Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-0431 1 Temp Resolution #10917 March 13, 2006 Revision #1 -- March 15, 2006 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2006-W A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO PURCHASE A MUTUAL AID RADIO COMMUNICATIONS (MARC) TOW VEHICLE AND RELATED EQUIPMENT FOR THE MARC TRAILER AWARDED TO THE CITY OF TAMARAC THROUGH RESO R-2005-101, AT AN AMOUNT NOT TO EXCEED $36,000; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Tamarac desires to support the Statewide Mutual Aid Plan designed to enhance operations in times of disaster; and WHEREAS, the City of Tamarac was identified by the State of Florida as a location to place a Mutual Aid Radio Communications (MARC) trailer; and WHEREAS, the tow vehicle is to be identified as a Tamarac resource and maintained by Tamarac as long as the trailer is stationed here; and WHEREAS, the City of Tamarac accepted the MARC trailer from the State of Florida through Reso R-2005-101, attached hereto as EXHIBIT A; and Temp Resolution #10917 March 13, 2006 Revision #1 — March 15, 2006 Page 2 WHEREAS, according to Resolution R-2005-101, the State of Florida would provide funding to the City of Tamarac in the amount of $25,000 to purchase a tow vehicle and related equipment for the MARC trailer; and WHEREAS, in a letter from Dave Casey, Bureau Chief for the State Fire Marshal's office of the State of Florida, the funding was increased by $5,000 for a total of $30,000, attached hereto as EXHIBIT B; and WHEREAS, in the fall of 2005, the City of Tamarac received the sub -grant funding in the amount of $30,000 toward the purchase of the tow vehicle and related equipment for the MARC trailer, attached hereto as EXHIBIT C; and WHEREAS, the City of Tamarac will use the pricing outlined in the Florida Sheriffs Association Bid Award Announcement (04-12-0823 ROLLOVER), attached hereto as EXHIBIT D, to purchase the tow vehicle, a Ford F-250 SD (F21) 3/ Ton 4 wheel drive Pickup Truck; and WHEREAS, Tamarac Fire Rescue has allotted the remainder of funds ($5,571) in our FY06 Budget; and 1 Temp Resolution #10917 March 13, 2006 Revision #1 — March 15, 2006 Page 3 WHEREAS, the Fire Chief and the Purchasing and Contracts Manager agree that it is in the best interest of the City to award this purchase for the tow vehicle and related equipment; and WHEREAS, the City Commission of the City of Tamarac deems it to be in the best interest of the citizens and residents of the City of Tamarac to purchase the tow vehicle and related equipment for the purpose awarded to us, in order that we be better prepared in times of disaster. NOW THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. SECTION 2: The appropriate City Officials are hereby authorized to purchase a tow vehicle and related equipment for the MARC trailer, awarded to the city of Tamarac through Reso R-2005-101, at an amount not to exceed $36,000. SECTION 3: All resolutions in conflict herewith are hereby repealed to the extent of such conflict. Temp Resolution #10917 March 13, 2006 Revision #1 — March 15, 2006 Page 4 SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or in application, it shall not affect the validity of the remaining portion or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its adoption. PASSED, ADOPTED AND APPROVED this ),9, day of M CrCh 2006. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. BETH FLANSBAUM-TALABISCO MAYOR RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: COMM. PORTNER DIST 2: COMM ATKINS-GRAD DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER 1 1 1 C TR 10917 EXHIBIT A CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2005- j 0 l Temp Resolution #10715 May 16, 2005 Revision #1 — May 31, 2005 Page 1 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE A SUB - GRANT AGREEMENT FOR FLORIDA DOMESTIC PREPAREDNESS STRATEGY WITH THE STATE OF FLORIDA, DEPARTMENT OF FINANCIAL SERVICES, DIVISION OF STATE FIRE MARSHAL, TO RECEIVE A MUTUAL AID COMMUNICATIONS (MAC) TRAILER AND TO ACCEPT A SUB -GRANT AWARD IN AN AMOUNT NOT TO EXCEED $25,000 FOR THE PURCHASE OF A TOW VEHICLE FOR THE MAC TRAILER; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Tamarac desires to support the Statewide Mutual Aid Plan designed to enhance operations in times of disaster; and WHEREAS, the Federal government has made funding available to the State of Florida to enhance emergency response; and WHEREAS, the State of Florida, Department of Financial Services, Division of State Fire Marshal is administering the Federal Sub -grants through a Sub -grant Agreement for Florida Domestic Preparedness Strategy referred to as the "AGREEMENT' and attached hereto as "EXHIBIT A"; and Temp Resolution #10715 May 15; 2005 Revision #1 -- May 31, 2005 Page 2 WHEREAS The State of Florida has purchased and distributed a number of mutual aid communications (MAC) units within the State; and WHEREAS, the State of Florida has identified Tamarac as a strategically important location for MAC equipment; and WHEREAS, the State of Florida has offered to locate and place a Communications trailer in Tamarac and to provide Tamarac with Sub -grant funding in the amount of $25,000 to purchase a tow vehicle; and WHEREAS, the tow vehicle is to be identified as a Tamarac resource and maintained by Tamarac as long as the trailer is stationed here; and WHEREAS, the Fire Chief recommends accepting the Sub -grant funding and executing the Sub -grant Agreement; and WHEREAS the City of Tamarac will deploy the unit as directed by the State EOC or Fire Marshal during an activation of the Statewide Mutual Aid Plan; and WHEREAS, the City of Tamarac agrees to maintain training of their personnel and team preparedness and availability to respond and to be a regional and Statewide response asset; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to accept Sub - grant funding in the amount of $25,000 from the State of Florida, Department of Temp Resolution #10715 May 16, 2006 Revision #1 -- May 31, 2005 Page 3 Financial Services, Division of State Fire Marshal, and to authorize the appropriate City Officials to execute the Sub -grant Agreement. NOW THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. SECTION 2: The appropriate City officials are hereby authorized to execute a federally funded Sub -grant