Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2001-018Temp. Reso. # 9229 December 14, 2000 Page 1 0 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2001-18 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE PURCHASE OF VEHICLES AND CONSTRUCTION EQUIPMENT; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOTTO EXCEED $429,167.86 UTILIZING A VARIETY OF GOVERNMENTAL PURCHASING AGREEMENTS INCLUDING THE FLORIDA SHERIFF'S ASSOCIATION, UNITED STATES GENERAL SERVICES ADMINISTRATION, UNITED STATES DEFENSE LOGISTICS AGENCY AND THE CITY OF PUNTA GORDA, FLORIDA- PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Adopted Fiscal Year 2001 Operating and Capital Improvement Budgets authorized the purchase of new/replacement vehicles and construction 10 equipment; and WHEREAS, the procurement of certain pieces of construction equipment, as authorized in the Fiscal Year 2000 Amended Operating Budget, were deferred to Fiscal Year 2001 due to production deadlines; and WHEREAS, the replacement and purchase of vehicles and construction equipment is necessary in order to ensure the effective and efficient delivery of services by City departments; and WHEREAS, funding for this purchase will be obtained through the use of a Lease Purchase Agreement; and WHEREAS, City of Tamarac Code, §6-155 allows the Purchasing Officer the 0 authority to waive purchasing procedures and purchase equipment which is the subject of contracts with the State of Florida, the United States Government, or with other Temp. Reso. # 9229 December 14, 2000 Page 2 governmental agencies; and 0 WHEREAS, the Assistant Director of Public Works and Purchasing and Contract Manager have determined that it is in the City's economic interests to purchase vehicles and heavy equipment utilizing existing governmental contracts; 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 that vehicles and construction equipment be purchased utilizing existing governmental purchasing agreements. 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 upon adoption hereof. SECTION 2: The use of Florida Sheriff s Association Purchasing Agreement #00-08-0905, United States General Services Administration Agreement #GS-30E-1 021 D & #GS-07F-7702-C, and United States Defense Logistics Agency Agreement #SP0500-98- D-9033, copies of said Agreements being hereto attached as Exhibit 1", are hereby approved for the purchase of vehicles and construction equipment. SECTION 3: That an expenditure in the amount of $429,167.86 is hereby authorized. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. 0 SECTION 5: If any provision of this Resolution or the application thereof to E r---1 L-J 0 Temp. Reso. # 9229 December 14, 2000 Page 3 any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 24 1h day of January, 2001. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I approved this RESOLUTION as to form, (4" MITCHELL S. KR� CITY ATTORNEY U:\Adm. Correspondence�Agendas\9929RES 640E SCHREIBER UAYO 2 RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 3: COMM. SULTANOF DIST 4: V/M ROBERTS Exhibit i TOMP. Reso. 9229 FLOWDA, ASSOCIATION WCOVNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES SPEC171CATION #14 - COAEACT PICKUP TRUP_K_ 2 WHEEL DRrVE - 4 WHEEL DRrVE OPTIONAL Base Specifications CHRYSLER, FORD, GENERAL MOTORS OR APPROVED EQUIVALENT ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED 1. ENGINE a. Gasoline engine. 6-cylinder, minimum 3.OL (182 CID) and 145 net HP. The following engines, or approved equivalents are acceptable: Ford: 3.OL (182 CID). 145 net HP (EFI) GM: 4-3L (262 CID), 175 net HP (EFI) Dodge: 3.9L (239 CID), 170 net HP (MPI) b. Manufacturer*s standard altemator and battery. C. Manufacturer's standard cooling system. 2. 1EMNSMISSION a. Automatic overdrive transmission, 4-speed, minimum. KNEW"VANION a. Manufacturer's standard drive axle and ratio for specified engine and transmission combination. b. Four wheel drive with automatic locking hubs - includes all required options. 4. PERFOR.Nt4LNCE IIEM a. Factory installed ammeter or voltmeter. fuel, oil pressure and coolant temperature gauges. b. Power steering. C. Rear anti -lock brakes. minimum. d. Power brakes. front brakes disc type. rear brakes may be drum or disc. 5. CgM .4S E= ITEN a. Manufacturer's standard 134A air conditioning. Bid Award Announcement (00-08-0905) 293 Base Specifications #J4 - compact Pickup Truck' b. Tinted glass all around (NOTE: factory tint) C. Vinyl seat upholstery. d. Manufacturer's standard AM/FM radio. a. Outside mirrors, LH and RH sides. inside rearview mimr. b. Interior dome light(s). with left and right door activated switches. C. Minimum 2-spced electric wipers: windshield washer. d. Seat belts, all locations. Lap/shoulder belts, if available. 7. TIRES 6�M WHEELS a. Tire size minimum P205/75RI4 or larger. radial BSW or raised white letter sidewall. b. Spare tire, wheel and rack to frame mounted. C. Jack and lug wrench. 8. CHA5,51S. ER6ME, CAB a. Minimum 4.200 lb. GVVAR� factory certified: minimum 1,200 lb. payload rating (com- bined weight of options, passengers and cargo). b. Wheelbase: 107.5" nUnimum: 112.0" maximum. 71" inside box length. C. Flectside or approved equivalent body, minimum d. Front bumper. or dealer installed. Bumper shal.1 have a C. Heavy-duty step -type rear bumper, factory minimum 2.000 lb. horizontal capacity and 200 lb. vertical tongue weight capacity. f. Manufacturer's standard paints and color, factory painted. To include standard and op- tional clear coat and metallic paints and color offered by the manufacturer. 9- Keys: two (2) per vehicle. single key locking system, each vehicle keyed differently. Third key optional. 9. CONDITIOIN-.5 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 U.S. Department of Transportation regarding the manufacture of motor vehicles. The successful bidder shall be responsible for delivering vehicles that are property serviced. clean and in first class operating condition. Pre -delivery service. at a minimum, sha.0 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. auges, lights, and mechanical C. Check to assure proper operation of all accessories. 9 features. f. Focusing of headlights. necessary tags. stickers, papers. 9. Cleaning of vehicles. Lf necessary. and removal of all un etc. Do NOT remove window price sticker or supplied line sheet. 0X4'6'111 UPOA/ oke-1VLAY. 294 Bid Award Announcement (00-08-0-905) 4L I FLORIDA ASSOCIATION XCOUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2001 CHEVROLET S-10 Specification # 14 (Compact Pickup Truck, 4 x 2) The Chevrolet S-10 truck 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 manufac- turer by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $13,130.00 $13,090-00 $13.060-00 $13,000-00 While the Florida Sheriffs Association and the Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for compact pickup trucks, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate fie.-dbility into our program, we have created specifIc addl delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delcte options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. Bid Award Announcement (00-08-0905) LZGEND FOR DELE=/ADD OPTIONS EverylLnewill requirCaDIOUARVALUX or one of the following abbreviations. Std. = rnanufacturer'ssLandardcQuIP, Inel. . included -ith base spec3- NC = no additional charge NA = not applicable to the vehicle — = option not bid by v Idlor , 299 VEFaCLE: 5-10 S-10 S-10 S-10 DEALER: Bill Heard Bill Heard Bill Heard Maroone ZONE: Western Northern Central Southern RASE PRICE: $13.130.00 $13.090.00 $13,060-00 $13,000.0 Order Code Delete Options Western Northern Central Southern L43 Engine: 6 cyl. for 4 cyl. $ 925.00 $ 925.00 $ 925.00 $ 800-00 Manual overdrive $ 860.00 $ 860-00 $ 860-00 $ 675-00 transmission Air conditioning $ 615-00 $ 615.00 $ 615.00 $ 400.00 UL5 AM/FM radio $ 140.00 $ 140-00 $ 140.00 $ 75.00 Order Code Add Options Western Northern Central Southern UA1 Battery. 650 CCA or $ 90-00 $ 90-00 $ 90.00 NA greater Heavy duty towing package $ 250-00 $ 250-00 $ 250-00 $ 250.00 up to 3,500 lb CS10803 Long bed model, minimum $ 351.00 $ 351.00 $ 351.00 $ 554.00 83.4" inside box length. with minimum 113.5" and maximum 118.0" CS10653 wheelbase Long cab model, with $ 2.894.00 $ 2.894.00 $ 2,894.00 $ 3,200-00 minimum 122.5" and maximum 13 1.0" wheel- base. Minimum 4.600 lb GVWR, factory certified minimum 1,260 lb. G80 payload Limited slip or locking $ 270.00 $ 270.00 $ 270.00 $ 270-00 differential on rear axle ZQ6/LS (4 x 2 chassis) Power windows & door $ 1.824-00 $ 1,824-00 $ 1,824-00 $ 1.960-00 locks. all doors, factory installed Cloth seat in lieu of vinyl NC NC NC NC CS10653 Extended cab model $ 2.894.00 $ 2.894.00 $ 2.894.00 NA (2 door) Extended cab model NA NA NA NA (4 door) CS10653/ E.ctended cab model $ 3,209-00 $ 3.209-00 S 3.209-00 - E24 E62/LS (3 door) Step side cargo box $ 1,475.00 S 1,475.00 $ 1.475.00 S 1,640-00 U'Mi 6 (flare side) AIM/FM cassette radio $ 122-00 $ 122.00 $ 122-00 S 122.00 UINO A.,M/FMxqth single CD S 302.00 $ 302.00 $ 302-00 - player (requires Z96) - S 1. 165M LS A.M/FM with single CD player 300 Bid Award Announcement (00-08-0905) VZWCLE: DFALER: ZONE: B"E PRICE. S-10 S-10 S-10 S-10 Bill Heard Maroon Bill Heard Bill Heard Western Northern Central Southen, $13.130-00 $13.090-00 $13.060-00 $13.000.6 DAVC Order . - cAj9tft'.0.=d. Options (cpnt'd) Western 4-wheel ABS brakes Std. KEY Third key $ 10.00 DRS Rainshields $ 45.00 Aluminum tool box $ 329.00 Bedliner $ 195-00 Spray -on bedliner (Rhino $ 895-00 or approved equivalent) B32 Floor mats (requires YC3) $ 25.00 A28 Sliding rear window $ 120-00 ZQ3 Speed control/tilt wheel $ 395.00 %,rt� 0 VT 'r I _C T 'P / T IR Y%kd $ 940.00 (according to mfg.) LS XLT/SLT/LS pkg. (according to mfg.) DSM Complete set of shop $ manuals 0 5/75 Manufacturer's $ Extended Base Care warranty ($0 deductible) 5/75 Manufacturer's $ Extended Extra Care warranty (so deductible) 5/75 Manufacturer's $ Extended Power Train Warranty ($0 deductible) 150.00 570.00 North'ern Central 116�u'thern Std. Std. Std. $ 10.00 $ 10.00 $ 25.00 $ 45-00 $ 45.00 $ 75.00 $ 329,00 $ 329.00 $ 325.00 $ 195.00 $ 195.00 $ 249.00 $ 895.00 $ 895.00 NA $ 25-00 $ 25.00 NA $ 120-00 $ 120.00 $ 120.00 $ 395.00 $ 395.00 $ 395.00 $ 940.00 $ 940-00 - - - $ 1,165.00 $ 150.00 s 150-00 $ 200-00 $ 570.00 $ 570-00 $ 570-00 755.00 $ 755-00 $ 755-00 365-00 $ 365.00 $ 365.00 NA .... ' ' NA- - Bid Award Announcement (00-08-0905) 301 q 14t j 4tj 302 Bid Award Announcement (00-08-0905) Exhibit I Temp. Reso. 922! ASSOCLATION -6Z WCOUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #13 - UTMITY CARGO VAN Base Specifications CMtTSLER, FORD, e�� MOTORS OR APPROVED EQUIVALENT ALL ITEMS FACTORT INSTALLED UNLESS OTHERWISE INDICATED 1. ENGI S. 41L ZA16% �PftCAJ) 8J_ P��VILW_;D Ar AM 40SIr a. Gasoline engine, 8 cyUnder, 5.Oh minimum. b. Alternator: minimum 117 amp. factory installed. C. Battery, mirlimum 600 C.C-A., maintenance free. d. Cooling package. maximum cooling capacity, compatible coolant recovery system fac- tory installed. E�_MXWVW_14 a. Four (4) speed automatic overdrive. 3. AXLM a. Heavy-duty rear axle. (manufacturer's standard ratio acceptable). a. Standard suspension system (springs and shocks). b. Standard factory gauges. C. Power steering. d. Parking brake warning light. C. Dual system power brakes with rear wheel ABS minimum. 