of LA m w 0 LL I C V 0 ui 0 ba CL m -C w 0 c c E tu 0 0 0 0 z u 2 LL ::3 E 0 4- 0 4� Q- Z u E C) Ln C) C) C) 06 :3 a- .2 U-1 m :3 a) bo E 0 0 :3 a) u E bo 0 LU a) 06 LA L.L a) LL > z C: a) .0 0 :3 m 4� a u C) u bo m c C) > a) 00 u 06 a) a) LL a LA L.L -a 0 :3 m ,A C: < c c L.L a) LA a) L.L 0 LU > LLS a) N z of LA 0 ui 0 L.L I C 0 ba § � ƒ CL -C w 0 c c E tu 0 0 0 0 z u 2 LL ::3 E 0 4- 0 4� Q- Z u E C) Ln C) C) C) c3i 00 :3 a- U-1 m :3 a) bo E 0 0 :3 a) u E bo 0 LU a) 06 LA L.L a) LL > z C: a) .0 0 :3 m 4� a u C) u bo m c C) > a) Ln u 0N a) a) LL a CA L.L -a 0 :3 m ,A C: < c c L.L a) LA a) L.L 0 LU > LLS a) N z of LA 0 ui 0 L.L I C V 0 ba m w CL -C w 0 c c E tu 0 0 0 0 z u 2 LL ::3 E 0 4- 0 4� Q- Z u E C) Ln C) C) C) c3i m 00 :3 a- U-1 m :3 a) bo E 0 0 :3 a) u E bo 0 LU a) 06 LA L.L a) LL > z C: a) .0 0 :3 m 4� a u C) u bo m c C) > C) u 06 a) a) LL a CA L.L -a 0 :3 m ,A C: < c c L.L a) LA a) L.L 0 LU > LLS a) N z of LA 0 ui 0 L.L I C 0 ba § � ƒ CL -C w 0 c c E tu 0 0 0 0 z u 2 LL D ■ p 0 00 CD :3 U-1 4i :3 C: bo m 0 C) E 0 C) :3 E a) C) u i7i U-1 bo m 0 LA C: F- _0 m a) 0 LL :3 0 > § r_ (D m 0 0 w +1 c :3 :3 m 4� w 0 u > u C) E C)C) u 0N LL ac E :3 bo c 1w CL LA EU-1 LL 0 0 > < LA N \ / ƒ 4� LA 0LL 0 c V 0 L.L .2 CL m w m CL w 0 c c E tu a 0 0 0 © z u 2 2 2 _ 9 5 D @ ■ � � � R � ■ � f Z � a E \ § ± E 2 % :3 7 / / ° k _ b _ 0 06 ® § b iz a CA = I © _ $ :3 LA c � % > a) § a- � / ƒ J u 06 ° a) ± E 7 E a \ CA 2 c § 3 / e & aCA � < ui � % E o / a, a) < 2 S O 2 E 0 ƒ § / L. w CL � ƒ .. m g 0 $ © k / 2 2 _ 9 5 D @ ■ � � � R / § Ln / / a Z a f \ ƒ a) E � k � / / / ° k LA _ _b 0 06 / E LA iz I § b a = I © _ $ :3 -C LA c � % > a) § a- � / ƒ J u 06 ° a) ± E 7 E a \ 2 c § 3 / ce ° & aLA � < ui � % E o / � a) < 2 S of 2 E 0 ƒ § / m w CL � ƒ .. m g 0 $ © k / 2 2 _ 9 5 d @ ■ � � � R % ■ � f f � Z \ a / w % \ k : / / 0 ° / k _ bo m 0 06 / E ® § b LL a = I © _ $ :3 LA c % > / § � / ƒ J u 06 ° a) ± E 7 E a \ 2 % § 3 / ° & aLA � < � % E o < 2 S L. E 0 ƒ § / m § � CL ƒ .. CLm g 0 $ © k / 2 2 _ 9 5 D @ ■ � � � R _\ § ® / f � � a E � � � k :3 2 / 0 / k 7 _ bo m 0 06 / E ® § b iz a = I © _ $ :3 -C CA c � % > a) § o- � / ƒ J u 06 ° ° ± E 7 E a \ 2 c § 3 / ce ° & aLA � < LL % E o < 2 S O 2 E 0 ƒ § / m w CL � ƒ .. m g 0 $ © k / LL ■ 4i bo 0 0 :3 E a) u 0 06 LL i7i LL r- = I OP :3 +1 0 > >w m 4� u m u u 06 7LL >% a) a LL -a :3 m c u :3 ce "a c a R: LL LL LA ui % 0 / � � / � L.L c 0 0 CL � § � � � ƒ c c E tu a 0 0 0 © z u 2 LL D ■ qC) C) 00 :3 a- 2 2 \ :3 0 0 :3 a) u 0 06 LL i7i LL r- = I OP C: 0 > +1 >w a) :3 m m 4� u LA m u u 06 7LL >1 a) a L.L -a :3 m c u :3 ce a "a c LA :3 C: LL LA LL 0 / � � / � Of LA L.L c V 0 0 CL m w CL m -C w 0 c c vu m 0 0© z u 2 2 2 _ 9 ui 5 d @ ■ � � � R % w ■ � � [ 2 � 2 � -a C 7 \ E 5 - / 0 ° % k 7 ° ® o / � 06 i 0 / > � bo E § ( 7 @ > R a \ / ¢ / u / > ® LL LA 2 c § a ƒ � e a- a @ < c E E o % # ui L.L 0 / kCL 2 ° k � ƒ.. m g 0 $ © k / 2 2 _ 9 5 d @ ■ � � � R k � ■ � E / / E E w / U � k ) / m 0 / E % § / E b E a C w _ / / / k k / a \ / ¢ / u / iz > ® LL LA 2 c E a ƒ � e a- a @ < c � E o % # ui < 2 m of 2 LA LL / / k 2 m \ ƒ.. 45 m g 0 $ © k / LL D ■ w m 00Ln N -j C) Lo ■ cq a) C: mLn E 4A .2- :3 U-1 -a C: m 4i V� m :3 C: 0 a) J m 0 E C: 0 :3 a)bo 0 z u 0 a C: C: a) 70 c i7i L.L 0 > :3 > +1 0 a) m 0 :3 u bo LA m u a) cp-- C) u C) a) 06 0- he m a) LL N LA c E LL -a a) :3 LA -C c L.L L)LO LA U-1 a) a) L.L 0 > m 4� L.L L.. L.. < LA N a) C: Of LL 0 0 c 0 CL 06 -W :3 w CL m cu 0 0 c z c E tu a L0 4a © 0 m - u w 0 2 LL D ■ w m 00Ln N -j C) Lo ■ C) N E .2- :3 a- U-1 -a C: m 4i V� m :3 C: 0 a) m 0 E C: J 0 :3 .2 z u bo 0 0 c i7i :2 >w 0 (A :3 > +1 0 a) m 0 :3 u bo LA m u a) cp-- C) u C) a) 06 Ln OL he m a) iz c E LL -a 1w :3 c L.L L)LO U-1 L.L 0 > L.L a LA N < C: LL 0 1—0 c V 0 L- CL -ij cr� -W :3 m w CL m -C cu 0 c c E tu 0 4a 0 0 L- © z u w 0 2 LL D ■ w m 00Ln N -j qC) N C) Ln N E 4A .2- :3 U-1 -a C: m 4i m :3 C: a0 a) +1 L.. E J m 0 C: 0 z a) u:3 bo 0 0 C: 70 _0 c .7 i7i LL 0 > :3 > +1 a) m 0 0 :3 m u bo m u C) E C) u C) a) he 06 0- m a) CA c E E -a :3 CA bo c L.L LA a) R: U-1 a) L.. L.L 0 L.L > N < 2 >1 Of LA 0 LL 0 c C:) -W :3 m w CL m iL -C — cu 0 w c c E tu a 0 0 m 0 L- © z m u w 2 LL ::3 E 0 4- 0 4� Q- Z u E C) Ln C) C) C) c3i ■ m 00 m :3 a- U-1 u a)C: a) bio E 0 :3 u E 0 Lil -a 06 LL LL (A > a) z @ 0 a) :3 a IZ- u (A 0 0 0 a)0 u c a) 0 > u 06 a- a) LA iz 6 E 'rb-O c c LL E Z ui 0 L.. LL 0 > u LL a ui N z 0 L.L E w c V :3 0CL CL m w C) EL w 0 c c E tu a 0 0 0 0 z u 93 2 LL ::3 E 0 4- 0 4� Q- Z u E C) Ln C) C) C) c3i Ln ■ m 4A :3 a- U-1 u a)C: a) bio E 0 :3 u E 0 Lil -a 06 LL / / / LL > z a) 0 0 a) :3 L- a IZ- u 0 m c LA 0 0 u a) e-i 0 4-- w I > N u 06 & -j6 QL c iz i6 a) .0 0 6 E c c E L.L E 4S) R: LU 0 LL 0 > u G ui N z 9 L.L E w c 0 :3 CL C) m EL w 0 c c E tu a 0 0 0 0 z u 93 2 LL D ■ p 0 00 CD :3 a- M Ln Ln E u :3 a- ui u > E E bo 0 u E 0 :3 E u w 0 E LL u :3 0 0 LL M LA > 0 CA 0 c :3 :3 0 u u >w 0 u LA 0 u u 06 r� L.. 6E iz E CA u L.. C) a) 0 m c E c3i E u c 5w L.. < ce OL LL E LA R: ui 0 0 LL 0 > N a)0- 0 :3 Of V L.L E L-L c 0 :3 CL -ij a- ko 3: m w C) -W :3 C: m EL — w 0 c c E vu w 0 0 m 0 © z u 2 