Agreement for domestic preparedness strategy with the State of Florida, Department of Financial Services, Division of State Fire Marshal, to receive a Mutual Aid Communications (MAC) trailer and to accept a Sub -grant award in an amount not to exceed $25,000 to purchase a tow vehicle for the MAC trailer. SECTION 3: The appropriate City Officials are hereby authorized to amend the grants fund budget for the next quarter, and appropriate said funds including any and all subsequent budgetary transfers in accordance with proper accounting procedures_ SECTION 4: All resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or in Temp Resolution #10715 May 16, 2005 Revision #1 — May 31, 2006 Page 4 application, it shall not affect the validity of the remaining portion or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its adoption. PASSED, ADOPTED AND APPROVED this !g_ day of . J ale , 2005. ATTEST: MARION SW SON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. a /' 1, � SA G E INT RI ITY ATTORNEY / E SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: WM TALABISCO DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS TR 10715 - EXHIBIT A Contract Number: 05DS-2N-13-00-16 - 317 CFDA Number: 97.004 SUSTAINMENT FUNDS FOR Mutual Aid Communications (MAC) Upgrades SUBGRANT AGREEMENT FOR FLORIDA DOMESTIC PREPAREDNESS STRATEGY (State of Florida Funding Cycle 2004-5) THIS AGREEMENT is entered into by and between the State of Florida, Department of Financial Services, with headquarters in Tallahassee, Florida (hereinafter referred to as the "Department"), and the City Of Tamarac (hereinafter referred to as the "Recipient") THIS AGREEMENT IS ENTERED INTO BASED ON T14E FOLLOWING FACTS: A. WHEREAS, the Recipient represents that it is fully qualified and eligible to receive these grant funds to provide the services identified herein; and D. WHEREAS, the Department of Community Affairs has received these funds from the federal government and has duly contracted with the Department of Financial Services / Division of State Fire Marshal to manage certain funds by way of a subgrant agreement; and the Division has chosen to subgrant such funds to the Recipient upon the terms and conditions hereinafter set forth: and E. WHEREAS, the Department has authority pursuant to Florida law to disburse the funds under this Agreement. NOW, THEREFORE, the Department and the Recipient do mutually agree as follows: Mutual Aid Communications (MAC) Upgrades Page I of 22 03/28/05 (1) SCOPE OF WORK. The Recipient shall fully perform the obligations in accordance with the Scope of Work, Attachment B of this Agreement. Notwithstanding any other provision in this agreement, the obligations contained in this paragraph, (1) "Scope of Work," and Exhibit —1, "STATE RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT...," or such other provisions as it may apply, shall continue for the duration of this agreement and shall survive the termination of this agreement. Each resource awarded to the recipient pursuant to this agreement must continue to be used for the purposes described in this agreement for the entire operating life or shelf life of the resource. Should any resource be used for any purpose other than the purposes described in this agreement, the title to, or ownership of, such resource shall revert to, and become the property of, the Department of Financial Services. This paragraph may be enforced by judicial proceedings in any court having jurisdiction, or by administrative proceedings under Chapter 120, Florida Statutes, or by any other applicable or appropriate proceedings. (2) INCORPORATION OF LAWS RULES REGULATIONS AND POLICIES. Both the Recipient and the Department shall be governed by applicable State and Federal laws, rules and regulations, including but not limited to those identified in Attachment A. (3) PERIOD OF AGREEMENT. This Agreement shall begin upon execution by both parties and continue for the normal operating lifetime or shelf life of said goods and equipment, unless terminated earlier in accordance with the provisions of paragraph (7) of this Agreement. The condition and/or depletion of equipment will be reported annually as required by the Scope of Work, Attachment B of this Agreement. (4) MODIFICATION OF CONTRACT. Mutual Aid Communications (MAC) Upgrades Page 2 of 22 03/28/05 Either party may request modification of the provisions of this Agreement. Changes, which are mutually agreed upon shall be valid only when reduced to writing, duly signed by each of the parties hereto, and attached to the original of this Agreement. (5) RECORDKEEPING (a) As applicable, Recipient's performance under this Agreement shall be subject to the federal "Common Rule: Uniform Administrative Requirements for State and Local Governments" (53 Federal Register 8034) or OMB Circular No. A-110, "Grants and Agreements with Institutions of High Education, Hospitals, and Other Nonprofit Organizations," and either OMB Circular No. A-87, "Cost Principles for State and Local Governments," OMB Circular No. A-21, "Cost Principles for Educational Institutions," or OMB Circular No. A-122, "Cost Principles for Nonprofit Organizations." If this Agreement is made with a commercial (for -profit) organization on a cost - reimbursement basis, the Recipient shall be subject to Federal Acquisition Regulations 31.2 and 931.2. (b) The Recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of five years from the date the audit report is issued, and shall allow the Department or its designee, Comptroller, or Auditor General access to such records upon request. The Recipient shall ensure that audit working papers are made available to the Department or its designee, Comptroller, or Auditor General upon request for a period of five years from the date the audit report is issued, unless extended in writing by the Department, with the following exceptions: 1. If any litigation, claim or audit is started before the expiration of the five-year period and extends beyond the five-year period, the records will be maintained until all litigation, claims or audit findings involving the records have been resolved. 