5. CQMFOEI =MS a. Air conditioning. front. b. Dome light. front and rear. C. Cigarette Lighter and ash tray. front only. d. Seats; Front only. heavy-duty high back foam padded vinyl covered adjustable, match- Lng driver and passenger seats with door mounted arm rest (both doors). Bid Award Announcement (00-08-0905) 277 1� Base Speciftcations C. Tinted glass all around (NOTE: factory tint). f. Manufacturer's standard AM/FM radio. #13 - Utility Cargo Van a. Electric windshield wipers/washers. niinimurn 2-speed with intermittent switch. b. Outside mirrors LH and i1H. VA 0 E " Iftl -*--NA alex, a, ; Pi a. Five (5) heavy-duty radial tires, black sidewalls - Goodyear or equal. b . Wheel and tire size standard to model. 16" x 6.5", eight (8) hole, if available. C. Manufacturer's standard wheel cover or hubcaps. d. Standard spare tire and rim, factory installed. C. Jack and lug wrench to be included. 8. CHASSIS, FRAME. CAB a. b. Manufacturer's standard colors. Heavy-duty rubber floor covering, (front and back). C. Double rear doors with tinted fixed glass. d. Double hinge side doors with tinted fixed glass. e. Minimum 7.300 lb. GVW nating. f. Inside hood release. g. h. Wheel base: minimum 127". Keys: two (2) per vehicle, single key locking system, each vehicle keyed differently. Third key optional. L Standard front and rear bumper. 9. CONDITIQNS 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 U.S. Department of Transportation 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. Prc-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 features. 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. S'Po-e-iPy -re­,p 7-A&,amD dx;'6"'Al L'Pr.AJ r-16i_1v6 121. 278 Bid Award Announcement (00-08-0905) FLORIDA ASSOCIATION X COVNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2001 FORD E-250 Specification # 13 (Utility Cargo Van) The Ford E-250 van purchased through this contract comes with all the standard equipment as specifled by the manufacturer for this model and FSNs base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by manufac- turer by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $16,760.00 $16,737-00 $16,757-00 $16,824..00 Vvrhde the Florida Sheriffs Association and the Florida Association of Counties have attempted to identify and include those equipment Items most often requested by participating agencies for utility cargo vans, 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 spcciflc add/deletc options which allow the purchaser to tailor the vehicle to their particular wants or needs. 7be following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/dclete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. LEGEND FOR DELETE/ADD OPTIONS Every line will require a DOLLAR VALUE or one of the following abbreviations: Std. a rnanufactum'S standard equip. Isel. - included with base specs. NC = no additional charge NA = not applicable to the vehicle — = �2uon not bid �x vendor Bid Award Announcement (00-08-0905) 279 T VEE[ICLE: E-250 E-250 E-250 E-250 DEALER: Orville Duval Ford Duval Ford Duval Ford ZONE: Western Northern Central Southern � BASE PRICE: $16,760.00 $16,737.00 $16.757.00 $16.824.00 Order Code Detele Options Western Northern Central Southern 992 Engine; 4.21, 6 cyl. in 870.00 $ 771.00 $ 771.00 $ 771.00 lieu of 5.41. V8 6600# GVWR with V8. $ 700.00 $ 671.00 $ 671-00 $ 671-00 minimum -1918 - Side & roax glass $ 70.00 $ 78.00 $ 78.00 $ 7&7GQ_ 173 Side glass only $ 30-00 $ 32.00 $ 32.00 $ 32.00 572 Air conditioning $ 400.00 NA NA, NA 587 AM/FM radio NA NC NC NC Full size spare tire & rim $ 175-00 $ 35-00 $ 35-00 $ 35.00 Order Code Add Options Western Northern Central Southern 99S/760A Engine: 6.8LVIO (9.500 $ 1,580.00 $ 1,820.00 $ 1,820-00 $ 1,820-00 GVW only) Engine: 5.4LV8//d :,MAoZ&& - $ 3,702.00 $ 3,702-00 $ 3,702.00 (natural gas) 99F Engine: 7.3L Diesel (9,500 $ 5.640.00 $ 4,560.00 $ 4,560-00 $ 4,560.00 GVW only) Alternator 130 amp, Incl. Std. Std. Std. minimum Heavy duty towing package $ 395.00 Std. std. Std. up to 6,500 lb ;NC* Rear step bumper Incl. NCO NC* (*please specify) 574 Air conditJoning - rear $ 825-00 $ 825.00 $ 825.00 $ 825-00 574 Rear heater Incl.* Incl.* Incl.* Incl.$ (*requires rear A/Q 589 AM/FM cassette radio $ 155.00 $ 155-00 $ 155-00 $ 155.00 DCD AM/FM with single CD NA $ 387.00 $ 387.00 $ 387.00 DCCD player AM/FM cassette with CD NA $ 487.00 $ 487.00 $ 487.00 DTK player Third key $ 135.00 $ 78.00 $ 78-00 $ 78-00 52N Speed control/tilt wheel $ 385.00 $ 385.00 $ 385-00 $ 385-00 4-wheel ABS brakes Incl. Std. Std. Std. Limited slip differential $ 315.00 $ 270.00 $ 270-00 $ 270.00 9,000 GVW pkg. minimum $ 5,640.00 $ 1.146.00 $ 1,146-00 $ 1 146-00 Crew van pkg. $ 1.220.00 $ 1.220.00 $ 1,220-00 $ 1 220-00 18A Appearance pkg. $ 495.00 $ 415.00 $ 415-00 $ 41.5-00 Console engine cover Incl. Std. Std. Std. DRS Rainshields $ 65.00 $ 78.00 $ 78.00 $ 78-00 Passenger side air bag Incl. Std. Std. Std. (units over 8,500 GVWR) 634 Heavy-duty auxiliary 145.00 $ 145-00 $ 145.00 $ 145.00 battery 280 Bid Award Announcement (00-08-0905) VEHICLE: E-250 E-250 E-250 E-250 DEALER: Orville Duval Ford Duval Ford Duval Ford ZONE: Westem Northern Central Southern BASE PRICE: $16,760.00 $16,737.00 $16.757.00 $16.824.00 ex-vrAe-,�r: of 44-soAl -,5,� Jf '77 -6.7s�-9V93 -ey Order Code Add Options (cont'd) Western Northern Centw Southern 924 Privacy glass (factory $ 120.00 - - - installed) 924/179 Privacy glass (factory - $ 369.00 $ 369.00 $ 369.00 installed) Legal deep tinted film $ 295.00 $ 237.00 $ 237.00 $ 237.00 17W Full body glass $ 380-00 $ 380-00 $ 380.00 $ 380.00 173 Rear door glass ff 60.00 $ 60-00 $ 60.00 $ 60-00 60S ',4. Sliding side door-�-'-,P"'-'FY S4" , $ 'FA7'Nc VO-GAI &LASS - - - 60S/179 &Ptr0WV0 SIJd'Iffg side door $ 74.00 $ 74.00 $ 74-00 536 Trailer tow pkg. $ 395.00 $ 425.00 $ 425.00 $ 425-00 Class III hitch $ 395-00 $ 298.00 $ 298.00 $ 298.00 548 Recreational mirrors $ 60.00 $ 60.00 $ 60.00 $ 60.00 43P Power windows & locks $ 695.00 $ 695-00 $ 695.00 $ 695.00 DIP Partition $ 475.00 $ 386-00 $ 386.00 $ 386.00 Partition/ladder rack $ 746-00 $ 487.00 $ 487.00 $ 487.00 DIPS Partition/shelving group $ 1,975.00 - - - (dealer installed) 31G Partition /shelving group - $ 495.00 $ 495-00 $ 495.00 31G Partition/shelving rack $ 495-00* $ 495.00 $ 495.00 $ 495-00 (*Ford) Federal All Light Street- $ 1.655.00 $ 1,495.00 $ 1.495-00 $ 1.495.00 hawk Lightbar, Model SHIA814 with PA40OSS combined siren/PA & light controller & dynamax speaker with bracket. dealer installed Federal Smartvector Light- $ 1.940.00 $ 1,725.00 $ 1,725.00 $ 1,725�00 bar, Model SVS4801 with SS200 1 SM smart siren combined siren/PA & light controller with RMK and MNCT. & dynamax speaker with bracket, dealer installed Whelen Edge Model 9806 $ 1.430.00 $ 1,420-00 $ 1,420.00 $ 1.420-00 6-Strobe Lightbar, with 295HF100 full feature siren/PA, PCC6R switch control unit, & SA314 speaker with bracket, dealer installed Whelen Edge Model 9812 $ 1.890.00 $ 1.818.00 $ 1.818.00 $ 1,818.00 12-Strobe Lightbar. with 295HFS6 combined siren PA & light controller & SA314 speaker with bracket, dealer installed Bid Award Announcement (00-08-0905) 281 % 4 VEHICLE: E-250 E-250 E-250 E-250 IDZALER: Orville Duval Ford Duval Ford Duval Ford ZONE: Western Northern Central Southern ILASE PRICE: $16,760-00 $16,737.00 $16,757.00 $16.824.00 Code Add Options (cont'd) Western Northern Central Southern Code Three MX739 lA1 $ 1,690.00 $ 1.652.00 1,652-00 $ 1.652.00 Lightbar, with 3892L6 combined siren/PA & light controller & SLIOO speaker with bracket, dealer installed Whelcn Model $ 425.00 $ 368.00 $ 368-00 368-00 SPS660CCCC 4 Corner Strobe System with 4 clear tubes, 2 - 15'. 2 - 30' cables & SPS600 6 outlet power supply. dealer installed Federal Model CSlSFSA $ 425.00 $ 368-00 $ 368.00 $ 368-00 4 Corner Strobe System with 4 clear tubes. 2 - 16', 2 - 30' cables and SPS6J 6 outlet power supply, dealer installed DSM Complete set of shop $ 245-00 $ 285-00 $ 285.00 $ 285.00 Base manuals 0 5/75 Manufacturer's $ 1.075-00 $ 1,275.00 $ 1,275-00 $ 1.275.00 Extended Base Care Warranty ($0 deductible) Extra 5/75 Manufacturer's $ 1.175.00 $ 1.475.00 $ 1,475-00 $ 1.475.00 Extended Extra Care Warranty ($0 deductible) PT 5/75 Manufacturer's $ 975-00 $ 1,030.00 $ 1,030-00 $ 1.030-00 Extended Power Train Base-D Warranty ($0 deductible) 5/75 Manufacturer's $ 1,200.00 $ 1,450-00 $ 1.450-00 $ 1,450-00 Extended Base Care Warranty ($0 deductible) - Extra-D Diesel 5/75 Manufacturer's $ 1,400.00 $ 1.575-00 $ 1,575-00 S I. 575.00 Extended Extra Care Warranty (SO deductible) - PT-D Diesel 5/75 Manufacturer's $ 1,035.00 $ 1,275-00 $ 1.275 .00 $ 1.275.00 Extended Power Train Warranty (SO deductible) - Diesel 282 Bid Award Announcement (00-08-0905) Exhibit 1 Temp. Reso. 9229 FLOJUDA S_R" 14z' t"ne' ASSOCL4TION cf./ &,,L/� 3 X CO VATIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION # 16 --SL4 TON PICKUP TRU-C 2 WHEEL DRIVE - 4 WHEEL DRrVE OPTIONAL Base Specocations CHRYSLER, FORD, GENERAL MOTORS OR APPROVED EgUIVALENT ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED 1. ENG1 q9j_1'1,1r_ a. Diesel engine. 6 or 8 cylinder. nift-amum 5.9L displacement. The Mowing engines, or approved equivalents are acceptable: Ford: 7-3L V8 Turbo Diesel GM: 6-5L V8 Turbo Diesel Dodge: 5.9L 16 Turbo Diesel b. Heavy-duty alternator. minimum 100 amp. C. Maintenance free heavy-duty battery, 600 CCA minimum. d. Manufacturer's heavy-duty engine cooling. 2. �SMISSIQN a. Automatic transmission. 4 speed with overdrive, with manufacturer's heavy-duty cooling, RON. �41 a. Manufacturer's standard drive axle ratio for specified engine and transmission combination. 4. PEREQF;tMA_N.CE lTE.MS a. Power steering. b. Rear anti -lock brakes. minimum, C. Power brakes. front brakes disc type, rear brakes may be drum or disc. d. Fuel capacity, minimum 33 gallons. e. Heavy-duty front and rear shocks. f. Front and rear stabilizer bars. 5. CQLMF-ORT ITEMS a. Air conditioning. factory installed. It Bid Award Announcement (00-08-0905) 361 3/4 Ton Pickup Truck Base Specifications b. Tinted glass all around (NOTE: factory tint) d scat belts. C. 3 passenger, vinyl bench scat with head rests an d. manufacturer's standard AM/FM radio. e. Rubber floor mats instead of carpeting. a. ]Dual low mount outside mirrors. minimum 5.5" x 8.5". b. 2 speed and intermittent windshield wiper system. C. Interior dome lights. activated by right and left doors. d. Interior (day/night) rear view mirror. a.' BsW, all season tread, radial, 16" heavy-duty truck tires. b. Conventional spare tire. undcrbody mounted. C. Jack and wheel wrench. d. Hub caps. 8. CH&S515, mAmm-_� a. Minimum GVVrR - 8,500 lbs. th tailgate b. Fleetside cargo box, minimum 8'wi C. Front bumper, bright or painted. d. OEM rear step bumper, painted. ctcd by buyer, to include clear AAW17L e. Single, non m - etallic, OEM standard color paint to be 51-11 coat. hicle keyed differently. Third f. Keys, two (2) per vehicle. single key locking system, each ve key optional. g. Cab to center of rear axle - approximately 56"_ 9. CON )ITIQ 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 U.S. Department of Transportation 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. proper fill. b. Check all fluid levels to assure ondition, C. Adjustment of engine to proper operating c d. inflate tires to proper pressure, ion of all accessories, gauges, lights, and mechanical e. Check to assure proper operat features. f. Focusing of headlights. and removal of all unnecessary tags, stickers, papers. g. Cleaning of vehicles. if necessary etc. DO NOT remove window price sticker or supplied line sheet. _�t &I V "Y - * sv i e- , iV 362 e-i- rz 17 F I't, Or -Aw Bid ALvcLrd Announcement (00-08-0905) . FLORIDA ASSOCIATION X CO UNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2001 FORD SD F-250 Specification # 16 (3/4 Ton Pickup Truck, 4 x 2) The Ford SID F-250 truck 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 