2 2 _ 9 5 D @ ■ � � � R 00 k § ®. # � J f � E � 5 w U f � \ / � 0 f k = Z 0 06 .E / © / > ® § ( / o > R :3 L Q _ 3 u 7 �4 7 0- ± 5 a / / 2 k § « E % $ c \ / m LL ° LA ' S / a O 2 E E & Ebo / :3 g CL m w \ ƒ.. m g 0 � $ © k / LL D ■ C) Ln Ln 4A :3 m z a)4j C: E 0 x :3 CA u 0 06 .EC: L.L © iz 00 c bo C: > 0 > :3 LL u CA 0 J u 0 CP- 0 u 06 to a) ,i6 Ciz u u a) mbo m i E 3 c LL E C: LA ui 0 m LL 0 > u 2 L.. a LA w N u a) a) Of V EE & c bo :3 .2 CL 00 m w C) CL -C w 0 0 0 c z c E tu 0 0 m u 2 LL D ■ w m 00Ln N -j C) C) r- E .2- :3 a- U-1 / 0 :3 z E J u 0 0 LA 0- -a a .F a) CL 0 >70w0 CL >a) a) u 0 :3 u LA 0 E u a) 0 E u 0 a) u 0- Mw LA c w E a) L- IZ u c 1w rL a) E c LL E ui 0 LL 0 > u LL Of 0 L.L E c 0 :3 CL CL C) EL w 0 c c E tu a 0 41 0 0 L- © z u w 0 2 LL D ■ w m 00Ln N -j qC) N Ln ■ C) E 4A .2- :3 a- U-1 z a) J E 0 :3 a) u 0 0 .r_ E 0 c :3 LL >w 0 a-i6 a- a) > u a) E 0 :3 u +m' CA 0 u a) 0 u E a) 0 0 u 06 1 i6 i6 N 0- a) CA c L.. c iz a 0 6 E c LL E 4S) > R: ui 0 0 u Ln a) Of LA 0 L.L E c V 0 :3 CL m w m EL w 0 0 0 c z c E tu a 0 0 m u 2 2 2 _ 2 5 D m 2 0 0 Q- / ■ m p t k R w � ■ ƒ u q f 4A � E � 5 w k / � & boa) u E / /LL u = � k k ° 9 o E CA u u k 06 \ E � f @ Z � 2 ± \ 0 c c § t < 3 _� $ E o ° & % @ LU k / E E w E L. / g bo d ~ CL ƒ 2 '° - ■ 0 0 $ © k / LL D E 0 4- 0 4� Q- Z u cu E p C) Ln C) qC) C) Ln r- cu C) :3 a- U-1 bo E 0 :3 0 u E LU z 70 LL 06 u L-- 0 a)k 0uLL a) >% > 0 0 L. :3 u u w u c a u > 06 :3 a) +1 0- iz > U-1 \ / \ c c LL iz LL u LA 0 R: w U-1 .2 1w > U-1 LA L.L E L-L c V :3 .2 -ij a- m -W m w CL m -C cu 0 c c E tu 0 0 0 0 z u 2 2 2 _ 2 5 % @ ■ � � � R a q u k � & f � E � 5 w / g f . 2 \ � k k a 0 06 k b 0 / E a ® / § § ( j w \ > R k 06 0 LAiz ± >_ � ° 2 c § u § m a < c & u _a y E o > ui * @ ' u % ■ E E & E / g CL m w / � ƒ CL 2 i - ■ @ 41 0 $ © k / LL D E 0 4- 0 4� Q- Z u cu E p C) Ln C) C) 00 rl� 00 cu C) w 11* E .2- :3 a- U-1 m LA bo E 0 :3 u E 0 LU LL 06 k a) 0 0 :3 u w CA u c a) 4-- w u > 06 z a) a) LA 0 a) EU-1 4� u a) > c c LL u A LU a) U-1 LL 0 > N a) m Of c LA V L.L E LA 0 :3 CL -ij a- m w m EL cu 0 0 0 c z c E tu a 0 0 m u 2 LL ::3 E 0 4- 0 4� Q- Z u E p C) Ln C) C) C) 4A :3 a- U-1 u a)C: a) bio E 0 :3 u E 0 Lil AA -a u 06 iA- LA m CL k u c(A a) 0 0 0 :3 0 u LA u c a) 4 L u > 06 E wo- a) o 4� E :3 LA u C) 0 c> c u L.L >1 L.L 0 W a) u > G ui N Of z 0 QL I EE u-I c 0 :3 — CL m W CL -W ■0 0 c c E m0 0 z u 93 2 LL ::3 E 0 4- 0 4� Q- Z u E p C) Ln C) C) C) o6 r4 :3 a- U-1 a) bio E 0 :3 u E 0 Lil AA -a u 06 iA- LA m CL k u c(A a) 0 0 0 :3 0 u LA u c a) 4 L u > 06 E wo- a) o 4� z LA LL :3 C: LA u 0 m 0 L.L > L.L 0 > @ ui N Of z L.L E 0 QL I u-I c V 0 L- -ij :3 — CL m W CL 00 -W CL c -W 0 W 0 c c E m0 0 z u 93 2 LL ::3 E 0 4- 0 4� Q- u m C) 00 C)C) C) 0� 00 Q- :3 a- LLJ z u x bio E 0 c 0 Lil:3 -a u E CA a) T O 06 LA m LL lz > u LL 0 0 0 :3 0 u J m c (A u w > 06 E :3 a) 0 4� a- +1 m LA L.. iz u:3 m c c E >L.L > ce CL w a) L.L L.L 0 N L.L E L.L c 0 -ij :3 CL m w CL m -W 3: CL :3 c w 0 c c E tu a 0 0 0 © z u 93 2 LL D ■ p 0 00 qC) Pli Ln 00 Lo E :3 a- >a) r_ U-1 LA a) bo 4� L.. m E:3 E a) 0 u LU LA 0 L.L u m * 0 0 k u L C © j / u > 5 4 E :3 06 E a) a) 0 E tA 0- +1 LA 0 a) u LA :3 U c c E m c 1w rL LA E > 0 LL LLJ a) 0 > a) :3 Of 0- 0 LA c V L.L E L-L 0 :3 CL CL C) m w N E-W :3 L — w 0 0 c z c E tu a L0 41 © 0 m - u w 0 2 LL D ■ qC) 00 N :3 a- 4i 0 E:3 u 0 06 LL LL 0 OP > u c a) 0 0 > :3 0 LA u u u 4 c 4-- u 06 E 7a) 0 :3 m c 4� u u I,.0- :3 c LL > LL LLJ a) 0 > u LL E & c :3 .2 CL m w CL CL iL -C w 0 c c E tu 0 0 0 L- © z m u w 93 2 LL ::3 E 0 4- 0 4� Q- u m C) C) 00 C)C) :3 a- LLJ bio E 0 :3 E 0 u Lil LA 06 .0 .7'A LL r- CL iz a) > u a) 0 L- 0 0 a) :3 0 u w m c u 4-- > u 06 E 0 +1 iz :3 u c c L.L > L.L w a) 0 > N - c V w f C3L w 0 c c w 00 0 z u 93 2 LL D ■ w m 00Ln N -j qC) 00Ln E a) Lo .2- :3 a- U-1 z a) 0 m :3 E u 0 LA E -a :3 c LL w 0 > E > u 04� a) L.. LA 0 0 :3 :3 0 u u u Ep- u 06 E a> a) a) 0 QL L.. 4� LA c iz :3 u c3i 0 c L.L > LA a) w a) L.L 0 > Ln N a) Of QL LA 0 L.L E c 0 :3 CL m § CL EL cu 0 c c E tu a 0 0 m 0 © z u 93 2 LL ::3 E 0 4- 0 4� Q- Z u E p C) Ln C) C) C) o6 kd 00 :3 a- U-1 u a)C: a) bio E 0 :3 u E 0 Lil AA -a u 06 iA- LA m CL k u c(A a) 0 0 0 :3 0 u LA u c a) 4 L u > 06 E wo- a) o 4� E :3 LA u C) N 0 c c L.L > W a) u L.L 0 > G ui N Of z L.L E 0 QL I u-I c V 0 L- -ij :3 — CL m W CL Ln W 00 cm0 0 z u 93 2 LL ::3 E 0 4- 0 4� Q- Z u E p C) Ln C) C) C) o6 00 :3 a- U-1 u a)C: a) bio E 0 :3 u E 0 Lil AA -a u 06 iA- LA m CL k u c(A a) 0 0 0 :3 0 u LA u c a) 4 L u > 06 E wo- a) o 4� z LA LL :3 C: LA u 0 m 0 L.L > L.L 0 > G ui N Of z 0 QL I EE u-I c :3 —0 CL m W CL W 00cm0 0 z u 93 2 LL ::3 E 0 4- 0 4� Q- u m C) 00 C)C) 06 00 Q- :3 z a- LLJ C) u x bio 0 E 0 :3 U E 0 Lil CA a 06 LL lz > LL 0 0 0 :3 0 u J m c (A u w > 06 E :3 a) 0 4� 0- +1 m LA L.. iz u:3 m c c E >LL > LL LL 1w rL LLJ a) 0 N Of QL L.L E L.L c V 0 m CL r- N CL :3 c w 0 0 0 c z c E vu a 0 0 m u 93 2 2 2 _ 9 5 D @ ■ � � � R / 3 ■ � u � � 2 f � E 5 w U f � \ / / k LA 0 06 / Z \ b 0 E a u I = $ 3 2 w q 0 7 >% / / J u ƒ 4 3 u 7 1 7 � ± LA \ m % E E / u q \ w q = ° &ce 3 E < \ LA \ E o N ' u / � 2 E E & E / :3 g CL