2. Records for the disposition of non -expendable personal property valued at $5,000 or more at the time of acquisition shall be retained for five years after final disposition. Mutual Aid Communications (MAC) Upgrades Page 3 of 22 03/28/05 3. Records relating to real property acquisition shall be retained for five years after closing of title. (c) All records, including supporting documentation of all program costs, shall be sufficient to determine compliance with the requirements and objectives of the Scope of Work - Attachment B - and all other applicable laws and regulations. (d) The Recipient, its employees or agents, including all subcontractors or consultants to be paid from funds provided under this Agreement, shall allow access to its records at reasonable times to the Department, its employees, and agents. "Reasonable" shall be construed according to the circumstances but ordinarily shall mean during normal business hours of 8:00 a.m. to 5:00 p.m., local time, on Monday through Friday. "Agents" shall include, but not be limited to, auditors retained by the Department. (e) Any additional terms and conditions pertaining to recordkeeping and all terms and conditions pertaining to property management and procurement under this Agreement are set forth in attachments. (6) LIABILITY. (a) Unless Recipient is a State agency or subdivision as defined in Section 768.28, Fla. Stat., the Recipient shall be solely responsible to parties with whom it shall deal in carrying out the terms of this agreement, and shall save the Department harmless against all claims of whatever nature by third parties arising out of the performance of work under this agreement. For purposes of this agreement, Recipient agrees that it is not an employee or agent of the Department, but is an independent contractor. (b) Any Recipient who is a state agency or subdivision, as defined in Section 768.28, Fla. Stat., agrees to be fully responsible to the extent provided by Section 768.28, Fla. Stat., for its negligent acts or omissions or tortuous acts which result in claims or suits against the Department, and agrees to be liable for any damages proximately caused by said acts or omissions. Nothing herein is intended to serve as a waiver of sovereign immunity by any Recipient to which sovereign immunity applies. Mutual Aid Communications (MAC) Upgrades Page 4 of 22 03/28/05 Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract. (7) DEFAULT,• REMEDIES TERMINATION. (a) If the necessary funds are not available to fund this Agreement as a result of action by Congress, the state Legislature, the Office of the Comptroller or the Office of Management and 'Budgeting, or if any of the following events occur ("Events of Default"), all obligations on the part of the Department to make any further donations or payment of funds hereunder shall, if the Department so elects, terminate and the Department may, at its option, exercise any of its remedies set forth herein, but the Department may make any payments or parts of payments after the happening of any Events of Default without thereby waiving the right to exercise such remedies, and without becoming liable to make any further payment: 1. If any warranty or representation made by the Recipient in this Agreement or any previous Agreement with the Department shall at any time be false or misleading in any respect, or if the Recipient shall materially fail to keep, observe or perform any of the terms or covenants contained in this Agreement or any previous agreement with the Department, and has not cured such in timely fashion, or is unable or unwilling to meet its obligations thereunder; 2. If any material adverse change shall occur in the financial condition of the Recipient at any time during the term of this Agreement from the financial condition revealed in any reports filed or to be filed with the Department, and the Recipient fails to cure said material adverse change within thirty (30) days from the time and date written notice is sent by the Department. 3. If any reports required by this Agreement have not been submitted to the Department or have been knowingly submitted with substantial information that is incorrect, incomplete or insufficient information; Mutual Aid Communications (MAC) Upgrades Page 5 of 22 03/28/05 4. If the Recipient has failed to perform and complete in timely fashion any of the services required under the Scope of Work attached hereto as Attachment B. (b) Upon the happening of an Event of Default, then the Department may, at its option, upon thirty (30) calendar days prior written notice to the Recipient and upon the Recipient's failure to timely cure, exercise any one or more of the following remedies, either concurrently or consecutively, and the pursuit of any one of the following remedies shall not preclude the Department from pursuing any other remedies contained herein or otherwise provided at law or in equity: 1. Terminate this Agreement, provided that the Recipient is given at least thirty (30) days prior written notice of such termination. The notice shall be effective when placed in the United States mail, first class mail, postage prepaid, by registered or certified mail -return receipt requested, to the address set forth in paragraph (8) herein; 2. Commence an appropriate legal or equitable action to enforce performance of this Agreement; 3. Exercise any corrective or remedial actions, to include but not be limited to, requesting additional information from the Recipient to determine the reasons for or the extent of non-compliance or lack of performance, issuing a written warning to advise that more serious measures may be taken if the situation is not corrected, advising the Recipient to suspend, discontinue or refrain from incurring costs for any activities in question or requiring the Recipient to reimburse the Department for the amount of costs incurred for any items determined to be ineligible; 4. Exercise any other rights or remedies, which may be otherwise available under law; (c) The Department may terminate this Agreement for cause upon such written notice as is reasonable under the circumstances. Cause shall include, but not be Mutual Aid Communications (MAC) Upgrades Page 6 of 22 03/28/05 limited to, misuse of funds; fraud; lack of compliance with applicable rules, laws and regulations; failure to perform in a timely manner; and refusal by the Recipient to permit public access to any document, paper, letter, or other material