manufac- turer by specification by zone. ZONE: Western Northern Central Southern BLASE PRICE: $21,653.00 $21.643.00 $21,65a.00 $21,733.00 While the Florida Sheriffs Association and the Florida Association of Counties have attempted to Identify and include those equipment items most often requested by participating agencies for S/ 4 ton pickup trucks. we realize equipment needs and preferences am going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delcte 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 appro)dmating 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 detennine the approximate cost of the type vehicle(s) you wish to order. NOTE: An Official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. Bid Award Announcernent (00-08-0905) LEGZND FOR DELEIM/ADD OPTIONS Everyllnewill require a DOLLAR vALuE or one of the follo" abbreviations: Std. - Manufactureesstandard equip. Incl. = included with base specs. NC - no addiUonal charge NA = not applicable to the vchicle — = oeuon not bid by vendor M] VEHICLE: SD F-250 SD F-250 SD F-250 SD F-250 DEALER: Duval Ford Duval Ford Duval Ford Duval Ford ZONE: Western Northern Central Southern BLASE PRICE: $21.653-00 $21,643-00 $21,658.00 $21,733-00 Order code Delete Options Western Northern Central, Southern 66D/512 Cargo box and rear $ 255.00 $ 255.00 $ 255.00 $ 255-00 bumper (deletes passenger 99L/44E air bag also) Provide standard gas V8 $ 3.221.00 $ 3,221.00 $ 3,221-00 $ 3.221.00 engine. minimum. standard alternator and battery, in lieu of Diesel Engine: Ford: 5AL GM: 5.3L 99S/44E Dodge: 5.9L Provide big block gas VS $ 2.729.00 $ 2,729-00 $ 2.729-00 2,729.00 engine. minimum, standard alternator and battery, in lieu of Diesel Engine: Ford: 6.8L GM: 6.OL 446 Dodge: 8.OL Provide 5-speed manual $ 731.00 $ 731-00 731-00 $ 731-00 transmission with over- drive, in lieu of automatic D512 overdrive Full size spare tire & rim $ 55.00 $ 55-00 $ 55-00 $ 584-00 $ 55.00 $ 584-00 D572 Air conditioning $ 584-00 $ 584-00 NC NC NC 6' cargo box in lieu of 8' NC cargo box (super cab D532 & crew cab) Stabilizer bar & aux. spgs. $ 140M $ 140-00 $ 140-00 $ 140.00 $ 3,975.00 99L 7,700 lb. GVWR 5.3L V8 $ 3,975-00 $ 3,975.00 $ 3.975.00 Order Code Add Options Western Northern Central Southern CR Cloth bench seats. in lieu $ 160-00 S 160-00 S 160-00 S 160-00 G2 of vinyl bench seat Cloth bucket seats, in lieu S 360-00 $ 360-00 S 360-00 S 360-00 J2 of vinyl bench scat Vinyl bucket seats. in lieu $ 200-00 $ 200-00 S 200.00 S 200-00 of bench seat Incl. Incl. Incl. Incl. Carpet in lieu of rubber floor covering 433 (requires XLT) Sliding rear window 125.00 S 125-00 $ 125-00 S 125-00 Bid Award Announcement (00-08-0905) 364 VEHICLE: SD F-250 SD F-250 SD F-250 SD F-250 Dr.&AZR: Duval Ford Duval Ford Duval Ford Duval Ford ZONE: Western Northern Central Southern RASE PRICE: $21.653.00 $21.643.00 $21,658.00 $21.733.00 V 77 63 Order code Add Option* (cont'd) Western Northern Central southern Power window & door Incl. Ind. Incl. Incl. locks, factory installed (requires XLTJ 52N Speed control/tilt wheel s. 385.00 $ 385-00 $ 385-00 $ 385.00 Tachometer with diesel Std. std. std. Std. XCI Limited slip or locking $ 285.00 $ 285.00 $ 285.00 $ 285.00 differenUal on rear axle (4 x 2 chassis) DBC Electric brake controller $ 325.00 $ 325.00 $ 325.00 $ 325.00 DTK Third key $ 78.00 $ 78.00 $ 78.00 $ 78-00 86R Trailer towing package. $ 207-00" $ 207.00* $ 207.000 $ 207.000 to include heavy-duty flashers. wiring for trailer plug (7 prong round). and class IV. frame mounted trailer hitch with 2" square removable receiver 1" shank with 2" ball. May be dealer installed. (*charge is for hitch & hardware) K NLAP Standard service body $ 3,350.00 $ 3.350-00 $ 3.350-00 $ 3,350-00 equal to Knapheide. Reading, Omaha, or Morrison. May be dealer installed. (NOTE: If you are ordering a service body, we are advising you to contact your dealer.) 589 A.ML/FM cassette radio $ 135-00 $ 135.00 $ 135.00 $ 135.00 AIM/FM with single CD Std. Std. Std. Std. player (std. on MM A,M/F,N1 cassette with CD Incl. Incl. Incl. Incl. plaver (requires XLn 4-wheel ABS brakes Std, Std. Std. Std. 607A XLT/SLT/LS pkg. $ 2,297.00 $ 2.297.00 $ 2,297-00 $ 2.297.00 (according to mfg.) DTB Aluminum tool box $ 364.00 S 364-00 $ 364-00 $ 364-00 DRS, Rainshields $ 78.00 $ 78-00 $ 78.00 $ 78.00 DBL Bedliner $ 248.00 S 248.00 $ 248.00 $ 248.00 DSL Spray -on bedliner (Rhino S 425-00 S 425-00 S 425.00 S 425-00 or approved equivalent) HLF Headlight flashers $ 97.00 $ 97.00 $ 97.00 $ 97.00 DIGG Wrap -a -round grille guard $ 575-00 $ 575,00 s 575-00 $ 575-00 Bid Award Announcement (00-08-0905) 365 VEHICLE: DEALEIL ZONE: HASE PRICE: SD F-250 Duval Ford Western $21,653.00 SD F-250 Duval Ford Northern $21,643-00 SD F-250 Duval Ford Central $21,658-00 SD F-250 Duval Ford Southern $21,733-00 Order Code AAd Options (cont'd) Western Northern Central Southern DrW 8,000 lb. winch with $ 985.00 $ 985.00 $ 985-00 $ 985-00 remote (requires grille guard) T43 LT265 all season tires $ 195.00 $ 195.00 $ 195.00 $ 195-00 T4B LT265 all terrain tires $ 315.00 $ 315.00 $ 315-00 $ 315-00 T3N LT235 all terrain tires $ 125.00 $ 125-00 $ 125.00 $ 125-00 X20 Extended cab model $ 2,537.00 $ 2,537.00 $ 2.537.00 $ 2,537-00 W20 Crew cab $ 3,954,00 $ 3,954.00 $ 3,954.00 $ 3,954-00 6" cargo box on crew cab NC NC NC NC 18L (please specify) Cab steps $ 320-00 $ 320-00 $ 320.00 $ 320-00 942 Daytime running lights $ 45-00 $ 45.00 $ 45.00 $ 45-00 DSM Complete set of shop $ 285-00 $ 285-00 $ 285-00 $ 285-00 Base manuals 0 5/75 Manufacturer's $ 1,095,00 $ 1,095.00 $ 1,095.00 $ 1,095.00 Extended Base Care Warranty ($0 deductible) Extra 5/75 Manufacturer's $ 1,255-00 $ 1.255-00 $ 1,255-00 $ 1,255-00 Extended Extra Care PT Warranty ($0 deductible) 5/75 Manufacturer's $ 1,025.00 $ 1.025-00 $ 1,025.00 $ 1,025-00 Extended Power Train Base-D Warranty ($0 deductible) 5/75 Manufacturer's $ 1.220.00 $ 1.220-00 $ 1,220-00 $ 1,220-00 Extended Base Care Warranty ($0 deductible) - Extra-D Diesel 5/75 Manufacturer's $ 1,465-00 $ 1,465.00 $ 1,465.00 $ 1.465-00 Extended Extra Care Warranty ($0 deductible) - Fr-D Diesel 5/75 Manufacturer's $ 1.085.00 $ 1,085.00 $ 1,085.00 $ 1,085-00 Extended Power Train Warranty ($0 deductible) - Diesel 366 - Bid Award Announcement (00-08-0905) Exhibit 1 Temp. Reso. 9224, L FLOJUDA- ASSOCIATION NCOUN77ES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION -#22 - 30,000 1b. Q 2 WHEEL DRrVE (DUAL REAR WHEEL, CAB & CHASSIS) Base Specifications FORD, GENERAL MOTORS OR APPROVED EQUIVALENT ATTENTION ORDERING AGENCY: PLEASE BE ADVISED TO CALL YOUR DEALER TO DISCUSS AXLE RATIOS - Le. SPEED & PULLING REQUIREMENTS I ALL ITEMS FACTORY INSTALLED UNLE" OTHERWISE INDICATED 1. ENGINE S766 ADD oprj<)Ar� qc7s/,/%j-3 a. The following engines, or approved equivalents are acceptable: Ford: 7.3LV8 Turbo. 210HP 0 M.- 7.2L 16 Turbo, 2 1 OHP a. 4 speed. automatic AT545 ENEFNM� a. 2 1.000 lb. rear 4. PERFORMANCE ITEM a. Power steering. b. Factory air brakes /anti-lock/slack adjusters/dust shields. C. Front stabilizer bars. d. Rear shock absorbers. C. Fuel capacity 50 gallon. 5. COMFORT =MS a. Air conditioning. factory installed. Bid Award Announcement (00-08-0905) 501 Base Specifications #22 - 30.000 Lb. GVWR b. 2 passenger. vinyl bench seat with head rests and seat belts. C. Manufacturer's standard AM/FM radio. d. Rubber floor covering instead of carpeting. a. Dual mount outside mirrors. to provide field of vision for vehicles to 96" wide. b. 2 speed and intermittent windshield wiper system. C. interior dome lights, activated by right and left doors. d. Interior (day/night) rear view mirror. a. BSW 1 OR 22.5G (14 PR) Goodyear G 159, front & rear. b. Front wheel seals. synthetic lube a. Minimum GVWR - 30,000 lbs. b. Cab & chassis only. C. Front bumper, bright or painted. factory front tow hooks. d. Single, non metallic, OEM standard color paint to be selected by buyer, to include clear coat. . sPgat 0Y 4,j,4�;rC e. Keys: two (2) per vehicle. single key locking system, each vehicle keyed differently. Third key optional. f. Cab to center of rear axle - approximately 84". In addition to equipment specifled. vehicle shall be equipped with an 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 U.S. Department of Transportation 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 ConditJon. d. Inflate tires to proper pressure. e. Check to assure proper operation of all accessories. gauges. lights. and mechanical features. 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. 7-A6- AAID CL.C-ro,41cor6 502 Bid ALvard Announcement (00-08-0905) r• � FLORIDA ASSOCIATION H COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2001 FORD SD F-750 Specification #22 (30.000 1b. G"WPR, Cab & Chassis, 4 z 2) The Ford HD F-750 truck 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 manufac- turer by specification by zone. ZONE: * Western * Northern * Central ylr southern SASE PRICE: $32,120.00 $32,193.00 $32,193.00 $32.273.00 While the Florida Sheriffs Association and the Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for the 30,000 lb. G'WVR, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate fleadbility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers. however, those listed here must be honored by the dealers in your zone at the stated prices. * = Specification Low Bid LEorsD 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 Bid Award Announcement (00-08-0905) 503 VEffiCLE: DEALER: ZONE: BASE PRICE: SD F-750 Orville * Western $32,120.00 SD F-750 Duval Ford * Northern $32,193.00 SD F-750 Duval Ford �r Central $32.193.00 SD F-750 Duval Ford * Southern $32,273.00 Code Delete Options Western Northern Central Southern 996/447 Provide 6 speed manual $ 1.600.00 $ 1,650.00 $ 1,650.00 $ 1,650.00 with base engine 996/44M Provide 7 speed manual $ 1.200.00 $ 1,195.00 $ 1,195.00 $ 1.195.00 with base engine 99A/447 Provide 6 speed manual $ 700.00 $ 1,025.00 $ 1,025.00 $ 1,025.00 with 190HP CAT 99A/44M Provide 7 speed manual $ 400.00 $ 570.00 $ 570.00 $ 570.00 with 190HP CAT 991/447 Provide 6 speed manual $ 1.300.00 $ 1.650.00 $ 1,650.00 $ 1.650.00 with Cummins 185HP D67A Air brakes if compatible $ 1,200.00 $ 1,255.00 $ 1.255.00 $ 1.255.00 with transmission D572 Air conditioning $ 400.00 $ 584.00 $ 584.00 $ 584.00 D61J Wheel seals $ 43.00 $ 43.00 $ 43.00 $ 43.00 D55A Handling pkg. $ 175.00 $ 175.00 $ 175.00 $ 175.00 Order Code Add Options Western Northern Central Southern Caterpillar 3126B (190HP) $ 1.390.00 $ 1,940.00 $ 1,940.00 $ 1,940.00 998/44B Cummins (1 P)2►o �-ft $ 1,085.00 $ 1,690.00 $ 1,690.00 $ 1,690.00 44 $ 423.00 $ 594.00 $ 594.00 $ 594 Dual 50 gallon tanks $ 372.00 $ 372.00 $ 372.00 $ 372.00 Cloth bench seat, in lieu $ 122.00 $ 122.00 $ 122.00 $ 122.00 of vinyl bench seat 682A Power door locks & $ 1,524.00 $ 1,130.00 $ 1,130.00 $ 1.130.00 windows, factory installed 66A Four leaf aux liary rear Incl. Incl. Incl. Incl. 589 springs AIM/FM cassette radio $ 134.00 $ 134.00 $ 134.00 $ 134.00 DTK Third key $ 135.00 $ 78.00 $ 78.00 S 78.00 62D Air dryers S 409.00 $ 409.00 $ 409.00 8 409.00 62A Moisture ejectors $ 49.00 $ 49.00 $ 49.00 $ 49.00 W 182 182" wheelbase, 108 CA $ 177.00 $ 177,00 $ 177.00 S 177.00 W 194 base unit 194" wheelbase, 120 CA $ 262.00 $ 262.00 S 262.00 $ 262,00 W230 base unit 230" wheelbase, 156 CA $ 604.00 $ 604.00 $ 604.OQ $ 604.00 W260 base unit 260" wheelbase, 186 CA $ 652.00 S 652.00 $ 652.00 S 652.00 base unit 504 Bid Award Announcement (00-08-0905) VEMCLE: SD F-750 SD F-750 SD F-750 SD F-750 Dr,ALER: Orville Duval Ford Duval Ford Duval, Ford ZONE: Western * Northern * Central Southern BME PRICE: $32.120.00 $32,193.00 $32,193.00 $32,273.00 A /ASGA, ;-97%'63Y-9YF-4 i.,rr-s Order Code Add Options (cont'd) Western Northern Central Southern 99N/44D/ 33,000 GVWR Pck. - $ 10.615.00 $ 10.205.00 $ 10,205.00 $ 10-205.00 240 230HP CAT, 6 speed automatic transmission (MD 3560WR) - see W182/33K optional wheelbase prices 182" wheelbase 108 CA $ 177.00 $ 177.00 $ 177.00 $ 177.00 W194/33K 33,000 GVWR 194" wheelbase 108 CA $ 262.00 $ 262.00 $ 262.00 $ 262.00 W230/33K 33,000 GVWR 230" wheelbase 108 CA $ 604.00 $ 604.00 $ 604.00 $ 604.00 W260/33K 33,000 GVWR 260" wheelbase 108 CA $ 652.00 $ 652.00 $ 652.00 $ 652.00 DIS 33,000 GVWR Full size spare Rite & rim $ 775.00 $ 475.00 $ 475.00 $ 475.00 DSK Safety kit, fire ext. & $ 175.00 $ 185.00 $ 185.00 $ 185.00 D12J triangles 12 ton jack cab mounted $ 190.00 $ 210.00 $ 210.00 $ 210.00 Engine hour meter, oil $ 345.00- -- $ 225..0.0 $ 225.00 activated Trans oil temp meter $ 270.00 $ 210,00 $ 210,00 $ 210,00 Fender mounted convex $ 240.00 $ 210,00 $ 210.00 $ 210.00 DAH mirrors Airhorns $ 397.00 $ 283.00 $ .00 $ 283.00 DBA Backup alarm $ 145.00 $ 140.00 $ 140 140.00 $ .00 $ 425.00 Silicone hoses $ $ 375.00 606.00 $ $ 425,00 860.00 $ $ 425.00 860.00 $ 860.00 275/80R22.5H G15 tires 11 R22.5G tires $ 283.000 $ 312.00 $ 312.00 S 312.00 W75 Crew cab $ 4,420.00 $ 4.525.00 $ 4.525.00 S 4.525.00 (84" CA 194" WB) X75 Super c -jS4"TA $ 2.701.00 $ 2.295.00 $ 2.295.00 $ 2.295.00 179" WB) Gabsteps-- Std. $ 325.00 $ 325.00 $ 12 ft. stake body $ 2,895.00 $ 2.922.00 $ 2.922.00 S 2.922.00 (requires 84" CA) 14 ft. stake body $ 3.194.00 $ 3.305.00 $ 3.305.00 $ 3.305.00 (requires 182" WB) Knapheide 6132 utility $ 5,583.00 $ 4.943.00 S 4.943.00 S 4,943.00 body or approved equivalent (requires 84" CA) Heil 2-3 yd. dump body or $ 5.765.00 S 5.098.00 $ 5,098.00 S 5.098.00 approved equivalent (requires 84" CA) Knapheide under body - S 445.00 S 445.00 S 145.00 tool boxes or approved equivalent 505 Bid ALLcrd Announcement (00-08-0905) VEffiCLE: DEALER: ZONE: BASE PRICE: Order SD F-750 Orville �r Western $32,120.00 SD F-750 Duval Ford * Northern $32,193.00 SD F-750 Duval Ford * Central $32.193.00 Code Add Options (cont'd) Western Northern Knapheide under body $ 512.00 tool boxes or approved equivalent (36") Knapheide under body $ 560.00 — tool boxes or approved equivalent (42") DMF Mud flaps $ 92.00 $ 236.00 41K Heated fuel water $ 140.00 $ 140.00 separator Lift gate 1000 lb. $ 2,295.00 $ 1,950.00 Lift gate 1300 lb. $ 2,395.00 $ 2.050.00 Auto crane 3203 PRX-15 $ 8.976.00 $ 9,900.00 Auto crane 5005 EH-20 $ 12.700.00 $ 14,813.00 10 ft. 5 yd dump $ 6,974.00 $ 7,400.00 (requires 84" CA) 12 ft. contractors dump $ 5,462.00 $ 7,587.00 (requires 84" CA) 14 ft. stake body $ 3,694.00 $ 3,305.00 (requires 108" CA) 14 ft. contractors dump $ 5,895.00 $ 7.640.00 (requires 108" CA) 16 ft. stake body $ 3,765.00 $ 3,550.00 (requires 120" CA) 16 ft. flat dump $ 5,796.00 $ 6.234.00 (requires 120" CA) DSM Complete set of shop $ 245.00 $ 285.00 manuals ONLY Base 5/75 Manufacturer's $ 2,495.00 $ 2.135.00 Extended Base Care Warranty PT 5/75 Manufacturer's -- $ 2.015.00 Extended Power Train Warranty' *Ford warranties will be 850.00 deductible on cab & chassis. Central SD F-750 Duval Ford * Southern $32.273.00 Southern $ 236.00 $ 236.00 $ 140.00 $ 140.00 $ 1,950.00 $ 1,950,00 $ 2,050.00 $ 2.050.00 $ 9.900.00 $ 9.900.00 $ 14.813.00 $ 14,813.00 $ 7,400.00 $ 7.400.00 $ 7,587.00 $ 7,587.00 $ 3,305.00 $ 3,305.00 $ 7,640.00 $ 7,640.00 $ 3,550.00 $ 3.550.00 $ 6,234.00 $ 6,234.00 $ 285.00 $ 285.00 $ 2,135.00 $ 2.135.00 $ 2,015.00 $ 2,015.00 506 Bid Award Announcement (00-08-0905) Q U 0 T A T 1 0 N ❑ MIAN AJ v 4343 N.W. 78th Avenue r�un�wt�aaaawt MIAMI, FL 33188 Ph: 305.592-5740 E10 U I P M E N T C O M P A N Y ORLANDO 4333 John Young Parkway ORLANDO, FL 32804 Ph: 407.299-1212 To: City of Tamarac Public Works Dept. 6011 Nob Hill Road Tamarac, Flu 33321 Attn: Mr. Doug Ritchie (954) 724-24i5 (954) 724-2428 , Exhibit 1 Temp. Reso. 922 2611 Hi POMPANN Ph: El 11 FN. MYERS TAMPA 2995 Hanson Street 5102 North S8M Skeet FT. MYERS, FL 33918 TAMPA, FL 33610 Ph:941-334.3527 Ph:813-62149M March 24, 2000 FE: Quotation on New 2000 John Deere 410E Backhoe per GSA Pricing Eny Sanchez, Governmental Sales (1) One New 2000 John Deere 410E Backhoe 'loader including the following options: 1740T 41.0E Backhoe Loader Base Machine $ 71,968.00 2085 Cab with Dual Doors and Air Conditioning $ 8,163.00 2675 Mechanical Suspension Delu:ce Fabric Seat, Adiustable $ 489.00 3375 Four Wheel Drive with :.imited Slip Front Difr, Col'arsai`t $ 8,008.00 4890 21L--24 10PR Rear.Tires, 12.5/80-13 10PR Front $ 1,730.00 5075 Backhoe with Extendible Dippers_ick $ 6,463.00 5120 Five Function Backhoe Valve $ 369.00 5225 Deere Two "_,ever .joystick Backhoe Controls + Foot Pedal No Charge 5310 Less 3ackhoe Auxiliary Backhoe Plumbing No Charge 5480 Pivoting Stabilizer with Reversible Street Pads $ 515.00 5678 One 24" Severe Duty Backhoe Bucket 8..8 C.F. $ 1,610.00 7025 Two Function Valve, Single Lever Loader No Charge 7655 1.5 Yard Cap. Heavy Duty Long Lip. Loader Bucket W% Edge $ 2,500.0U 8495 1,400 lb. Counterweight (per selection chart) $ 1,442.00 8675 Dual Batteries, 300 Min Reserve $ 135.00 9030 Universal Backhoe Bucket Coupler, Mechanical $ 736.00 9065 Two Additional Front Work Lights, Cab 93.00 9070 A%,-F:4 Weather Band Radio w_th Digital Cock .a 721.00 9175 Front Windshield 'Washer $ 170.00 AT178414 Flat Trash Screen .or Front Grille $ 242.00 AT176873 Illuminated Gua.ge Cluster (Engine & Trans. Temp, Voltage) $ 323.00 AT176827 Two Bulb -Amber notating Beacon and Switch $ 247.00 AT164701 Two Exterf or Rear View .,irrors N,) C:iarge AT179587_ Two AddiWorkona? Rear Work Lights, Cab $ 93.00 AT179474 Backhoe Boom Bolt -On Protection Plate $ 319.00 Total List Price: $106,391.00 ess Gov. Discount (36.3i,16): - $ 3t3,630.57 ACCEPTED Net FOB Factor:,: � $67,760.43 BY X Freight to Pompano Branch and Final Delivery: + $ 1,300.00 _.. One set of manuals. installation and urea: No Chase PART54ERVICE, Terms: Net Cash -Due 10th of the month following Invoice dote. Fans are returnable only N tenhori:ad by the manufacturer end are subject to the discretion of the pans manager and a 15% restocking chorus. AN claims must be accompanied by Invoice or INS document. RENTALS. Terms: Due monthly in advance. Any insurance coverage is subject to a $2.500.00 deductible. Total Price: $ 5 9 , 060 . 4 3 T a:i ;:: e EOVIPMENT SALES, Terms: Due upon receipt of irrvoiCl. .�� OU4TATIONS. Unless otherwise indicated. NI Blocked goods quoted are subject to prior sale of WWI and are F,D.B. Nonrox Equipment Company's place of business. Non -stock goods are F.O.B, manufacturer's factory AN prices ere subject to change within notice unless otherwise specified. AN quotations are subject to State Sales Tax, if applicable. SERVICE CHARGES. II any pan of balance is one month past due, a pest due Service Charge may be imposed on the total past due balance. The pest due Service Charge is comWled on the'Pas1 Due Amount' Shown on the monthly statement of a periodic raja of 1.141% per month, which is an annual percentage rate of 18%. In the event this account must be platted in the hands of an attorney for cWlmliain, the Wrchow agrees 10 pay a reasonable attorney's fee and the cost of Collection. GENERAL. The seller not being the manufacturer of the pans of equipment sold or quoted makes no werranry wholMinier conceming the pans or equipment except the manufacturn's warrenty. Title to all goods covered by this document is to remain in the name of Nonrex Equipment Company until fully pad lor. All claims for shortages must be made in wrilino within 15 days of sale. OCT-10--00 TUE 12:18 PM FAX N0, P. 02 GENERAL SERVICES ADMINISTRATION OFFICE OF FEDERAL SUPPLY AND SERVICES Authorized Federal Supply Schedule Price List (Catalog) Machinery Listed: Backhoe Loaders, Dozers, Wheel Loaders, Motorgraders, Excavators and Crawler Loaders Manufacturer Name: John Deere Construction Equipment Co. FSC Class — 2410, 3805 Contract Number: GS-30E-1021 D Contract Period: 1 October 2000 through 29 September 2005 Delivering Dealer and Warranty Service Centers: Nortrax Equipment Co. 4343 N.W. 76'' Avenue Miami, FL 33166 Nortrax Equipment Co. 3933 Beeline Highway West Palm Beach, FL 33404 Nortrax Equipment Co. 4333 John Young Parkway Orlando, FL 32804 Nortrax Equipment Co. 2611 Hammondville Rd. Pompano Beach, FL 33069 Nortrax Equipment Co. 2995 Hanson Street Ft. Myers, FL 33916 Nortrax Equipment Co. 6102 N. 56sn Street Tampa, FL 33610 Contact Information: Bob Rainey Government Sales Mgr., Central Florida (813) 621-4902 Eny Sanchez Government Sales, South Florida (888) 235.6333 Federal ID # 58-2507812 UTILITY PRODUCTS F.O.B. Dubuque, Iowa U-5-410E-1 410E BACKHOE LOADER Equipment for Base Machine GSA DISCOUNT 36.31 % FROM LIST ENGINE: LOADER: LIGHTS: John Deere PowerTech'" 4045T 4.5L (276 Cu. In.) 90 SAE Net HP Turbocharged, Isolation Mounted Engine Coolant -34 Degrees F. 07 C) Coolant Recovery Tank Sucker -Type Cooling Fan Vertical Spin -On Engine Oil Filter Oil -to -Water Engine Oil Cooler Spin -on John Deere Fuel Filter with Water Separator Dual Safety Element Dry -Type Air Cleaner Muffler, Underhood, with Vertical Curved Exhaust Stack and Non -Spark Arresting Enclosed Safety Fan Guard POWERTRAIN: Collarshift Transmission with Torque Converter Isolation Mounted to Mainframe Fully Synchronized Four Forward and Four Reverse Speeds Electric F-N-R Reverser with Single Lever and Neutral Safety Switch Interlock Electric Clutch Cut Off on Gear Shift and Loader Levers Vertical Spin -on Transmission Filter Planetary Final Drives Differential Lock, Foot Switch Activated Non -Powered Front Axle Hydrostatic Power Steering with Emergency Manual Mode Hydraulic Service Brakes Inboard, Wet Disc, Self Adjusting and Self Equalizing (Conforms to SAE J1473) Parking/Emergency Brake: Independent of Service Brakes (Conforms to SAE J1473) Spring Applied, Hydraulically Released, Wet Multi -Disc Transmission Oil Cooler BACKHOE: 15 Ft. 10 In. Digging Depth Backhoe Transport Lock Lever Swing Locking Pin Stored in Op. Station Deere Two Lever Backhoe Controls Dirt Foot Stabilizer Feet Independent Isolation Mounted Stabilizer Valve with Two -Direction Anti -Drift Valves Less Bucket with Bucket Pins CODE DESCRIPTION Return to Dig Feature Bucket Level Indicator Hydraulic Self Leveling Single Lever Control with Electric Clutch Cutoff Switch Less Bucket with Bucket Pins Loader Boom Service Lock OPERATOR STATION: Modular Design ROPS/FOPS Canopy Isolation Mounted with Molded Roof (Conforms to SAE J1040) Left and Right Front Access Slip -Resistant Steps and Ergonomically Located Handholds (Conforms to SAE J 165) Non -Suspension Vinyl Seat with Fore, Aft and Vertical Adjustment 2 In. (51 mm) Seat Belt w/Retractors Adjusts Independent of Seat Position Electric Monitor System with Audible and Visual Warning: Air Cleaner Restriction Low Altemator Voltage Engine Coolant Temperature Engine Oil Pressure Hydraulic Filter Restriction Indicator Hydraulic Oil Temperature Park Brake On -Off Indicator Seat Belt Indicator Torque Converter Temp. Indicator Electric Fuel Gauge, Illuminated Electric Tachometer/Hourmeter Key Start Switch with Electric Fuel Shut Off Horn Interior Rearview Mirror Hand Throttle with Fuel Economy Setting at 2100 RPM Suspended Foot Throttle Built-in Operator's Manual Storage Compartment with Manual Built -In Beverage and Thermosd Bottle Holder Coat Hook Molded Floor Mat Headliner Two Front Driving/Working and Two Rear Working Halogen (35.200 Candlepower Each) Two Front and Two Rear Turn Signal/ Flashing Two Rear Stop and Tail Two Rear Reflectors OVERALL VEHICLE: Two Front and One Rear Built -In Tie Downs One Piece Unitized Construction Mainframe Engine Side Shields with Sliding Service Access Door for Daily Ground Level Service Rigid Mounted Front Bumper Dent Resistant Rear Fenders 19.5 - 24 In. 10 PR (R4) Rear Tires 11 L-16 In. 12 PR (F3) Front Tires Remote Grease Bank for Front Axle Vandal Protection for: Engine Access Doors Instrument Panel Fuel Tank 36 Gal. (136L) Fuel Tank Ground Level Fueling Reverse Warning Alarm Switchable to 97 DBA or 111 DBA ELECTRICAL: 12 Volt System 65 Amp Alternator Single Battery with 150 Min, Reserve Capacity and 750 CCA Blade Type Multi -Fused Circuits By -Pass Start Safety Cover on Starter Positive Terminal Battery Cover HYDRAULICS: 42 GPM Axial Piston Pump - PCLS System Independent Hydraulic Reservoir 10 Micron Vertical Spin -On Filter "O" Ring Face Seal Connectors Circuit Relief Valve Protection Hydraulic Oil Cooler LBS. KG. LIST PRICE II GSA DISCOUNT 36.31 % FROM LIST II One Code Required From Each Box BASE MACHINE 1740T 410E Backhoe Loader ....................................................... 