m § / ƒ.. � m g 0 $ © k / 2 2 _ 2 5 7 @ Q- / � � 2 0 � ■ \ p / m / R / ■ � f � � a \ E � 5 w � % / & a � E m E @ m u ° 0 E / LA -a w \ b06 k u k iz � 0 � 0 � \ / / § 2 Z u > 06 E / ƒ LA E � � a) 2 ± U m q ~ cc § � / a E 0 1w° & \ § k ƒ / c 2 2 § f 3 .. m m 0 0 $ © k / LL D ■ w m 00Ln N -j qC) C) Lo E .2- :3 a- U-1 _0 C:C C: LA 4i a) z E 0 0:3 u E c LL w 0 u :3 > > a) u E 0 +1 M 0 j 0 :3 LA ou 4 2 �t u 06 E a) a) c 0 > QL 4� a) LA L.L 6 :3 L.. u 0 +1 N 7@ LA c LL > R: LLJ a) LL 0 > Ln Of LA 0 L.L E c L. 0 bo :3 CL m § CL EL cu 0 c c E tu a 0 0 m 0 © z u 93 2 2 2 _ 9 5 D @ ■ � � � R \ ■ � 8 / a / § E a) � ± w : \ % E / LAm § k LA _ 0 06 / / L b 0 E a I = ± > § ( q � @ > R _ k § / 7 L ± � 2 a) 2 c [ : _ c ° & § LA ± m / E o ¢ LL k w a w / � § = E / a) gCL m w / ƒ m g 0 $ © k / 2 2 _ 2 5 7 @ m 2 0 0 Q- / ■ � m � t $ k R / u � y � % � E � 5 w � k Ebio m 0 � / L 06 / 2 ƒ $ c j f / ° / Z m ƒ k r k > 06 5 ° a) a) m L Eci a \ bo \ c m c ui m E 0 % LL LLS ° / � R E § 2 E 2 / a) gCL m m ƒ.. m 0 0 $ © k / 2 2 _ 2 5 7 @ m 2 0 0 Q- / ■ � m � t $ k R / § ® q y a � E � 5 w a) k a) bio m 0 � / L 06 / 2 ƒ $ c ® a) 0 0 E / / Z / k 06 \ E a) LA a) m ± a c c § § < m LU m / E 0 % 0- LLS Ln ° N R � E § 2 E 2 / g § / � CL ƒ m 0 0 $ © k / 2 2 _ 9 5 D @ ■ p ƒ m ° _ R k ■ � u \ a f � E � � � & § / w > � ± & % . E a k a) bo k u � L / ° LL -C e a > j © 2 § ƒ / § k E / > LA ± :3 _ u 0 5 a) a) E LA � LA / m L. � % E _ m 6 f c ° � m @ LL o % @ ¢ \ k ƒ § � / 2 / gCL .. m g 0 $ © k / 2 2 _ 9 5 d @ ■ � � � R k @ q § ± :3 _ / E J 5 ° / \ 0 § 06 C2 _ = 0 / E _0 u b E a 5 I = > a) § ( a) 6 0 > R k /� 06 5 > ° ° & ± iz E \ 2 c [ a @ = bO m ` a § � < c & 3 w E 0 Ln % m § / / 9 / m w � � ƒ.. m 0 w w © k / 2 2 _ 9 5 D @ � / ƒ � 2 0 m ■ t _ w R -j _ R ¢ @ qLn f 4A � E 5 w k / u & bo 0 k _ u E / LL / u = � k LL k ° z 0 o E m 3 u k 06 \ ° ƒ @ E , 9 2 ± \ LL \ c c § ± m k E 0 ° � < ) ƒ Of § LA / 0 m § \ c .. m 0 0 $ © k / 2 2 _ 2 5 D @ ■ � \ / R � f § � E % 5 w � 0 k / � / /° LL k / � I $ : a @ / § / / 5 °� a° � c ( E , § q k m * m 9 < c LU m E o % LL � a k of � 0 2 E L ® c / g CL § / ƒ.. m g 0 $ © k / 2 2 _ 2 5 7 @ m 2 0 0 Q- / ■ � m � t $ k R � § C) . # y 4A � E � 5 w a) k a) bio m 0 � / L 06 / 2 ƒ $ c ® a) 0 o E 2 / E ƒ R m 06 / \ f Z @ LL c (A 2 ± k c c E ± ƒ / o ce° & % 0- LLS Ln ° N R � E § 2 E 2 / gCL m § / m :.. 0 0 $ © k / 2 2 _ 9 5 D @ ■ � � � R / § � k f � f Z ƒ u \ m c / 0 ° k 7 u / c LL L / © / q a) . c § \ � f > / u \ / u 06 O/ \\ ) E [ m c ( a q [ bo m § 0 c LA a) LL o \ / ■ / § L.L c 2 / a) g CL m w \ ƒ.. m g 0 $ © k / 2 2 _ 9 5 D @ ■ � � � R q § ®C) � a f E f Z ƒ k u \ % c / 0 ° k 7 u LL / © / q a) . c § \ � f > / u \ / u 06 O/ \\ ) E [ m c ( a q [ bo m § 0 c LA a) LL o \ / ■ / § L.L c 2 / a) g CL m w / ƒ.. m g 0 $ © k / 2 2 _ 9 5 D @ ■ � � � R _k § � f �� f Z ƒ 3 \ % c / 0 ° k 7 u LL / © / q a) . c § \ � f > / u \ / u 06 O/ \\ ) E [ m c ( a q [ bo m § 0 c LA a) LL o \ / ■ / § L.L c 2 / a) g CL m w \ c .. m g 0 $ © k / 2 2 _ 2 5 % @ ■ � � � R \ � u \ � & f � E � 5 w / � Z \ # f u m u CA o 06 / I L u � _ E a I f / / k k / u a \ � \ / k 06 O \ L / LA a) % a q E m § 0 c LA � LL o \ / ■ / § L.L E 2 / a) g CL m § / ƒ.. � m g 0 $ © k / 2 2 _ 9 5 D @ ■ � � � R k § C) f � E 5 w U � a � m 0 5 k 5 0 06 m b E a _ > / § ( q � f > R LA J O ƒ \ u 0 a ° / / ) u LA 2 c [ \ :3 q § E < w E o > * m < S / ■ Of < :3 2 E & E / a) gCL m w � ƒ.. m g 0 $ © k / 2 2 _ 2 5 7 @ Q- / � � 2 0 � ■ \ p / m / R _$ k § 7 f ' � � a a E � 5 w � % / & a � E m E @ m u ° a / w b 06 a I > E § f o ƒ E / / § / 5 Z a > LL / :3 (A m q 2 ± / c c E � a E 0 ° & \ < § k / § $bo / / gCL m § / c m 0 0 $ © k / LL D ■ qC) C) 00 Ln 4A :3 m 4i C: LA a) E N 0 m :3 LA u 06 0 u L.L ©r- w a) OP c c > w a) 0 a)> :3 u u m V� 4-- u C: 0 u 06 m a) :t, u LA LA E :3 LA m c m a m LL E < c E 0 LA ui u LL 0 > E a) 0 u N < .2 c 9� LA 0 LL 0 0 c LL L.. V L- CL m w m -C w 0 0 0 c z c E tu 0 0 m u 2 2 2 _ 2 5 D @ m 2 0 0 Q- / ■ � m / -j y R % k u 7 y � N � E � \ 5 2 / & \ x / @ 0 / 0 k \ 06 a § I $ m � LL (ALL 0 o E § / c u c £ � 06 QL q a) > I � <QL § a- � E ¥ c- 2 ± / c c E L.L± R E E oBe CL % * \ 9 a) ■ / \ ƒ \ 2 m w # f c .. m m 0 0 $ w © k / 2 2 _ 2 5 % @ ■ � � � R \ 9 # u / � & f � E � 5 w g f f. 2 m $ u / L / u b 0 E a § I = 0 k / � E @ j 2 w \ J u ± \ 3 0 bo \ < s � ± E u \ 2 t § \ / q $ c e & \ ) m L.L ° < o % 2 E 2 § / � § � \.. m g 0 $ © k / 2 2 _ 9 5 D @ � / m 2 0 m ■ t E � _ \ k R Lo @ u N / 4A E 5 w k ' u LA / E m E @ m u ° 0 E a -a w ° LL 06 / 2 � $ � E q q 0 /\ u Z § k - a) >06 I � f \ 0- � E 9 5 2 ± * E f c § E \ \ �K © / \ LA \ cL / L. .. m 0 0 $ w © k / 2 2 _ 2 5 7 @ Q- / � � 2 0 � ■ \ p / \ / R 00 \ 00 § � f ' � � a a E 5 w � % / & LA E m E @ m u ° a / w / LL 06 / z 2 > E E § q f 0 E LAƒ \ / � § � > � E ¥ :3 � / LA � k f > K § � © I G 9 (a ~ / / � \ $ t / CL m § / ƒ.. m 0 0 $ © k / 2 2 _ 2 5 % @ ■ � � � R / 0 ■ � u w � & f � E � 5 w g f . 2 \ / � 0 LL § k � ¢ / / 7 f q b E w $ \ % k / / E / - 2 a) 7 bo / 0 ± LL / \ 2 c § \ / 0 c$ ° & ui u E o \ ƒ 2 k * w CA ° � Of k /CA 2 § CL $ f m m § 41 0 $ © k / 2 2 _ 2 5 % @ ■ � � � R ¢ _ u k � & f � E � 5 a- m g f . 