subject to disclosure under Chapter 119, Fla. Stat., as amended. (d) Non compliance with any terms of this Agreement and the Scope of Work, Attachment B of this Agreement, by the Recipient shall result in termination of Agreement, which will require return of the said goods and equipment to the Department (e) Suspension or termination constitutes final agency action under Chapter 120, Fla. Stat., as amended. Notification of suspension or termination shall include notice of administrative hearing rights and time frames. (f) In addition to any other remedies, the Recipient shall return to the Department any granted equipment or supplies which were used for ineligible purposes under the program laws, rules, and regulations governing the use of the funds under the program. (g) This Agreement may be terminated by the written mutual consent of the parties. In addition, the Recipient or the Department has the option to unilaterally terminate this Agreement. Upon termination of the Agreement, either by mutual consent or unilateral action of either party, all supplies and equipment must be returned to the Department by the Recipient. (8) NOTICE AND CONTACT. (a) All notices provided under or pursuant to this Agreement shall be in writing, either by hand delivery, or first class, certified mail, return receipt requested, to the representative identified below at the address set forth below and said notification attached to the original of this Agreement. Mutual Aid Communications (MAC) Upgrades Page 7 of 22 03/28/05 (b) The Department designates Allen Lovvorn , Division of State Fire Marshal, as the Department's Contract Manager. All communications, written or oral, relating to this Agreement shall be directed to him at: Department of Financial Services Division of State Fire Marshal 11655 NW Gainesville Rd. Ocala, FL 34482 Telephone: 352/369-2829 Fax: 352/732-1433 Email: Alien.Lovvom@fldfs.com The Project Officer for this Agreement also is Allen Loworn. He can be contacted for technical assistance relating to this Agreement at the above address, telephone 352/369- 2829 or e-mail: Allen.Loyvarn�a fldfs.com (c) The name and address of the Representative of the Recipient responsible for the administration of this Agreement is: Name JIM BLDZINSKI Agency Tamarac Fire Rescue Telephone: (954) 724-2436 Fax: (954) 724-2438 Email jimb@tamarac.org (d) In the event that different representatives or addresses are designated by either party after execution of this Agreement, notice of the name, title and address of the new representative will be rendered as provided in(8)(a) above. (9) OTHER PROVISIONS. Mutual Aid Communications (MAC) Upgrades Page 8 of 22 03/28/05 (a) The validity of this Agreement is subject to the truth and accuracy of all the information, representations, and materials submitted or provided by the Recipient in this Agreement, in any subsequent submission or response to Department request, or in any submission or response to fulfill the requirements of this Agreement, and such information, representations, and materials are incorporated by reference. The lack of accuracy thereof, or any material changes shall, at the option of the Department and with thirty (30) days written notice to the Recipient, cause the termination of this Agreement and the release of the Department from all its obligations to the Recipient. (b) This Agreement shall be construed under the laws of the State of Florida, and venue for any actions arising out of this Agreement shall lie in Leon County. If any provision hereof is in conflict with any applicable statute or rule, or is otherwise unenforceable, then such provision shall be deemed null and void to the extent of such conflict, and shall be deemed severable, but shall not invalidate any other provision of this Agreement. (c) No waiver by the Department of any right or remedy granted hereunder or failure to insist on strict performance by the Recipient shall affect or extend or act as a waiver of any other right or remedy of the Department hereunder, or affect the subsequent exercise of the same right or remedy by the Department for any further or subsequent default by the Recipient. Any power of approval or disapproval granted to the Department under the terms of this Agreement shall survive the terms and life of this Agreement as a whole. (d) The Agreement may be executed in any number of counterparts, any one of which may be taken as an original. (e) The Recipient agrees to comply with the Americans With Disabilities Act (Public Law 101-336, 42 U.S.C. Section 12101 et seg. , if applicable, which prohibits discrimination by public and private entities on the basis of disability in the areas of Mutual Aid Communications (MAC) Upgrades Page 9 of 22 03/28/05 employment, public accommodations, transportation, State and local government services, and in telecommunications. (f) A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list 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 a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of Category Two for a period of 36 months from the date of being placed on the convicted vendor or discriminatory vendor list. (g) With respect to any Recipient which is not a local government or'state agency, and which receives funds under this Agreement from the federal government, by signing this Agreement, the Recipient certifies, to the best of its knowledge and belief, that it and its principals: 1. are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a federal department or agency; 2. have not, within a five-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; Mutual Aid Communications (MAC) Upgrades Page 10 of 22 03/28/05 3. are not presently indicted or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any offenses enumerated in paragraph 9(g)2. of this certification; and 4. have not within a five-year period preceding this Agreement had one or more public transactions (federal, state or local) terminated for cause or default. Where the Recipient is unable to certify to any of the statements in this certification, such Recipient shall attach an explanation to this Agreement. (10) AUDIT REQUIREMENTS. (a) The Recipient agrees to maintain financial procedures and support documents, in accordance with generally accepted accounting principles, to