71,968.00 1 December 1998 U.S. U-5-410E-2 UTILITY PRODUCTS F.O.B. Dubuque, Iowa T 410E BACKHOE LOADER (Continued) _ coDlrw�61' RlPrioN�����.��"',r.'r....'"°� (BOPS)/(FOPS) CANOPY OR CAB 2026 (ROPS)/(FOPS) Canopy with Floormat and Headliner .... In Base price NOTE. • Includes 65 amp alternator, molded roof, two front halogen drivingAvork lights and two rear halogen worts lights (35,200 candlepower each), two front and two rear turn signalllvaming lights, two stop and tail lights and two rear reflectors. 2070 Cab with Single Door ......................................................... 6,562.00 NOTE: . Includes 65 amp altemator, tinted safety glass, molded roof, deluxe interior trim, fioormat, head liner, 3- speed 40, 000 BTU fresh air intake heater, defroster and pressurizer, two front halogen drivinghvork lights and two rear halogen work lights (35,200 candlepower each), two front and two rear turn signallwaming lights, two stop and tail lights, (2) rear reflectors, (2) front 2-speed, and (1) rear 1- speed wipers. 2075 Cab with Dual Doors.......................................................... 6,142.00 NOTE: . Same as Code 2070 except with dual doors. 2080 Cab with Single Door and Air Conditioning .................... 7,622.00 NOTE: . Same as Code 2070 plus 4-speed 27,000 BTU air conditioner. • CFC free R134a • Includes high ambient temperature cooling package. • Includes 95 amp alternator. 2085 Cab with Dual Doors and Air Conditioning ..................... 8,163.00 NOTE: . Same as Code 2080 except with dual doors. SEAT 2615 Non -Suspension, Vinyl, Swivel Seat with Arm Rests ..... NOTE: . Includes 2 in. retractable seat belt. 2625 Mechanical Suspension Deluxe, Vinyl, Swivel Seat with Lumbar Adjustment and Arm Rests, Fully Adjustable...................................................................... NOTE;: . Includes 2 in. retractable seat belt. 2635 Air Suspension Deluxe, Vinyl, Swivel Seat with lumbar Adjustment and Arm Rests, Fully Adjustable ............ NOTE: • Includes 2—inch retractable seat belt. • Requires code 9055, Tilt Steering Wheel. (Continued) 1 December 1998 U.S. In Base 489.00 1,030.00 UTILITY PRODUCTS U-5-410E-3 F.O.B. Dubuque, Iowa 410E BACKHOE LOADER (Continued) C. b CR1PT t.-i ,r fw w.:` .,...,,�,. t,r ,-LtiS. �' 9 tFC LIS'TyPPJ E :. 6&- % .. .' .i r.H:... .'-M!r :a .a. .irti '��.'p"H�i'ti2i i.'�'r:::. _ r. .......� t!+,.�.....-...u.r.r. (Continued) 2675 Mechanical Suspension Deluxe, Fabric, Swivel Seat with Lumbar Adjustment and Arm Rests, Fully Adjustable..................................................................... NOTE: + Recommended for use with Code 2070, 2075, 2080 or 2085, Cab. + Includes 2 in. retractable seat belt. 2685 Air Suspension Deluxe, Fabric, Swivel Seat with Lumbar Adjustment and Arm Rests, Fully Adjustable..................................................................... NOTE: • Includes 2—inch retractable seat belt. • Recommended for use with code 2070, 2075, 2080 or 2085, Cab. • Requires code 9055, Tilt Steering Wheel. FRONT AXLE AND TRANSMISSION 3025 Two Wheel Drive (2WD) with Collarshift Transmission . NOTE: • Includes torque converter with electrically actuated reverser. 3035 Two Wheel Drive (2WD) with Powershift Transmission NOTE: • Available 1 October 1998. + Includes torque converter with electrically actuated twist grip F-N-R in 1st through 4th gears. 3075 Four Wheel Drive (4WD) with Front Wheel Limited Slip Differential and Coilarshift Transmission .................. NOTE: + Includes drive shaft guard on main frame. • Four wheel drive on/off indicator illuminated. 3085 Four Wheel Drive (4WD) with Front Wheel Limited Slip Differential and Powershift Transmission ................. NOTE: + Available 1 October 1998. + Includes drive shaft guard on main frame. + Four wheel drive on/oNindicator illuminated. + Includes torque converter with electrically actuated twist prig F-N-R in 1st through 4th nears. TIRES AND WHEELS (FRONT AND REAR) FOR USE WITH TWO WHEEL DRIVE: 4270 19.5 - 24 In. 10 PR (R4) Rear Tires 11L -16 In. 12 PR (F3) Front Tires .................................... NOTE: + 86 in. (2.18 m) overall width. • Requires Code 3025, 2WD. + Rear tire chains require wheel spacers 4360 21L - 24 In. 10 PR (R4) Rear Tires 14.5175 -16 In. 10 PR (F3) Front Tires .............................. NOTE: + 92 in, (2.34 m) overall width. + Requires Code 3025, 2WD. • Rear tire chains require wheel spacers. (Continued) 1 December 1998 U.S. 489.00 1,030.00 Base Price 2,575.00 8,008.00 10,583.00 In Base Price 1,076.00 0-5-410E-4 UTILITY PRODUCTS F.O.B. Dubuque, Iowa 410E BACKHOE LOADER (Continued) :C.QDE?�r �D,�S.C��I?;'T;(01V'�. ,� ,�:� �?�.� �tB�:•'�"R,��up .__ (Continued) FOR USE WITH FOUR WHEEL DRIVE: 4790 19.51- - 24 In. 10 PR (R4) Rear Tires 12.5/80 -18 In. 10 PR Traction Front Tires ....................... 742.00 NOTE: . 86 in. (2.18 m) overall width. • Requires Code 3075, 4 Wheel Drive. . Rear tine chains require wheel spacers. 4890 21L - 241n. 10 PR (R4) Rear Tires 12.5180 -18 In. 10 PR Traction Front Tires ....................... 1,730.00 NOTE: . 92 in. (2.34 m) overall width. • Requires Code 3075, 4 Wheel Drive. • Rear fire chains require wheel spacers. CUSTOM CODES: NOTE: Include the custom code number and description in the COMAR comment section when ordering. Custom codes are not subject to normal delivery requirements. Contact Order & Shipping for pricing and availability. CUSTOM CODE - FOUR WHEEL DRIVE: 48134 18.4x28 12 PR R4 Tube Type with 12.5/80xl8 10 PR Sure Grip Overall Rear Tire Width - 88.3 Inches ............................... Call for Prices BACKHOE 5025 Backhoe with Standard Dipperstick................................. In Base Price 5075 Backhoe with Extendible Dipperstick .............................. 6,463.00 NOTE: • Requires Code 5120 or 5130, Backhoe Valve. BACKHOE VALVE NOTE: Refer to Additional Available Equipment for complete information when Installing hydraulic backhoe attachments. silo Four Function Valve ......................................... NOTE: + Requires Code 5025, Standard Dipperstick. (Continued) 1 December 1998 U.S. In Base Price UTILITY PRODUCTS U-5-410E-5 F.O.B. Dubuque, Iowa 410E BACKHOE LOADER _ (Continued) H[I�`w�' a'C:nil.'+Na'l?.:o`_�XX'�+k'I`.bC.wj.Yin:V i.iL,B. �i1 ! `Y (Continued) 6120 Five Function Control Valve ............................................. 369.00 NOTE: • If Equipped With 5025, Standard Dipperstick, fifth valve section can operate: Field Installed extendible dipperstick OR Thumbs, swingers or jaw buckets • Fifth valve section with work ports plugged, without circuit reliefs, with right pedal. • If Equipped With 5075, Extendible Dipperstick, fifth valve section operates extendible dipperstick. 6130 Five Function Valve Pius Selective Flow Valve (9, 22 or 30 GPM), 1000-3000 PSI Adjustable ............................. 2,009.00 NOTE: • Includes a side console switch to activate the selective flow valve section and foot switch to control attachment on/off. • Fifth valve section work ports plugged, without circuit reliefs, with right pedal or lever control. • Selective flow valve section with work port plugged, with controls. • Codes 5330 and 5350 provide plumbing from selective flow control valve to end of dipper. • If equipped with 5025, Standard Dipperstick, fifth valve section can operate cylinder -actuated attachments. • If equipped with 5075, Extendible Dipperstick, fifth valve section operates extendible dipperstick. • Selective Bow valve can operate low or high flow motor attachments. CUSTOM CODES, NOTE: Include the custom code number and description in the COMAR comment section when ordering. Custom codes are not subject to normal delivery requirements. Contact Order 6 Shipping for pricing and availability. SIAS Six Function Control Valve ............................................... Call for Prices NOTE: • Requires custom code 52A1, Deere Two Lever Controls, with right and left pedal. • Includes fifth and sixth valve section with work ports plugged without circuit reliefs. • Also order A T181362, Attachment Hydraulic Plumbing Kit for Thumb, Clamp, Swinger or Jaw Bucket. • If equipped with code 5025, Standard Dipperstick, fifth and/or sixth valve section operates cylinder actuated attachments. • If equipped with code 5075, Extendible Dipperstick: - Fifth valve section operates extendible dipperstick. - Sixth valve section operates cylinder actuated attachments. (Continued) 1 December 1998 U.S. U-5-410E-6 UTILITY PRODUCTS F.O.8 Dubuque, Iowa T 410E BACKHOE LOADER (Continued) LBS. KG:: LIST PRICE , (Continued) 51A6 Six Function Control Valve Plus Selective Flow Valve (9, 18, 22 GPM) 1000-3000 PSI Adjustable .................. Call for Prices NOTE: • Requires custom code 52A1. Deere Two Lever Controls, with right and left pedal. • Includes a side console switch to activate the selective flow valve section and foot switch to control attachment on/off. • Includes fifth and sixth valve section with work ports plugged without circuit reliefs. • Selective flow valve section with work port plugged with controls. • Codes 5330 or 5350 provide auxiliary plumbing from selective flow valve to end of dipper. • If equipped with code 5025, Standard Dipperstick, fifth and/or sixth valve section operates cylinder actuated attachments. • If equipped with code 5075, Extendible Dipperstick: - Fifth valve section operates extendible dipperstick. - Sixth valve section operates cylinder actuated attachments. . Selective flow valve can operate low or high flow motor attachments. BACKHOE CONTROLS NOTE: Refer to Additional Available Equipment for complete information when installing hydraulic backhoe attachments. 5225 Deere Two Lever Controls (Standard Backhoe or Extendible Backhoe)..................................................... In Base Price NOTE: . Includes right control pedal for fifth function when equipped with Code 5120, Five Function Valve or Code 5130, Five Function Valve Plus Selective Flow Valve, 5245 Case Three Lever Controls with Foot Swing(Standard Backhoe or Extendible Backhoe)................................ 494.00 NOTE: • Includes additional control lever for Fifth function when equipped with Code 5120, Five -Function Valve or Code 5130, Five -Function Valve Plus Selective Flow Valve. (Continued) 1 December 1998 U.S. UTILITY PRODUCTS F.O.B. Dubuque, Iowa U-5-410E-7 CODE DESCRIPTION 410E BACKHOE LOADER (Continued) _- (Continued) CUSTOM CODES: NOTE: Include the custom code number and description in the COMAR comment section when ordering. Custom codes are not subject to normal delivery requirements. Contact Order 8 Shipping for pricing and availability. 