2 / � 0 LL § k ¢ / / 7 a) q x b 0 E $ OP a) \ % k / / E / — 2 a) 7 bo / 0 ± LL / \ 2 c E \ ) 0 $ c ° &ce ui § E o \ ƒ 2 k * w CA a0 Of ° � k / 2 m w $ f CL m m § 0 $ © k / 2 2 _ 2 5 % @ ■ � � � R e % ■ � u q f � E � 5 w g f /. 2 \ � 0 LL § k ¢ / / 7 / q � b E $ § ® / OP a) \ % k / / E / - 2 a) 7 bo / 0 ± LL / \ 2 c E \ ) 0 $ c ° &ce ui § E o \ ƒ 2 k * w CA a0 Of ° � k / 2 § $ f c m m § 0 $ © k / 2 2 _ 9 5 D @ ■ � � � R d @ § ® 4A f � E � 5 w U f > :±m a O a m w / 1 k 7 E � / f u b E a : S I = > k § ( q 2\ > R � < O u ƒ E $ / 7 � ± lz E LL a) u 2 c E � E q LL f � $ u � o � $ a) Of 2 � ƒ / t CL / m w � ƒ.. m g 0 $ © k / 2 2 _ 9 5 d @ ■ � � � $ # a) » 2 > o a) o / \ u / t % R L f M E 7� 5 U w a U f > 2 m w / a j m q ƒ § 06 0 0 / / E CL © / a) \ c c \ LW w 0 3 f > a)k O ƒ / g U � ® a) a) 2 w > � ± E / E 2 c [ \ § c ° a) < L E E o Ui � * @ # a) % ■ m ± tn qp ƒ % CbOL m § Ln ƒ.. m 0 0 � $ w © 0 / 2 2 _ 2 5 7 @ ■ p J m � R � 3 R d $ y Lo � f E a a � 5 w � 0 LA LA _ _ 0 o ) LL k / a 7 I $ j < u ƒ / u 06 g o a % $ / % [ E a) } 2 OL \ § c ± LA 3 J a) E o % a) $ / / C O ° bo / k L. / CL m § M � ƒ.. m g 0 $ © k / 2 2 _ g 5 3 @ ■ / p m � _ � $ R k u 00 � & f � E 5 / \ / � / k _ u w L k b& \ k I o rL > 3 c c § q / > \ ƒ / 7 LP- 06 ® f � k QL IZ > I a q q 2 2 E / a) �LA $ ° & > L.. f L.. * E b $ § / m CL § � ƒ .. m g 0 $ © k / 2 2 _ 2 5 7 @ ■ @ � � / m = $ R k ■ « 8 / a _ f � E � 5ui / - � / E a � � m E 3 u w a / m / rL L. rL $ c c \ u \ \ / = u ° ' e / / / o ± E » \ ° m a q LA 2 / � a) 2 LA c ° $ LL ° < / E b $ § / § CL C ƒ m g 0 $ © k / LL ::3 ■ � \ 00 C) ■ Lri 9L E :3 a- ui -a 0 :3 u ui 0 0 LL L.0 rL0 rL > c c > a) > 0 w 0 :3 > -i a) x 00 000 QL C) iz > Ln LA a) m L. c E :3 LA2 / c 1w OL L.L >ui L.L 0 NLn LA L.L c 0 bo CL -W 3: w M -W :3 c m CL w 0 0 0 c z c E vu a 0 0 m u 93 2 MMMMIM= FSA Cooperative Purchasing Program FLO RI DA SHERIFFS ASSOCIATION FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment How to Order 12 > 7t 4A G) h, > 2 2 4) = = 0 CL CL 4-4 Cl urn 0- 0 0 o 0 0 4-J " 72 0 o U m > 0 E C ol E U) U- Q 0 Q) ,O Tj (D CL4) 4) E MIMIIIMMM FSA Cooperative Purchasing Program FLO RI DA SHERIFFS ASSOCIATION I FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment Awarded Vendor Contract Signature Pages I_ Docusign Envelope ID: D3381740-8D51-4B1A-82D8-68572323C27A L0,RUICD su�eirrs as�oeiarme in 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 FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name ETR, L.L.C. Business Address 700 S French Avenue, Sanford FL 32771 Name of Authorized Agent Jerry Michaluk Email address of authorized agent JERRY@ETRLLC.ORG DocuSigned by: Signature tw� k l C925ABB2A8D0411... Date 3/24/2025 FSA Contract Number FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name ETR, L.L.C. Docusign Envelope ID:6424CF30-BED6-4358-871 B-6D1 DC138E523 U0,R11CD su�eirrs as�oeiarme in 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 FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name Excel lance, INC. Business Address 1635 HARVEST, ALA. 35749 Name of Authorized Agent Chal i e Epps Email address of authorized agent charlie@excellance.com Signed by'.( �G Signature �-t,� 6I /" M78F22ND154F5... Date 3/24/2025 FSA Contract Number FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name Excel lance, INC. Docusign Envelope ID:75C1O8OC-532F-4AOF-B697-759D52F7E2FO U0,R11CD su�eirrs as�oeiarme in 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 FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name Love Power Equipment, Inc Business Address 2081 South Suncoast Blvd Homosassa Fl 34448 Name of Authorized Agent Ed Gurry Email address of authorized agent ed.gurry@lovepowerequipment.com Signed by: Signature EfEA5DFADB50FD4DE a""'"I ... Date 3/20/2025 FSA Contract Number FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name Love Power Equipment, Inc Docusign Envelope ID: CDF945D2-5C5B-4317-B2BC-92E983041540 U0,R11CD su�eirrs as�oeiarme in 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 FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name Matheny Fi re & Emergency Business Address 725 SW 46th Ave, Ocala, FL 34474 Name of Authorized Agent Dee Daniels Email address of authorized agent DDaniels@mathenyfire.com Signed by: Signature t,t, PAln'LLS 53DE53B22D95E4BE... Date 3/21/2025 FSA Contract Number FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name Matheny Fire & Emergency Docusign Envelope ID:958379AA-13F3-4228-9D95-DC7841 B7E5D0 U0,R11CD su�eirrs as�oeiarme in 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 FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name Ring Power Corporation Business Address 500 World Commerce Parkway, St Augustine Fla 32092 Name of Authorized Agent Jay Lusk Email address of authorized agent jay.lusk@ringpower.com ,DocuSigned by: Signature I .