account for the receipt and expenditure of federal resources under this Agreement. (b) These records shall be available at all reasonable times for inspection, review, or audit by state personnel and other personnel duly authorized by the Department. "Reasonable" shall be construed according to circumstances, but ordinarily shall mean normal business hours of 8:00 a.m. to 5:00 p.m., local time, Monday through Friday. (c) The Recipient shall also provide the Department with the records, reports or financial statements upon request for the purposes of auditing and monitoring - the federal resources awarded under this Agreement. (d) If the Recipient is a State or local government or a non-profit organization as defined in OMB Circular A-133, as revised, and in the event that the Recipient expends $300,000 or more in Federal awards in its fiscal year, the Recipient must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. EXHIBIT 1 to this Agreement indicates Federal resources awarded through the Department by this Agreement. In determining the Federal awards expended in its fiscal year, the Recipient shall consider all sources of Mutual Aid Communications (MAC) Upgrades Page 11 of 22 03/28/05 Federal awards, including Federal resources received from the Department. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the Recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A- 133, as revised, will meet the requirements of this paragraph. In connection with the audit requirements addressed in Paragraph I0(d) above, the Recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised. If the Recipient expends less than $300,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that the Recipient expends less than $300,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non -Federal resources (i.e., the cost of such audit must be paid from Recipient resources obtained from other than Federal entities). (e) Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and required by subparagraph (d) above shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the Recipient directly to each of the following: Department of Financial Services Division of State Fire Marshal 11655.NW Gainesville Rd. Ocala, FL 34482-1486 The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised (the number of copies required by Sections .320(d)(1) and (2), OMB Circular A-133, as Mutual Aid Communications (MAC) Upgrades Page 12 of 22 03/28/05 revised, should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East loth Street Jeffersonville, IN 47132 Other Federal agencies and pass -through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised. (f) Pursuant to Section .320 (f), OMB Circular A-133, as revised, the Recipient shall submit a copy of the reporting package described in Section .320 (c), OMB Circular A-133, as revised, and any management letter issued by the auditor, to the Department at each of the following addresses: Department of Financial Services Division of State Fire Marshal 11655 NW Gainesville Rd. Ocala, FL 34482-1486 (g) Any reports, management letter, or other information required to be submitted to the Department pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General, as applicable. (h) Recipients, when submitting financial reporting packages to the Department for audits done in accordance with OMB Circular A-133 or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for -profit organizations), Rules of Mutual Aid Communications (MAC) Upgrades Page 13 of 22 03/28/05 herein. (12) ATTACHMENTS. (a) All attachments to this Agreement are incorporated as set out fully (b) In the event of any inconsistencies or conflict between the language of this Agreement and the attachments hereto, the language of such attachments shall be controlling, but only to the extent of such conflict or inconsistency. (c) This Agreement has the following attachments: Exhibit 1: Funding Sources Attachment A: Program Rules and Regulations Attachment B: Scope of Work and Equipment List (13) FUNDING/CONSIDERATION This is a goods, equipment and supplies grant Agreement. The Department will grant to the Recipient certain equipment and supplies in order to fulfill the purposes of the Florida Strategy. (14) STANDARD CONDITIONS. The Recipient agrees to be bound by the following standard conditions: (a) The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature, and subject to any modification in accordance with Chapter 216, Fla. Stat., or the Florida Constitution. (b) All bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper preaudit and postaudit thereof. (c) If otherwise allowed under this Agreement, all bills for any travel expenses shall be submitted in accordance with Section 112,061, Fla. Stat. (d) The Department of Financial Services reserves the right to unilaterally cancel this Agreement for refusal by the Recipient to allow public access to all Mutual Aid Communications (MAC) Upgrades Page 15 of 22 03/28/05 documents, papers, letters or other material subject to the provisions of Chapter 119, Fla. Stat., and made or received by the Recipient in conjunction with this Agreement. (e) The State of Florida will not intentionally award publicly -funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act ("INA")]. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the INA. Such violation by the Recipient of the employment provisions contained in Section 274A(e) of the INA shall be grounds for unilateral cancellation of this Agreement by the Department. (15) LEGAL AUTHORIZATION. The Recipient certifies with respect to this Agreement that it possesses the legal authority to receive the funds to be provided under this Agreement and that, if applicable, its governing body has authorized, by resolution or otherwise, the execution and acceptance of this Agreement with all covenants and assurances contained herein: _ The Recipient also certifies that the undersigned possesses the authority to legally execute and bind Recipient to the terms of this Agreement. (16) RECEIVING AND INSPECTION CONTACT. The name of the person responsible to sign for and inspect all goods and equipment provided under this agreement is JIM BUDZINSKI at the shipping address. Tamarac Fire Rescue 6000 Hiatus Road Tamarac, FL 33321 Mutual Aid Communications (MAC) Upgrades Page 16 of 22 03/28/05 