52A1 Deere Two Lever Controls (Standard or Extendible Backhoe)....................................................................... Call for Prices NOTE: . Includes right and left control pedals for fifth and sixth valve sections. • Requires custom code 51A5, Six -Function Control Valve, or custom code 51A6, Six -Function Control Valve Plus Selective Flow Valve. • Cat or Ford controls can be field installed. • Cannot use with Case controls. BACKHOE VALVE AND. CONTROLS.:w �o� . For Hydraulic Clarrip Thumli',;�?` Standard Dipperstick Backhoe Valve If unit Is equipped with: 5110 5120 or 6130 51A5 or 51A6� ', t 522$:^,: s 5245:nA Also order valvelcontrol kit: AT178794 None Req'd None Req'd AT183939 AT1$3942..None Rei Also order plumbing kit: AT181362 .. T A 181362 .. 1. 'AT18 362; ' �'� ,,.,' - ` ���;''�..,,.� 6i-•. 'k:a�y.:%iir. a_:. yl�Vw0: i�CY:"'bxis. Extendible Dipperstick Backhoe'Valve ` :".'r_:"' Ccfcl�= s ;..,;:t:.; If unit is equipped with: 5,120 or 5130 51A5 or 51A6-. ', ' '`" �,' 7' 5225 ,:.. ' r '52A1''" , Also order valve/control kit: AT178799 None Req'd AT183952: _None Rem Also order plumbing kit: AT181362 AT181362 • See Backhoe Valve option box `• See Backhoe Controls option box BACKHOE AUXILIARY PLUMBING 5310 Less Backhoe Auxiliary Plumbing ................................... 5330 Standard Dipperstick Auxiliary Plumbing for Five Function Valve Plus Selective Flow Valve ................. NOTE: • Requires Code 5025, Standard Dipperstick, and Code 5130, Five Function Valve Plus Selective Flow Valve. • Includes hydraulic lines from the selective flow valve section to end of dipperstick. • Required for hammers, compactors, high or low flow motor attachments mounted to end of dpperstick. (Continued) 1 December 1998 U.S. In Base Price 1,143.00 U-5-410E-8 UTILITY PRODUCTS F.O.B. Dubuque. Iowa 410E BACKHOE LOADER (Continued) ,TIOiV CODE DESCRIP. C �, ... ___.._. ...a:...r....... ,,.,.�.�:'>>.':. ...... ,,�.,k.,..,,.:..,�.......��.�< ..a..�85.,:LIS (Continued) 5350 Extendible Dipperstick Auxiliary Plumbing for Five Function Valve Plus Selective Flow Valve .................. 1,349.00 NOTE: • Requires Code 5075, Extendible Dipperstick, and Code 5130, Five Function Valve Plus Selective Flow Valve. • Includes hydraulic lines from the selective flow valve section to end of dipperstick. • Required for hammers, compactors, high or low flow motor attachments mounted to end of dipperstick. STABILIZER FEET 6450 Pivoting Stabilizer with Dirt Feet ...................................... In Base Price 5480 Pivoting Stabilizer with Reversible Pads ......................... 515.00 BACKHOE BUCKETS NOTE: • All buckets Include lift loops. All buckets Include Fanggs teeth. 5600 Less Backhoe Bucket with Bucket Pins .......................... In Base Price 5616 12" (305 mm) Wide — HD - 3.3 Cu. Ft. (0.09 Cu. M.) Capacity......................................................................... 950.00 6626 18" (457 mm) Wide — HD - 5.1 Cu. Ft. (0.14 Cu. M.) Capacity......................................................................... 1,150.00 5628 18" (457 mm) Wide - Severe Duty - 5.1 Cu. Ft. (0.14 Cu. M.) Capacity................................................................... 1,270.00 5654 24" (610 mm) Wide — Regular - 7.5 Cu. Ft. (0.21 Cu. M.) Capacity......................................................................... 1,170.00 5656 24" (610 mm) Wide -- HD - 7.5 Cu. Ft. (0.21 Cu. M.) Capacity......................................................................... 1,300.00 5668 24" (610 mm) Wide - Severe Duty - 7.5 Cu. Ft. (0.21 Cu. M.) Capacity ................................................................... 1,440.00 5676 24" (610 mm) Wide — HD - 8.8 Cu. Ft. (0.25 Cu. M.) Capacity ......................................................................... 1,470.00 5678 24" (610 mm) Wide - Severe Duty - 8.8 Cu. Ft. (0.25 Cu. M.) Capacity ................................................................... 1,610.00 5686 30" (762 mm) Wide — HD -10 Cu. Ft. (0.28 Cu. M.) Capacity ......................................................................... 1,540.00 1 December 1998 U.S. UTILITY PRODUCTS U-5-410E-C, F.O.B. Dubuque, Iowa T 410E BACKHOE LOADER (Continued) LB$ KG PRICE ,COOE;:" . DESCRIP.TION.. 7025 LOADER HYDRAULICS Two Function Valve and Lines with Single Control Lever.............................................................................. 7075 Three Function Valve and Lines with Dual Lever Controls......................................................................... NOTE: - For M.P. bucket and front attachments. • Includes valve with circuit relief and .5 in. (12.7 mm) hoses and steel lines to loader cross tube. LOADER BUCKETS 7600 Less Loader Bucket with Pins for Buckets or Front Attachments.................................................................. 7640 1.25 Cu. Yd. (.96 Cu. M.) Heavy Duty Long Lip Bucket .. NOTE. • 86 in. (2.18 m) wide. • Punched for bolt -on cutting edge. For cutting edge, order T150517 and appropriate attaching hardware from parts. Includes skid plates and two built-in lift loops. 7645 1.3 Cu. Yd. (1.0 Cu. M.) Heavy Duty Long Lip Bucket .... NOTE: • 92 in. (2,34 m) wide. • Includes reversible bolt -on cutting edge and skid plates. • Includes two built-in lift loops 7655 1.5 Cu. Yd. (1.15 Cu. M.) Heavy Duty Long Lip Bucket NOTE. - 92 in. (2.34 m.) wide. • Includes reversible bolt -on cutting edge and skid plates. • Includes two built-in lift loops. 7686 1.25 Cu. Yd. (.96 Cu. M.) Multi -Purpose Bucket .............. NOTE: -Requires Code 7075, Aux. Loader Hydraulics • 92 in. (2.34 m) bucket width. - Includes reversible bolt -on cutting edge and skid plates. • Pre -drilled for eight teeth. Order teeth from parts. • Includes two built-in lift loops 1 December 1998 U.S. In Base Price 1,164.00 In Base Price 2,000.00 2,250.00 2,600.00 4,750.00 U-5410E-10 UTILITY PRODUCTS F,p,B. Dubuque, Iowa 410E BACKHOE LOADER (Continued) CODE DESCRIPTION LBS. KG. LIST PRICE FRONT COUNTERWEIGHTS NOTE: See following Counterweight Selection Chart for appropriate combination of counterweights. 8410 Front Bumper - 30 Lb. (14 kg.) .......................................... In Base Price 8425 400 Lb. (181 kg) Front Counterweight .............................. 412.00 NOTE: - (3) additional T163872, 250 Lb. Front Counterweights may be added to a maximum of 1150 lb. (522 kg), 8455 650 Lb. (295 kg) Front Counterweight .............................. 670.00 NOTE: - (3) additional T163872, 250 Lb. (113 kg) Front Counterweights may be added to a maximum of 1400 lb. (635 kg). 8475 900 Lb. (408 kg) Front Counterweight .............................. 927.00 NOTE: - Includes (1) 650 lb. (295 kg) counterweight and (1) T163872, 250 Lb. (113 Kg) Counterweight. - (2) additional T163872, 250 Lb. (113 kg) Front Counterweights may be added to a maximum of 1400 lb. (635 kg). 8485 1150 Lb. (522 kg) Front Counterweight ............................ 1,186.00 NOTE' - Includes (1) 650 lb. (295 kg) counterweight and (2) T163872, 250 Lb. (113 Kg) Counterweights. - (1) additional T163872, 250 Lb. (113 kg) Front Counterweight may be added to a maximum of 1400 lb. (635 kg). 8495 1400 Lb. (635 kg) Front Counterweight ............................ 1,442.00 NOTE: - Includes (1) 650 lb. (295 kg) counterweight and (3) T163872, 250 Lb. (113 Kg) Counterweights. COUNTERWEIGHT SELECTION CHART Select the Proper Counterweight for the Machine and Optional Equipment Minimum Counterweight Required 410E Code ROPS or Cab with or without MFWD Standard Dipper Extendible Dipper Without Coupler With Coupler Without Coupler With Coupler 7640 1.25 Cu. Yd. Loader Bucket 8410 - Bumper 8410 - Bumper 8475 -- 900 Ib. 8485 —1150 Ib. 7645 1.3 Cu. Yd. Loader Bucket 8410 - Bumper 8425 - 400 Ib. 8495 — 1400 lb. 8495 --1400 lb. 7655 1.5 Cu. Yd. Loader Bucket 8410 - Bumper 8410 - Bumper 8485 —1150 lb. 8495 -1400 Ib. 7685 1.25 Cu. Yd. Multi -Purpose Bucket 8410 - Bumper 8410 - Bumper 8475 — 900 Ib. 8475 — 900 Ib. Loader Coupler and Attachment Reduce recommended counterweight by 250 lb. (113 kg.) Rear Attachments weighing 600 lb. (272jkg.) 1000 lb. (454 kg.) • 8475 — 900 lb. 8485 —1150 lb. 8495 — 1400 lb. 8495 —1400 Ib. 5330/5350 Auxiliary Plumbing and Controls or rear attachments weighing 1,000 lb. (454 kg.) and over • 8485 — 1150 lb. 8495 -- 1400 lb. 8495 — 1400 lb. 8495 —1400 Ib. NOTE Reduce the recommended counterweight by 650 lb. (295 kg.) when equipped with a Multi -Purpose Bucket. 1 December 1998 U.S. UTILITY PRODUCTS F.O.B. Dubuque, Iowa U-5-410E-11 CODE T 410E BACKHOE LOADER (Continued) DESCRIPTION ::'.::_..: LBS... BATTERY KG: :�.;UST'PRIC 8625 Single Battery, 150 Minute Reserve Capacity (750 CCA).............................................................................. In Base Price 8675 Dual Batteries, 300 Minute Reserve Capacity (1500 CCA)............................................................................... 185.00 NOTE: • Recommended in temperatures below 32 degrees F (0 degrees C). Special Equipment - Order as Desired MISCELLANEOUS: 9030 Universal Backhoe Bucket Coupler ................................. 736.00 NOTE: . Fits John Deere 310SE, 410E, 300D-510D, 21OC-610C buckets. • Fits Case K and L Series and Cat B and C Series Buckets. • Recommend 30OD-5100 and 21OC-610C buckets, use high strength pins: AT181348, Pin for 12Inch Buckets AT179130, Pin for 18-36 Inch Buckets • Proper counterweighting is required. See Counterweight Selection Chart. • Recommend AT179474, Backhoe Boom Bolt -on Protection Plate. 9045 Chrome Exhaust Extension .............................................. 82.00 9050 High Ambient Temperature Cooling Package ................ 618.00 NOTE: • Requires Code 2025, ROPS, or 2070 or 2075, Cab. • Included in Codes 2080 and 2085, Cab with Air Conditioning. • Recommended for ambient temperatures above 110 degrees F (43 degrees C), and/or field installed air conditioning. • Includes 6 fin per inch radiator and additional hydraulic oil cooler. 9055 Tilt Steering Wheel............................................................ 417.00 9060 Two Additional Halogen Front Work Lights for Canopy 93.00 NOTE: • Requires Code 2025, BOPS. • 35,200 candlepower each. 9065 Two Additional Halogen Front Work Lights for Cab ...... 93.00 NnTE: . Requires Code 2070. 2075. 2080 or 2085, Cab. • 35,200 candlepower each. • Requires code 9090, 95 Amp Alternator, or code 2080 or 2085, Cab with Air. 9070 AM -FM Stereo Weather Band Radio with Digital Clock . 721.00 NOTE: • Requires Code 2070, 2075, 2080 or 2085. Cab. 1 December 1998 U.S. 6-5-410E-12 UTILITY PRODUCTS F.O.B. Dubuque, Iowa T 410E BACKHOE LOADER (Continued) CQDi:.,...:r:��ESGRIP710N 'r- +.,.. ,._.� ., . 9080 Engine Coolant Heater (1000 Watts) ................................. NOTE: • Recommended in temperatures below 32 degrees F (0 degrees Q. 9085 Electric Ether Start Aid ...................................... :................ NOTE: • Recommended in temperatures below 32 degrees F (0 degrees Q. 9090 95 Amp Alternator.............................................................. NOTE: . Required with code 9065, Additional Cab tights. . Not required if equipped with code 2080 or 2085, Cab with Air. 9110 Ride Control........................................................................ NOTE: • Activated by on/off rocker switch on the right console. 9176 Front Windshield Washer .................................................. NOTE: • Requires Code 2070, 2075, 2080 or 2085, Cab. 9225 3 Inch Retractable Seat Belt .............................................. 