`) (A�.C7EOCB2B142F446... Date 3/21/2025 FSA Contract Number FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name Ring Power Corporation Docusign Envelope ID:A5D3E66F-27C9-4D03-8C95-F31 E5F1 F8CA8 U0,R11CD su�eirrs as�oeiarme in 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 FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name South Florida Emergency vehicles LLC Business Address 4655 Cummins Court Fort Myers Florida 33905 Name of Authorized Agent Ken Creese Email address of authorized agent kcreese@sflev.com Signed by: Signature E�78[37180[32FC[3413 (MGst, ... Date 3/20/2025 FSA Contract Number FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name South Florida Emergency vehicles LLC Docusign Envelope ID: D804C4FD-BD71-44A5-8F73-E63632CAFF73 U0,R11CD su�eirrs as�oeiarme in 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 FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name SHerp USA Business Address 489 Amos way NW Name of Authorized Agent Brian wolf Email address of authorized agent brian@sherpusa.com Signed by, Signature E7 lN ' 266ECEE1255B4DB... Date 3/26/2025 FSA Contract Number FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name SHerp USA Docusign Envelope ID: ED33E9EE-66F6-4753-8D26-772OBF3COCD7 U0,R11CD su�eirrs as�oeiarme in 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 FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name Ten-8 Fire & safety, LLC Business Address 1112 Manatee Avenue E. Bradenton, FL 34208 Name of Authorized Agent Cindy Morgan Email address of authorized agent cmorgan@ten8fire.com DocuSigned by: Signature EFC6D29A5A2E64AO vu� AUKOOan, . Date 3/20/2025 FSA Contract Number FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name Ten-8 Fi re & safety, LLC Docusign Envelope ID: FDACEC6D-F466-4CF9-B6A9-D8F64BDOC7ED U0,R11CD su�eirrs as�oeiarme in 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 FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name Toyne Inc. Business Address 104 Granite Ave. , Breda IA 51436 Name of Authorized Agent Michael D. schwabe Email address of authorized agent royce@tacti calf i revehi cl es.com Signed by: Signature 1'Ai�J D. F46067B437CA439... Date 3/24/2025 FSA Contract Number FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name Toyne Inc. Docusign Envelope ID:59CEE19D-AD68-4688-9AE7-3556B8209C61 U0,R11CD su�eirrs as�oeiarme in 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 FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name chemical containers, Inc. Business Address 413 ABC Road Lake wales, Florida 33859 Name of Authorized Agent Andrew Moti s Email address of authorized agent gov@chemi cal contai ners.com Signed by: Signature Ea6F4B48253ODC4CA 1nJ)" Au6s ... Date 3/20/2025 FSA Contract Number FSA25-VEF19.0: Fire& Rescue Vehicles, Boats,and Equipment Bidder Company Name chemical containers, Inc. MMMMIM= FSA Cooperative Purchasing Program FLO RI DA SHERIFFS ASSOCIATION I FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment Base Specifications I_ Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment ItemGroups Summary...............................................................................................................................2 Airport Rescue Fire Fighting Apparatus (ARFF) .........................................................................................3 FireApparatus- Initial Attack....................................................................................................................4 MidMounted 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 RescueApparatus- Heavy.......................................................................................................................28 Rescue Apparatus- Medium ...................................................................................................................30 RescueApparatus-Walk-In.....................................................................................................................32 Tractor-Drawn Aerial Apparatus..............................................................................................................34 WildlandFire 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 OutboardEngines....................................................................................................................................45 PersonalWatercraft(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 EngineOption).........................................................................................................................................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 MobileCommand Unit ............................................................................................................................61 1 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 2 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 3 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 4 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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 5 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 6 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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 7 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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 8 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 9 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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) 10 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 11 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 12 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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 13 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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. 