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed by their undersigned officials as duly authorized. STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES M Randall W. Napoli, Director Date Division of State Fire Marshal STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES M Lisa Miller, Chief of Staff Department of Financial Services Recipient ATTEST: Ax MARION SWENtON, CMC CITY CLERK DATE: L I 1 U I O5 APPROVED AS TO FORM AND .G INTER ff ITY ATTORNEY DATE: f 6 Date CITY OF TAMARAC, FLORIDA BY: L - JEWREf L. MILLER, CITY MANAGER DATE: (.I I LI Q� Mutual Aid Communications (MAC) Upgrades Page 17 of 22 03/28/05 TR10715 -- EXHIBIT 1 EXHIBIT -1 FEDERAL RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: NOTE. If the resources awarded to the recipient represent more than one Federal program, provide the same information shown Below for each Federal program and show total Federal resources awarded Federal Program: Department of Homeland Security — Office of Domestic Preparedness 97.004 — FY04 State Homeland Security Program CFDA: 97.004 Approximate value equipment and training is $700,000. Refer to attachment for detail COMPLIANCE REQUIREMENTS APPLICABLE TO THE FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: NOTE. If the resources awarded to the recipient represent more than one Federal program, list applicable compliance requirements far each Federal program in the same manner as shown below. Federal Program: Recipient is to use funding to perform eligible activities as identified in the Office of Domestic Preparedness Fiscal Year 2004 State Homeland Security Grant Program (SHSGP), consistent with the Department of Homeland Security Homeland State Strategy. 2. Recipient is subject to all administrative and financial requirements or will be in violation with the terms of the agreement. STATE RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Mutual Aid Communications (MAC) Upgrades SUBJECT TO SEC FLORIDA STATUTES: SECTION Z 15.97, _._...._�... N/A Mutual Aid Communications (MAC) Upgrades Page IS of 22 03/28/05 COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: N/A NOTE. Section .400(d) of OMB Circular A-133, as revised, and Section 215.97(5)(a), Florida Statutes, require that the information about Federal Programs and State Projects included in Exhibit 1 be provided to the recipient. Mutual Aid Communications (MAC) Upgrades Page 19 of 22 03/28/05 TR 10715 - ATTACHMENT A Attachment A Program Statutes and Regulations Chapter 252, Florida Statutes 28 C.F.R. Mutual Aid Communications (MAC) Upgrades Page 20 of 22 03/28/05 TR 10715 - ATTAC H M ENT B Attachment B Scope of Work This agreement is entered into as an addendum to current statewide mutual aid agreements and is for the purpose of receiving specialized equipment and continued participation as a local and regional responder and in case of declared emergency, a State of Florida Response Asset. The Recipient shall maintain ownership (limited by Paragraph 4 below) of said goods and equipment, in a satisfactory operational condition, provided to it under this agreement (see Equipment List below) for the normal expected operating lifetime or shelf life of said goods and equipment. This includes routine maintenance, repairs, insurance for the vehicle, etc. The tower/trailer unit shall remain the property of the Department of Financial Services, and shall be insured by the same. Maintenance costs shall be borne by the Department. The Recipient is not responsible for replacing goods or equipment that has reached the end of its normal life expectancy or exceeded its posted shelf life. The Recipient shall replace and potentially be reimbursed through local, state, or federal reimbursement processes or agreements for, all disposable goods and supplies expended for emergency response, training, or exercises conducted in accordance with the Florida Comprehensive Emergency Management Plan. The Recipient will be given preference with respect to access to additional funding that may allow for equipment maintenance, replacement or repair, as well as training and exercises. At this time the parameters to any additional monies have not been defined. Recipient will be notified if additional monies become available. The equipment, goods, and supplies ("the eligible equipment") provided under this agreement are for the purposes specified. The Recipient specifically agrees to: l . Participant agrees to transport the Mutual Aid Communications trailer and the equipment assigned to it to emergency scenes throughout the state and to operate said base equipment. 2. Any State request for deployment of the Team shall be preceded by a "Mission Number" to be issued by the State of Florida, Division of Emergency Management and/or Division of State Fire Marshal, or other mechanism that provides for the reimbursement of costs associated with said deployment. 3. The Recipient shall submit an annual report to the Department, which is due to be received by the Department no later than January 31 for the previous calendar year. This Report will verify the participation in the activities and training status of the team, as well as the condition and/or depletion of the equipment. Mutual Aid Communications (MAC) Upgrades Page 21 of 22 03/28/05 4. The Recipient shall not transfer, rent, sell, lease, alienate, donate, mortgage, encumber or otherwise dispose of the eligible equipment without the prior written consent of the Department. 