9460 Spanish Trademarks and Decals ...................................... 9470 French Trademarks and Decals ........................................ 9800 Industrial Yellow Paint with Black Roof - Decals Not Installed......................................................................... NOTE: . includes package of machine, component and safety decals (some decals will be factory installed). • Includes installation instructions T161785. • For use on ROPS and cab -equipped machines which require custom paint. Attachments for Field Conversion LOADER BUCKETS: AT183747 1.3 Cu. Yd. (1.0 Cu. M.) Heavy -Duty Long Lip Bucket ..... NOTE: . 92 in. (2.34 m) wide • includes reversible bolt -on cutting edge with skid plates. • Include two built-in lift loops AT175049 1.5 Cu. Yd. (1.15 Cu. M.) Heavy Duty Long Lip Bucket ... NOTE: . 92 in. (2.34 m.) wide. . Includes reversible bolt -on cutting edge with skid plates. . includes two built-in lift loops. AT179981 1.25 Cu. Yd. (1 Cu. M.) Multi -Purpose Bucket .................. NOTE: • Requires Code 7075, or Field Installed Auxiliary Loader Hydraulics. • 92 in. (2.34 m) bucket width • Includes reversible bolt -on cutting edge with skid plates. • Pre -drilled for eight teeth. Order teeth from parts. • Two built-in lift loops. • Proper counterweighting is required. See Counterweight Selection Chart, 1 December 1998 U.S. 62.00 105.00 60.00 1,645.00 170.00 57.00 No Charge No Charge No Charge 2,250.00 2,500.00 4,750.00 UTILITY PRODUCTS U-5-410E-1 F.O.B. Dubuque, Iowa 410E BACKHOE LOADER (Continued) �C?'t 1 .. ... .... ��Y�_ �rru•ar;.� ...ter^�e :�, ' �"� �W .. _. ..... .. ....................�..,.. ....._.�..�,...,... _.._.._..,ate_ AT182210 1.25 Cu. Yd. (.96 Cu. M.) Heavy Duty Long Lip Bucket .. NOTE: • 86 in. (2.18 m) wide. • Punched for bolt -on cutting edge. For cutting edge, order T150517 and appropdate*attaching hardware from parts. • Includes skid plates and two built-in lift loops. LOADER COUPLER AND ATTACHMENTS: For attachments not listed, contact JRB at (800) 428.2538. AT180848 Hydraulic Loader Coupler ................................................. NOTE: • Installation Instruction T162321. • Average installation, 6 hours. • Includes all electric and hydraulic parts to complete installation. • Electric switch activates pin disconnect from operator's seat. • Fits John Deere AT180838, 1,12 Yard, orAT180839, 1.3 Yard GP Loader Buckets, orAT180842, 48-Inch Pallet Forks. AT180838 1.12 Cu, Yd. (.86 Cu. M.) Heavy Duty Long Lip Bucket .. NOTE:. Requires AT180848, Hydraulic Front Coupler. • 86 inch (2.18 M.) wide. • Includes reversible bolt -on cutting edge with skid plates. . Lift loops integral in front coupler. AT180839 1.3 Cu. Yd. (1 Cu. M.) Heavy Duty Long Lip Bucket ....... NOTE: • Requires AT180848, Hydraulic Front Coupler. • 92 inch (2.34 M.) wide. • Includes reversible bolt -on cutting edge with skid plates. • Lift loops integral in front coupler. AT183477 Hydraulic Loader Coupler— installed Prior to Shipment....................................................................... NOTE: • Electric switch activates pin disconnect from operator's seat. • Fits John Deere AT180838, 1.12 Yard, orAT180839, 1.3 Yard GP Loader Buckets, orAT180842, 48 Inch Pallet Forks. AT180842 Pallet Forks for Front Coupler .......................................... NOTE: • Requires AT180848, Hydraulic Front Coupler. • Manual tine adjustment. • 60 inch (1.52 M) wide carriage. • 46-inch (1,22 M) fork tines. 1 December 1998 U.S. 2,000.00 3,847.00 2,350.00 2,500.00 4,144.00 3,090.00 U-5-410E-14 UTILITY PRODUCTS F.O.S. Dubuque, Iowa T 410E BACKHOE LOADER (Continued) _.,y,, .� ,a.-,Z�xr..,x• , w.^ .-4. n.,r,�•�„,s,,-,•�-!.w..�.,T ^:i �wr;,w- e..pa,v,. ��... ,�-,r . CODE',-- �bESCRI�.TiON�>....-; i�......w ... ..�::.�:..,.,....,._,.�.�;. � , �� .; �y%.CB��--�w�<•_�G.�...� ���T�P.RT�iw"..,_, BACKHOE COUPLER: AT182224 Universal Backhoe Bucket Coupler .................................. 736.00 NOTE: • Fits John Deere 310SE, 410E, 300D-510D, 21OC-610C buckets. • Fits Case K and L Series and Cat B and C Series Buckets. • Recommend 3000-5100 and 21OC-610C buckets, use high strength pins: AT181348, Pin for 12 inch Buckets AT179130, Pin for 18-36 Inch Buckets • Proper counterweighting is required. See Counterweight Selection Chart. • Recommend AT179474, Backhoe Boom Bolt -on Protection Plate. BACKHOE BUCKETS: NOTE: All buckets include >=anggs teeth except 36 In. Ditching Bucket. AT181724 12 In. (305 mm) Heavy -Duty Bucket; 3.3 Cu. Ft. (0.09 Cu. M.) with Lift Loops .................................................. 950.00 AT181725 18 In. (457 mm) Heavy -Duty Bucket; 6.1 Cu. Ft. (0.14 Cu. M.) with Lift Loops...........::................................I.... 1,150.00 AT181726 18 In. (457 mm) Severe Duty Bucket; 5.1 Cu. Ft. (0.14 Cu. M.) with Lift Loops .................................................. 1,270.00 AT181727 24 In. (610 mm) Bucket; 7.5 Cu. Ft. (0.21 Cu. M.) with Lift Loops....................................................................... 1,170.00 AT181728 24 In. (610 mm) Heavy -Duty Bucket; 7.5 Cu. Ft. (0.21 Cu. M.) with Lift Loops .................................................. 1,300.00 AT181729 24 in. (610 mm) Severe Duty Bucket; 7.5 Cu. Ft. (0.21 Cu. M.) with Lift Loops .................................................. 1,440.00 AT181730 24 In. (610 mm) Heavy -Duty Bucket; 8.8 Cu. Ft. (0,25 Cu. M.) with Lift Loops .................................................. 1,470.00 AT181731 24 In. (610 mm) Severe Duty Bucket; 8.8 Cu. Ft. (0.25 Cu. M.) with Lift Loops .................................................. 1,610.00 AT181732 30 In. (762 mm) Heavy -Duty Bucket; 10.0 Cu. Ft. (0.28 Cu. M.) with Lift Loops .................................................. 1,540.00 AT181733 30 In. (762 mm) Severe Duty Bucket; 10.0 Cu. Ft. (0.28 Cu. M.) with Lift Loops .................................................. 1,720.00 AT181734 36 In. (914 mm) Heavy -Duty Bucket; 12.5 Cu. Ft. (0.35 Cu. M.) with Lift Loops .................................................. 1,660.00 AT181735 36 In. (914 mm) Ditching Bucket; 12.5 Cu. Ft. (0.35 Cu. M.) with Lift Loops ........................................................ 1,320.00 NOTE: • Ditching bucket does not include teeth. 1 December 1998 U.S. UTILITY PRODUCTS U-5-410E-1! F.O.B. Dubuque, Iowa 410E BACKHOE LOADER (Continued) mup S IP. ION, r, wrxZ � ,_. s =z; ;.a ;: ":, N' aL:BS; ; ..KG ` ' "= LIST,PRICE ENGINE: ATIS2234 High Pressure Ether Starting Aid ..................................... 324.00 NOTE: + Recommended for temperatures, below 32 degrees F (0 degrees Q. • Average installation, 1 hour • Includes Installation instructions, T163081. AT74940 Engine Coolant Heater, 110 Volt,1000 Watt .................... See Parts NOTE: • Installation Instructions 7"125582 + Average installation, .5 hours AT179756 Electrical Master Disconnect ............................................ 113.00 NOTE: • Installation Instructions T161525 • Average installation, 1 hour • Mounts behind lockable right engine access cover. • Recommended for anti -theft protection. AT179706 Emergency Start Terminals .............................................. 263.00 NOTE: • Installation Instructions T161560. • Average installation, 1 hour. • Mounts inside top lockable engine access cover. AT179053 Environmental Oil Drains .................................................. 149.00 NOTE: • Installation Instructions T151767 • Average installation, 1 hour • Includes fittings and hoses to safely drain engine oil, transmission oil, coolant, and fuel filterAvater separator. AT178414 Flat Trash Screen for Front Grille .................................... 242.00 NOTE: • Installation instructions T161763 • Average installation, .5 hours • Recommended in heavy airbome debris applications. T160475 Chrome Exhaust Extension .............................................. See Parts NOTE: a Average installation, .5 hours OPERATOR STATION: AT176873 Illuminated Gauge Cluster ................................................ 328.00 NOTE: + Installation Instructions T160494 • Average installation, 1 hour • Cluster includes engine temperature, voltage, transmission temperature and fuel gauge. • Replaces standard equipment fuel gauge. AT161014 Tilt Steering........................................................................ 464.00 NOTE: + Installation Instructions T145994 + Average installation, 2 hours T158187 Floormat............................................................................. See Parts NOTE: • Installation Instructions T160602 • Average installation, 1 hour AT163392 Operator Manual Tether Cables for ROPS or Cab .......... 13.00 NOTE: • Installation Instructions T161364 • Average installation, .2 hours • Fastens operator manual to unit. AT178643 AM/FM Stereo, Weather Band Radio with Digital Clock forCab........................................................................... 721.00 NOTE: + Installation instructions 7158924. + Requires Code 2070, 2075, 2080 or 2085. Cab, 1 December 1998 U.S. U-5-41 DE-16 UTILITY PRODUCTS F.O.B. Dubuque, Iowa 410E BACKHOE LOADER AT176827 Two Bulb Amber Rotating Beacon and Switch ............... NOTE: • Installation Instructions T159753. • Average installation, 2 hours • Beacon orr/off indicator illuminated. AT179732 Slow Moving Vehicle Emblem ........................................... NOTE: + Installation Instructions T161433 • Average installation, .7 hours • Mounts to left rear ROPS or cab. • Removable without tools for trucking. AT164701 Two Exterior Rear View Mirrors ........................................ NOTE: + installation Instructions T148958 • Average installation, 2 hours • Vertical 16 in. radius convex mirrors • 8 in. wide and 11.88 in. long AT179587 Two Additional Rear Halogen Work Lights for Cab ........ NOTE: • Installation Instructions T161307 • Average installation, 2 hours • Requires Code 2070, 2075, 2080 or 2085, Cab. • Mount below standard work lights. T160315 Heavy Duty Suspension Spring for Operator's Seat ...... NOTE: • Requires Code 2625 or 2765, Suspension Seat. • Provides 15 percent additional capacity. • See Technical Manual for installation. • Average installation, 1 hour AT179889 Power Point for Cellular Phone, Commercial or CB Radio.............................................................................. NOTE. • Installation instructions T161565. • Average installation, 1 hour. • Mounts on right instrument console outside vandal cover. AT185468 Air Conditioning Conversion Kit ....................................... NOTE: • 4-speed, 27, 000 BTU air conditioner. • Installation Instructions T165879. • Average installation, 8 hours. + Requires cab. • Requires 95 amp alternator from parts. • Requires code 9050, High Ambient Temperature Package, orAT177706, Hydraulic or Cooler and Hardware, from parts. OVERALL VEHICLE: AT178315 Bolt -On Transmission Guard ............................................ NOTE: • Average installation, .5 hours + Recommended when operating overlarge rocks and stumps. AT179287 Rear Wheel Spacers for Rear Tire Chains ........................ NOTE: + installation Instructions T161124 • Average installation, 1.5 hours • 2.17 inch (55 mm) wide each + Includes wheel hardware. 1 December 1998 U.S. 247.00 39.00 _S40410ftr_ ij Cr C"XALZ42; 93.00 See Parts 62.00 2,060.00 See Parts 247.00 UTILITY PRODUCTS F.O.B. Dubuque, Iowa U-5-410E-17 T 410E BACKHOE LOADER (Continued) ..?_ •� .,. .... ,.. ... _...- _ ;LBS ,;�.�;KG?±;r;� 1S. PR1C�;r•:. AT161376 Rear Steel Fender Extensions .......................................... 