14 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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/speed 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 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 15 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 16 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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 17 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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. 18 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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 19 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 20 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 21 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 22 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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 23 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 24 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 25 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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 26 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 27 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 28 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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) 29 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 30 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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 31 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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) 32 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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) 33 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 34 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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 35 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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 36 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment Wildland Fire Apparatus 4A 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 37 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 38 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 39 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 40 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • All lights to be LED Warranty • OEM standard warranty 41 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 42 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 43 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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. 44 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 45 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 46 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 47 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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. 48 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment Type I Ambulance: U2 Wheel Drive (4A 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 49 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 50 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 51 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • Five (5)year paint pro-rated on body • Five (5) year corrosion perforation on body • Ten (10) year minimum body structural warranty 52 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment Type II Ambulance: U2 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 53 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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. 54 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment Type III Ambulance: U2 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 55 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 56 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 57 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 58 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment • 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 59 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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 60 Florida Sheriffs Association Cooperative Purchasing Program FSA Base Specifications FSA25-VEF19.0: Fire & Rescue Vehicles, Boats & Equipment 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. 61 MINNIE= FSA Cooperative Purchasing Program SO LO R1 DA SHERIFF'S' S CI II I ZA W" FSA25-VEF19.0: Fire & Rescue Vehicles, Boats Equipment Terms and Conditions Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 Page 1 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 Page 2 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 3.01 GENERAL REQUIREMENTS.....................................................................................................................27 3.02 STATEMENT 0F 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 3l0 PRODUCTION CUTOFF...........................................................................................................................28 3.09 FACILITIES...............................................................................................................................................29 3.10 FACTORY-INSTALLED OPTIONS..............................................................................................................29 311 VENDOR-INSTALLED OPTIONS...............................................................................................................29 3.12 NON-SCHEDULED OPTIONS...................................................................................................................29 ].1] AMBULANCE REMOUNT........................................................................................................................29 3.14 FORCE MA]EURE....................................................................................................................................]1 3.15 PURCHASE ORDERS................................................................................................................................]1 3.16 DELIVERY................................................................................................................................................]2 3.17 INSPECTION AND ACCEPTANCE.............................................................................................................]] 3.18 REGISTRATION,TAG AND TITLE.............................................................................................................]] 3.19 CAB AND CHASSIS PURCHASES..............................................................................................................]] 320 INVOICING AND PAYMENTS..................................................................................................................]] 321 WARRANTY............................................................................................................................................]] 322 QUARTERLY REPORTS............................................................................................................................]] 323 ADMINISTRATIVE FEE.............................................................................................................................]4 324 LIQUIDATED DAMAGES..........................................................................................................................]5 AppendixA: Bid Calendar............................................................................................................................................]6 Appendix8:ACH Payments.........................................................................................................................................]7 AppendixC: Federal Clauses........................................................................................................................................]8 Page 3 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 t 11'Lllsrl rifls c,)r x 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. Page 4 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 5 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 6 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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) Page 7 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 8 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 9 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 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. Page 10 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 11 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 Page 12 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 13 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 14 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 15 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 Page 16 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 I7I7t;;x;?ifsrf�� ��ifFsr r.�.I'.f,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. Page 17 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 0 Contact Information 0 Business Profile 0 References 0 Disqualifications& Defaults 0 Warranty Service Plan Attestation 0 Emergency Technician Attestation • Compliance Attestations 0 E-Verify 0 Sunbiz 0 Drug-Free Workplace 0 Workers Compensation 0 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: 0 Certification Regarding Debarment and Suspension 0 Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist 0 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: 0 Response time to initial call from purchaser, Page 18 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 0 Number of personnel available to service the contract, 0 Qualifications of personnel providing warranty work,and 0 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. Page 19 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 Page 20 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 21 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 Page 22 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 cc,) : . 