5. The Recipient may purchase appropriate tow vehicle that is compatible to the recipient's fleet by brand/make/model, Recipient may determine vehicle paint scheme, local markings, etc. that do not adversely effect the vehicle's compliance with NFPA, USDDT or other vehicle standards. The Department will provide permanent markings indicating the funding source on the tow vehicle. Local agency insignia may be added to the markings provided on the trailer unit. Said vehicle may be used by Recipient for normal operations within their purview. $25,000 is specifically allocated to this vehicle, which is reimbursable by the Department upon invoice from the Recipient by August 15, 2005, Mutual Aid Communications (MAC) Upgrades Page 22 of 22 03/28/05 TR 10917 EXHIBIT B TOM GALLAGHER CHIEF FINANCIAL OFFICER STATE FIRE MARSHAL STATE OF FLORIDA March 13, 2006 Deputy Chief Kingman Schuldt Tamarac Fire Rescue 7501 NW 88 Ave. Tamarac, Florida 33321 RE: SFM Contract 164 Dear Chief: Per our previous discussion and additional $5,000.00 beyond the original $25,000 has been allocated to the City of Tamarac Fire Department for the tow vehicle you preparing to purchase for towing the Mutual Aid Radio Communications (MARC) trailer. The additional funds can be used towards the vehicle purchase or for city graphics and lettering, emergency light/siren package, radio equipment for that vehicle or other support equipment for that vehicle to better perform its mission. Si re , Dave Casey Bureau Chief DAVID A. CASEY • BUREAU CHIEF STATE FIRE MARSHAL • BUREAU OF FIRE STANDARDS AND TRAINING 11655 NW GAINESVILLE ROAD . OCALA, FLORIDA 34482-7486 • TEL. 352-369-2833 • FAX 352-732-1433 • SC 667-2833 EMAIL • DAVE.CASEY ®FLDFS,COM AFFIRMATIVE ACTION . EQUAL OPPORTUNITY EMPLOYER Fire Rescue DATE: September 26, 2005 City of Tamarac "Committed to Excellence... Always" TR 10917 EXHIBIT C BILL TO: Bureau of Fire Standards & Training Florida State Fire Marshal Florida State Fire College Ocala, FL 34482 Phone 352-369-2833 INVOICE FOR: MARC Tow Vehicle & Misc. Equipment TERMS: Due Upon Receipt DATE DESCRIPTION QUANTITY RATE AMOUNT 9/26/05 MARC Tow Vehicle 1 $ 25,000.00 $ 25,000.00 DCA Contract Number: 05DS-2N-13-00-16-317 SFM Contract 164 Miscellaneous Equipment (warning 5,000.00 5,000.00 devices, radios, etc. TOTAL...... $ 30,000.00 Make all checks payable to: City of Tamarac FEIN: 59-1039552 Please remit to: Tamarac Fire Rescue, 6000 Hiatus Road, Tamarac, FL 33321 Thomas F. Sheridan, Division Chief for: Jim Budzinski, Fire Chief 7525 N.W. 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-1230 ■ Fax (954) 724-2454 ■ www.tamorac.org Equol Opportunity Employer TR 10917 EXHIBIT D FLORIDA FIRE CHIEFS' ASSOCIATION Base Specifications SPECIFICATION #28 - 3/4 TON PICKUP TRUCK 2 WHEEL DRIVE — 4 WHEEL DRIVE OPTIONAL FORD F-250 SD (F20); CHEVROLET SILVERADO 250OHD (CC25903); GMC SIERRA 250OHD (TC25903); DODGE RAM 2500 (DH2L62); 4 x 2 FORD F-250 SD (F21); CHEVROLET SILVERADO 250OHD (CK25903); GMC SIERRA 250OHD (TK25903); DODGE RAM 2500 (DH7L62); OPTIONAL 4 x 4 ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED. INSTRUCTIONS: Listed above, you will find the model numbers of the vehicles that will be included in this year's contract. 1. ENGINE a. Manufacturer's standard V8 gasoline engine, alternator, battery and cooling system. 2. TRANSMISSION/AXLES a. Manufacturer's standard automatic transmission b. Manufacturer's standard drive axle ratio for engine and transmission combination. C. Limited slip differential on 4-wheel drive 3. PERFORMANCE ITEMS a. Manufacturer's standard power steering b. Manufacturer's standard gauges 4. COMFORT ITEMS a. Manufacturer's standard air conditioning with 134A system b. Manufacturer's standard tinted glass all around C. Manufacturer's standard radio d. Heavy-duty rubber floor covering instead of carpet e. Manufacturer's standard production seats. Purchasher will select color at time of order. 750 Bid Award Announcement (04-12-0823 ROLLOVER) Base Specifications #28 - 3/4 Ton Pickup Truck f. Keys: Two (2) per vehicle, single key locking system, (each vehicle keyed differently). 5. BRAKES a. Four wheel anti -lock brake ABS system 6. SAFETY ITEMS a. Dual outside mirrors, inside rearview mirror. b. Interior dome light(s), with left and right door activated switches C. Manufacturer's standard air bags d. Daytime running lights (if available) 7. TIRES AND WHEELS a. Manufacturer's standard tires and wheels b. Conventional spare tire, underbody mounted w , � a. Manufacturer's standard paints and color, factory painted. Colors to be determined by individual agencies. b. Manufacturer's standard front and rear bumper C. Manufacturer's standard fuel tank d. Fleetside long bed In addition to equipment specified, vehicle shall be equipped with all standard equipment as specified by the manufacturer for this model and shall comply with all EPA Emission Stan- dards and all Motor Vehicle Safety Standards as established by the i..T.S. Department of Trans- portation regarding the manufacture of motor vehicles. The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating condition. Pre -delivery service, at a minimum, shall include the following: a. Complete lubrication. b. Check all fluid levels to assure proper fill. C. Adjustment of engine to proper operating condition.. d. Inflate tires to proper pressure, e. Check to assure proper operation of all accessories, gauges, lights, and mechanical fea- tures. f. . Focusing of headlights. g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers, etc. DO NOT remove window price sticker or supplied line sheet. Bid Award Announcement (04-12-0823 ROLLOVER) 751 FLORIDA ASSOCIATION OF COUNTIES & FLORIDA FIRE CHIEFS' ASSOCIATION 200E FORD F-250 SD Specification # 28 (3/4 Ton Pickup Truck, 4 x 4) The Ford F-250 SD truck (F21) purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by manufacturer by specification by zone. ZONE: Western * Northern * Central Southern BASE PRICE: $17.441.00 $17, 220.00 $17, 290.00 $17,337.00 While the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official lasting o appropriate dealer in your than those listed here ma honored by the dealers in * = Specification Low Bid y f all add/delete options and their prices should be obtained from the zone when preparing your order. Additional add/delete options other be available through the dealers, however, those listed here must be your zone at the stated prices. LEGEND FOR DELETE/ADD OPTIONS Every line will require a DOLLAR VALUE or one of the following abbreviations: Std. = manufacturer's standard equip. Incl. = included with base specs. NC = no additional charge NA = not applicable to the vehicle — = option not bid by vendor 756 Bid Award Announcement (04-I2-0823 ROLLOVER) VEHICLE: F-250 SD F-250 SD F-250 SD F-250 SD DEALER: Garber Ford Duval Don Reid Garber Ford ZONE: * Western * Northern Central Southern BASE PRICE: $17,441.00 $17,220.00 $17,290,00 $1.7,337,00 Order western & Code Delete Options Southern Northern Central 445 Provide 5-speed manual transmission $ 900.00 $ 867.00 $ 700.00 with overdrive, in lieu of automatic overdrive 66D Cargo box and rear bumper $ 150.00 NC $ 100.00 Full size spare tire & rim $ 80.00 $ 35.00 $ 100.00 Air conditioning $ 550.00 $ 523.00 $ 500.00 142 Short bed in lieu of long bed $ 140.00 NC N/A 156 6' cargo box on crew cab $ 140.00 NC $ 100.00 58Y AM/FM radio $ 30.00 $ 35.00 N/A Daytime running lights $ 30.00 $ 25.00 $ 10.00 ABS brakes N/A N/A N/A Limited slip differential on 4-wheel drive $ 210.00 $ 155.00 $ 100.00 Order Western & Code Add Options Southern Northern Central 99Y Engine: 6.8L V 10 Gas $ 800.00 $ 600.00 $ 600.00 99P Engine: 6.OL Diesel $ 5,100.00 $ 5,100.00 $ 5,100.00 903 Power windows/door locks $ 530.00 $ 530.00 $ 530.00 52N Speed control/tilt wheel $ 385.00 $ 385.00 $ 385.00 JE Bucket seats, in lieu of bench seat $ 230.00 $ 390.00 $ 390.00 Carpet in lieu of rubber floor covering REQ XLT REQ XLT $ 495.00 433 Sliding rear window $ 125.00 $ 125.00 $ 125.00 X21 Extended cab model $ 2,390.00 $ 2,785.00 $ 2,385.00 W21 Crew cab $ 3,795-00 $ 3,960.00 $ 3,795.00 18L Cab steps $ 320.00 $ 320.00 $ 370,00 585 AM/FM radio with single CD $ 275.00 $ 275.00 $ 275.00 3K Third key $ 75.00 $ 78.00 $ 95.00 965W Standard service body equal to Knapheide, $ 3,690.00 $ 3,990.00 $ 3,995.00 Reading, Omaha, or Morrison. May be dealer installed. (NOTE: if you are ordering a service body, we are advising you to contact your awarded vendor.) 55F Skid plates $ 350.00 $ 100.00 $ 100.00 Traction control N/A N/A N/A Side air bags N/A N/A N/A EBC Electric brake controller $ 325.00 $ 325.00 $ 395.00 BUA Backup alarm $ 89.00 $ 95.00 $ 100.00 BUC Back up camera with 3.5" LCD $ 600.00 $ 549.00 N/A (rear mounted camera to provide wide angle field of vision at rear of vehicle 54D Trailer tow mirrors $ 125.00 $ 220.00 $ 125.00 1200 lb, lift gate $ 2,100.00 $ 1,995.00 $ 2,595.00 8,000 lb. winch with remote $ 1,200.00 $ 1,125.00 $ 1,995.00 Trailer towing package, to include $ 435.00 $ 489.00 $ 745.00 Bid Award Announcement (04-12-0823 ROLLOVER) 757 VEHICLE: F-250 SD F-250 SD F-250 SD F-250 SD DEALER: Garber Ford Duval Don Reid Garber Ford ZONE: yk Western Northern 7k Central Southern. SASE PRICE: $17,441.00 $17,220.00 $17,290.00 $17,337.00 Order Western & Code Add Options (cont'd) Southern Northern Central heavy-duty flashers, wiring for trailer plug (7 prong round), and class IV, frame mounted trailer hitch with 2" square removable receiver Y shank with 2" ball. May be dealer installed. Does not include trailer tow mirrors. F31 Increase GVWR to 9200 lbs. $ 740.00 $ 1,245.00 $ 745.00 607A Manufacturer's model upgrade pkg. $ 2,415.00 $ 4,365.00 $ 3,205.00 (please specify pkg. bid) Heavy duty aluminum tool box $ 380.00 $ 383.00 $ 495.00 RS Rainshields $ 65.00 $ 87.00 $ 100.00 Deep tinted glass $ 250.00 $ 110.00 $ 125.00 Bedliner $ 190.00 $ 245.00 $ 395.00 Spray -on bedliner $ 490.00 $ 495.00 $ 595.00 (Rhino or approved equivalent) Wrap -around grille guard $ 690.00 $ 667.00 $ 695.00 TBM All terrain tread tires $ 1.25.00 $ 125.00 $ 125.00 Federal FHL2 headlight flasher $ 146.00 $ 111.00 $ 100.00 Federal FA5 headlight flasher $ 146.00 $ 118.00 $ 150.00 Whelen UHF2150A headlight flasher $ 146.00 $ 107,00 $ 100.00 Whelen UHF2150B headlight flasher $ 146.00 $ 116.00 $ 100.00 Whelen SSF2150 headlight flasher $ 146.00 $ 114.00 $ 100.00 Soundoff Roadrunner headlight flasher $ 135.00 $ 116.00 $ 100.00 w/amp connectors Soundoff Powerpulse headlight flasher $ 156.00 $ 119.00 $ 100.00 w/amp connectors Fiberglass tonneau cover $ 1,100.00 $ 1,159.00 $ 1,495.00 (painted to match) Fiberglass cab high topper with. front, side $ 1,100.00 $ 1,395.00 $ 1,995.00 and rear windows (painted to match) GS Grill strobes $ 375.00 $ 279.00 $ 395.00 (Whelen, Federal or approved equivalent) LED-GS LED grill flashing lights $ 360.00 $ 279.00 $ 425.00 (Whelen, Federal or approved equivalent) RVS Rear view mirror strobes $ 415.00 $ 314.00 $ 395.00 (Whelen, Federal or approved equivalent) LED-RVS LED rear view mirror flashing lights $ 420.00 $ 314.00 $ 405.00 (Whelen, Federal or approved equivalent) RMS Roof -mount single amber strobe beacon $ 210.00 $ 212.00 $ 195.00 (Whelen, Federal or approved equivalent) RMD Roof -mount dual amber strobe beacon $ 235.00 $ 276.00 $ 295.00 (Whelen, Federal or approved equivalent) 4-CS 4 corner strobe amber bar $ 576.00 $ 439.00 $ 595.00 (Whelen, Federal or approved equivalent) 4-CLED 4 corner LED amber bar $ 866.00 $ 729.00 $ 795.00 (Whelen, Federal or approved equivalent) 758 Bid Award Announcement (04-12-0823 ROLLOVER) VEHICLE: F-25Q SD F-250 SD F-250 SD F-250 SD DEALER: Garber Duval Don Reid Garber ZONE: * Western * Northern * Central * Southern BASE PRICE: $17,441.00 $17,220.00 $1.7,290.00 $1.7,337.00 Order First & Code Add Options (cont'd) Last Zones Northern Central CSP60 Corner Strobe Kits - Whelen Kit with 4 $ 450.00 $ 384.00 $ 395.00 clear tubes, 6 outlet CSP 60w power supply, 2-15' cables, 2-30' cables CSP90 Corner Strobe Kits - Whelen Kit with 4 $ 490.00 $ 399,00 $ 405.00 clear tubes, 6 outlet CSP 90w power supply, 2-15' cables, 2-30' cables SPS6J Corner Strobe Kits - Federal Kit with 4 $ 450.00 $ 399.00 $ 400.00 clear tubes, 6 outlet SPS6J power supply, 2-15' cables, 2-30' cables RICH Corner Strobe Kits - Federal Kit with 4 $ 490.00 $ 465.00 $ 450.00 clear tubes, 6 outlet RICHOCHET power supply, 2-15' cables, 2-30' cables NEB Corner Strobe Kits - Soundoff Kit with 4 $ 490.00 $ 398.00 $ 400.00 clear tubes, 6 outlet, 60w Nebula power supply, 2-15', 2-30' cables GEM Corner Strobe Kits - Soundoff Kit with 4 $ 510.00 $ 495.00 $ 450.00 clear tubes, 6 outlet, 110w Gemini power supply, 2- 15', 2-30' cables DSM Complete set of shop manuals ONLY $ 400.00 $ 325,00 $ 295.00 5/75B 5/75 Manufacturer's Extended Base Care $ 2,295.00 $ 2,295.00 $ 2,295,00 Warranty ($0 deductible) See Page 1050 5/75E 5/75 Manufacturer's Extended Extra Care $ 2.595.00 $ 2,595.00 $ 2,595,00 Warranty ($0 deductible) 5/75P 5/75 Manufacturer's Extended Power Train $ 1,455.00 $ 1,455.00 $ 1,455.00 Warranty ($Q deductible) 5/75B-D 5/75 Manufacturer's Extended Base Care $ 2,590.00 $ 2,590.00 $ 2,590,00 Warranty ($0 deductible) - Diesel 5/75E-D 5/75 Manufacturer's Extended Extra Care $ 2,745.00 $ 2,745.00 $ 2,745.00 Warranty ($0 deductible) - Diesel 5/75P-D 5/75 Manufacturer's Extended Power Train $ 2,275.00 $ 2,275.00 $ 2,275,00 Warranty ($0 deductible) - Diesel yr SO -!� 71 Bid Award Announcement (04-12-0823 ROLLOVER) 759