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). Page 23 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 24 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 25 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 26 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 27 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 Page 28 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 Page 29 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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. Page 30 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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� r;;,xr�l7f��:f L,�4„�IyI,�,f :„,,,. 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 Page 31 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions • 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. Page 32 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 I.rr�1 �,:,,,f`f;f,,II�P,fFrr�1�,.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. Page 33 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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: Page 34 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 16'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 $100 per Purchase Order calendar days of the purchase order issue date 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. Page 35 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Appendix A: Bid Calendar momu� 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 &Vendorl-ink 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 r 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 Page 36 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Appendix B: ACH Payments I ; � Uy TO: All Customers of the Ffoar'ida Shelilfifs.Association; SUBJECT: Florida Sheriffs Association is going 1pa;perlliess! Our association is 1pleased,to aninouinRce the irrmpNernentatiori of acc�eptiing,electronic paymenti from customers. If your agency of cornpany uis„able t„�s pad via A,CH,please c,ansider adding the Flariiiida Sheriffs Association to your Illist of vendors paid)via electronic payment. FloridaSheriflfs Ais�D iation`s.®�aimwkling Illnforimnatio,n its as,follcyws- Checking.Aeccount Calpitallll City(sank Routing°Wtuber:EI6310069 Account,Number:ODIGSs67OCi Please email any llpa rnent relrnittaince information to arc �urrti flshem iffs.r�rE. If Vou choose to rr iRU A,C1H payments to the assocfatio,n,tbere is ino additional�ehauRge. However,the information abowwe can be used to Ipayr with a"dire transfer.. If yo,u choose to Ipay via"wiire,them is a charge of$23 per wire that yoru will need to add to yosmir payment. If you have any queStICIRS at all,please contact Trusih Elc!Ti4�a at,t�eldlig f1sheri s,org or call JR q 559 5663,.. Sincerely, T?-L,7h, Eldridge [director of Acc;auntiing and Finance Florida Sheriffs,Association Page 37 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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: Professional Operations/ Materials& PROVISION Services/A&E Management Construction Supplies Equal Employment Opportunity All Davis-Bacon Act >$2,000 Copeland "Anti-Kickback"Act >$2,000 Contract Work Hours and Safety >$100,000 >$100,000 >$100,000 >$100,000 Standards Act Rights to Inventions Made Under a If the purchase If the purchase If the purchase If the purchase Contract or Agreement order involves order involves order involves order involves performance of performance of performance of performance of experimental, experimental, experimental, experimental, developmental developmental developmental developmental or research or research or research or research work work work work Clean Air Act >$150,000 >$150,000 >$150,000 >$150,000 Federal Water Pollution Control >$150,000 >$150,000 >$150,000 >$150,000 Act Debarment and Suspension All All All All Byrd Anti-Lobbying Amendment >$100,000 >$100,000 >$100,000 >$100,000 Procurement of Recovered All All All All Materials Prohibition on Certain All All All All Telecommunications and Video Surveillance Services or Equipment Domestic Preferences for All All All All Procurements *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 FIR 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 Page 38 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 Page 39 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions 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 etseq.)and the FEDERAL WATER POLLUTION CONTROL ACT(33 U.S.C. 1251 etseq.), 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. Page 40 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions (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. Page 41 FSA25-VEF19.0:Fire&Rescue Vehicles,Boats,&Equipment