474.00 NOTE: . Installation Instructions T148371 . Average installation, 2 hours • 5.60 in. (142 mm) wide . Cannot be stacked AT184171 Spanish Decal Kit.............................................................. See Parts NOTE: • Installation Instructions T160766 • Average installation, i hour AT184172 French Decal Kit................................................................ See Parts NOTE: • Installation Instructions T160766 • Average installation, i hour AT179728 License Plate Bracket and Light ...................................... 27.00 NOTE: • Installation Instructions T161432. .Average installation, 1 hour. • Mounts on left near of operator's station. AT180734Toolbox ............................................................................... 155.00 NOTE: .Installation Instructions T162032. • Average installation, .5 hour. • Fits into battery box and replaces battery box cover. • 29 in. long, 23 in. wide, 8 in. high AT185774 Ride Control....................................................................... 1,645.00 NOTE: • Includes installation instructions T166092. • For use on units with serial number 847907 and above. • On units with serial number 847906 and below, contact Dubuque Custom Engineering and Attachments Group. BACKHOE: AT179474 Backhoe Boom Bolt -On Protection Plate ........................ 319.00 NOTE: • Installation Instructions T161210 • Average installation, 2 hours • Bolts to underside of Backhoe boom • Recommended for rental, lease, thumbs/clamps, swingers, jaw buckets, and non -Deere attachments on couplers. AT179104 Standard Dipperstick Bolt -on Protection Plate ............... 162.00 NOTE: • Bolts to bottom of dipperstick. • Includes Installation Instructions T161211. • Average installation, 1.5 hours. AT179689 Extendible Dipperstick Bolt -on Protection Plate ............ 162.00 NOTE: . Bolts to bottom of dipperstick. • Includes Installation Instructions T161309. • Average installation, 2 hours- 1 December 1998 U.S. • ■ If JDCEC Dealer Net JOHN DEERE Construction Equipment Dealers Secure Extended Prices Secure Extended Prices IMain Menu [Feedback 11jein SECURE EXTENDED STANDARD PRICE MODEL: 410E APPLICATION: Commercial COVERAGE TYPE: New COUNTRY: United States of America STANDARD WARRANTY: 6 or 12 Months Full COVERAGE: Full Machine Select the coverage options IFULL MACHINE • SHOW PRICES I BACK TO SELECTION Please forward your comments to Webmaster Copyright ® 1997 Deere & Company. All rights reserved. DcvjG, https://jddirs3,deere.com/secure.new 3/24/00 . � BDIIC�It. December 1312000 Mr. Mark Greenspan City of Tamarac Tamarac, FL Dear Mr. Greenspan: BoacatcemvemY 25 Exhibit 1 West Far (701) 24 (701) 241--87W FU— www oohat.00m Temp. Reso. 9229 -7 Bobcat Company confirms our offer to extend to you our erase ornm�:- pricing which is based off the Dept of Defense (DP OQ Defense L g h Is Agency) Federal Contract under Contract understood that you are not subject to the ontract issa � mpett ive! agency under this contract. The DLA Federal negotiated contract. I've included the Awarded Contract page for your information from the DLA Federal Schedule. Here are a few recently received orders from City agencies in the State of Florida that have purchased off this contract: City of Altamonte Springs Town of Lantana Pasco County, New Port Richey Orange oCounty, Pembroke Orion Pines City of West Palm Beach Upon receipt of an order, the equipment would be shipped from our factory in North Dakota to the local Bobcat cd�liver the equipment and gealership in your � e n. They would then setup an appointment operator, safety and maintenance instructions. He also provides any warranty or after -sales support if needed. If you have any additional questions, please give me a call at 701-241.8778. Sincerely, Gerald J. Cordon Government Sales Manager FAD 2: 7 FAJ� 954'7,8� 908r ��� EKI'v'���]v�$ `.i`i�� �►�"�V � � � K L. V 1 w_r. Bobcat. �"Mpe The CHOI A tit WORLDN - DLA FEDERAL GOVERNMENT CONTRACT #5P0500-08-D-9033 CONTRACT PERIOD: 5 November 1996 through 4 November 2001 (Revised June 2000) CONTRACTOR: Bobcat Company 250 East Beaton Drive PO Box 6000 West Fargo, ND 5807"000 CONTACT: Gerald J. Cardon TELEPHONE #: 701-241.8719 or 8778 Crystal Stram FACSIMILE #: 701.280 7860 PROMPT PAYMENT TERMS: Net 30 TIME OF DELIVERY: 45 Days or less ADO F.O.B. POINT: Destination - 48 Contiguous States & Washington, DC COMMERCIAL CREDIT CARD: Accepted (Visa/Mastercard) TID#:38-0425350; DUNS:08-024-S850 PAYMENT ADDRESS: Bobcat Company PO Box 910634 File #10464 Dallas, TX 75391-0634 WARRANTY: 12 Months Parts/Labor on Base Loaders and Excavators 12 Months Parts/Labor on Serial Numbered Attachments 6 Months Parts/Labor on Non -Serial Numbered Attachments (Revised 06-2000) 110/11/00 12:19 FAX. 954 784 9088 Bobcat of Brotfard SALES '773 B(.)B(,.,A'!., LOAD The 773 G-Series Bobcat Loader features hydrostatic drive and is standard equipped with: TLRI:iS,10.00-16.5, Bobcat Heavy Duty. 8 Ply.)1ating (Mat:hine Width -;66") ROCKER SWITCH ACTIVATED GLOW PLUGS SPARKB� Q[:K CONTROL SYSTEM @ICS) WJFFLER ADJUSTABLE CUSHION SEAT SEAT 13.4R.: , SEAT BELT ARM SUPPORT INSTRUMENTATION: Hourrneter, Voltmeter, Engine Totnperatul LIFT STANDARD OPERATOR CAB and Fuel Ganges, Engine and Hydraulic Warniug Lights. PARKTNC3 BRAKE BOB -TAB (does not include attachment) AUTOMATICALLY A(.`I VATED GLOW PLUGS WARRANTY: 12 Months, Unlimited Houni Part Description Contract Shipping Wei Pat Net Price; Number 6717279 773 BOBCAT LOADER, with 46 Horsepower, 5105 Lbs. $15,281.00 Liquid Cooled Kubota Diesel Engine 6718638 773 TURBO LOADIM. with 56 Horsepower, Liquid Cooled Kubota Diesel Engine 5105 Lbs.515,836.00 ATi'AcuMryNT CHOICES - Sce Pages 23 -44 (:ernin auachments, Vl. *& verifb nrtor to ordering by calling 701.141-8719. r.T "uire additional lninalladon charges. 6722720 SKID -STEER LOADER OPERATING TR.ARQNO COURSE (includes S 93.00 thrwpart VHS video tape, adminisn'ator's guide, five;course handbooks. five five course attendance cortificatea, Equipment Manufacturers Institute (BUZ Safety Manual. 9977906 24 MONTH PROTECTION PLUS (Additional 12 S $56.00 Months Over Standard Warranty - 2000 Hour Limit) 1,712.00 9977911 36 MONTH PROMMONYLUS (Addition.B124 :. Months Over Standard Warranty - 3000 Hour Limit) 6705824 10-16.5, Bobcat Heavy Duty, 8 Ply Rating ; 0 Lbs, S 30.00 Flotation (Machine Width - 60") 648.00 6725077 31 x 15.5-15, 8 Ply Rating Ultra Grip Lug 'Tread 56 Lbs. (Machine Width - 72") 1,032.00 6707408 6.50-16 Solid Tires (Machine Width — 60'� 344 Lbs. "Roll Over protective Structure (BOPS) - Meets Requirements of SAE-71040•&'ISO 3471• "Palling Objects Prowdve Structure (FOPS) - Meets Rcquiremtents of SA�J1043 & ISO 3449, Level L Pdca and specifications Sutdwt to change 114%ttive 12.1-97 (REVISED &W) DLA CONT"CT i6POS00.9g-0-9033 II 10/11/00 HtSn 14:53 FAX 954 784 9088 ti �.,. Eobcat of t�B 773 d ; NPurt Deacriptioll lnl�nr I . 70eard SALES x i L " (FADER I � � ' shipping ont --•— Wei ht Net Prices 671$744 OPTION PACKAGE #1 include # ONT Ai]}Oj, , IIYDRAULICS, OPF 671874G OPTION PACKAGE #2 inch do RONTAU SWIT� 11ANDLES) HYDRAULICS, OPERATING: GII1E, AND ENGINE/HYDRAULiC STFM SWIZCTI NDTIES S HUTD0 NOTE: No Field Kits will be aveilablo to install. ! nt Aux � i 6717969 HIGH FL iOW I.�t�Y Hydra • i:8 on oxisting London AUXILIARY ULiCS ; Provides 27 GPM & 3000 PSI f lAttachrneui Opexati ' Includes Dual AttachnXal Contr Package #1 (6718744 or Op tioz (Must Order Opti- 6718739 ADVANCED HAND CONNR pckage (671874b Hydraulic Controls to %land r0 � (Convaits Foot P package #1 (6719744 or Op ' a) {Must Order Obi ti71$826 D13LUXE 1NSTR ) tioa nckage #2•(67187 SYSTSM Inc UMENTATTO KIIYLESS ST - ( Judas Help Scr ►Job Clocki Rsa17~` 6 Language Capability, System Clo that can read out in either Metric .. f 4ges Two Speed & Multipk pass l�.ocugl" Units, Hid ' lbw, 6719290 ; REAR Ai1)CIl.IARY HYDRAU, bs (ear Loaders N 6719115 w/H� Flow Auxtliary Hydrsul! . Muat'Ordor ()Pt' `QUIPPED Rim AUXILIARY y yDg p 'S ust' Order ()Pt ki #1 or #2. 671$143 '"�h Plow Auxiliary HydrauJ; : Must Order h Q "Z WITH 6719975 iiYDRAULIC DUCKBr POSITI G IncLi k>f #1 or #2. 6718821 SUSPENSION SEAT WNinyl S' �averi � ice) 6719494 DACKUP A ARM �i DAL ATTAcHMW - CONTI (Contralg ' 7 & 14 Pin Attachrrrants su Blower, S s an Ax%l& Broom; 6719861 COUNT VWMGHT KIT (Increa Mu RpC ] 850 i�,b# ; #2 67274 2 773 CATALY77 EXHAUST , 6727442 773 'TURBO- CATALYTTC i 6718749 r POWF„R DO UST PURLPIER I3TACH (Mira also 4 Deluxe Cab 6719041 (6717989) or Accessory Wire Hri HORN OPTION (6715365) :1 , 6717989 DRLUXE CAB (includes Int R aer W' crioG Foam; .Top � 6725543 and Windows, Do . SOUND CAB (Includes lnterilLbt : lElactrlaal Power PO Sliding Foam; Top & inflows u1g Sidc Windows, Dotnc ) ; 6718731 (koduc ' Noise at e'� >ilech�all Powei rt OAaratar Ear DELUXE CAB W/IMATER ) ;1 6719666 (PN 6717999) Sliding Side d Daluxr%.Cs�b + CA.B ENCLOSURE _ s and Prom Dom par). 6719326 Includes iiront Door w/Wiper & 130 Lbs. SPECIAL APPLICATIONS KIT ' `r' T°p,'Rear & j iwg Side Windows txan Top & Rear Windows) 1 l.exan Front D0 noes and'Ieattlarion. iubjcot to clip p 1 (t�V1sED 6-&) s 440.00 588.00 1,243.00 440.00 366.00 463.00 218.00 296.00 259.00 167.00 292.00 303.00 518.00 736.00 481.60 56.00 204.00 662.00 1,402.00 782.00 498.00 WED 12:21 FAX 954 784 9088 AT„ AU Certain anchmnts. r additional iusWIAtion char es. Pit" verify prior.tp:o PArt Description Number *ME ii T •• 6564951 36" DIRT BUCKET DIRT BUCKET W/6 TEETH ' 6564956 36" 6564961 44" DIRT BUCKET 44" DIRT BUCKET wri TEETH 6564961 6705239 44" LrnLnY BUCKET 4 6704519 48" UTILPI"'Y BUCKET &X;-553 6576982 LOADERS 48" DIRT BUCKET �. 6576883 48" DIRT BUCKET WP1 TEETH 6576886 54" DIRT BUCKET C+) 6704485 4$" vI'UJn r BUCKET 6576885 54" LIGHT MATERIAL BUCKET { 6576886 54" DIRT BUCKET M 6576889 54" CONSTRJIND. BUCKET (40 6716034 62„ LOwPROF" ND. BUCKET Fo "BUCKET M 6716034 6704541 54" UTILITY BUCKET 6704549 60 UITLTTY BUCKET (*� 6557599 54" FERTILIZER BUCKET 6558691 60" FERT HIZER BUCKET. 6 6715314 74" SNOW & LIGHT iMATP1AL BUCKET' M 15314 (753 Only) ""'BUCKETS WILL HAVE HOLES PREDRIL AM TO ACCEPT SiW T EM WILT. BE AVAILABLE THROUGH YOUR LOCAL DFALc1 (0) These buckets have holes prakilled to aerept bolt-04 tatting cdg46; prices and speciticadom subject b, ch..+sc Bobcat of B onard SALES NTS may require ie 701-241-8719. Sltiipping Contract yr-ldw Net Prices 139 Lbs. 143 Lbs. 163 Lbs. 167 Lbs. 185 Lbs. 197 Lbs. 175 Lbs. 193 Lbs. 273•I.bi. 264.L1ss. 235 Lbs- 273 Lbs. 289 Lbs. 4t5•Lbs. 452.Ibs• 312 Lbs. 348 Lbs. 337 Lbs. 358 Lbs. 502 Lbs. 525 l,bs. S 192.00 241.00 222.00 278.00 255.00 270.00 $ 266.00 352.00 300.00 270-00 307.00 $ 300.00 300 00 366.00 366.00 333.00 377.00 403.00 414.00 496.60. 537.00 WITH PIN ON TEETH. T HM PIN-014 Eraedva 12a-97 0wilcd 6.00) Du c0M"CT #8Mj0o-0s-D-9033 0/11/00. WED 14:50 FAI 954 784 9088 Bobcat_A#•Bronard SALES bobcat I A CH 1)eseriplien ; Number ---------------- 6716018 i� & 773 ,p n_F.Ioo 62" CONS'I RAND. BUCKBT J,.4) 6715631 6716034 68"CONSTRAND. BUCKET +) 6716040 62" LOWPROFILE BUCKF:� �) 6704549 68" LOW PROFILB BUCKED 60" ) 6704486 UTILITY BUCKET 66" tn'H ryBITCKw 6705057 72" UTILITY BUCKET 6558681 6706479 60" FERT LLM DUCK ET ) 64 66" FERTILIZER BUCKET SNOW & WGHT MATE ` x +L BUCKET 671531 715 6715315 11 744SNOW & LIGHT MAT 80" SNOW & LIGHT MATEPJ, (♦) BUCKET' (�) 6715316 90" SNOW & LIGHT MATI3R� BUCKET (�) 13UCKETY�) (773 ONLY) :3 6715631 6716023 68" CONSrR./M, BUCKET 74" CONSMAND. BUCKET f ' 6716040 671604 . 68" LOW. PROFILE >3UCKST G716049 74" LOW PROFILE BUCKET 6704486 80" LOW PROFILE BUCKET 6705057 66" LrmrI•Y BUCKET m 72" U77LM BUCKET (q, 1 6706479 6706483 66" FERTRjZF.R BUCKET 6576900 72„ FERT� DUCKBT' 66 SNOW & LIGHT MATEIU : ; 6715314 6715315 74" SNOW & LIGHT MA ' UC[ (♦) bUCKET.(�) 6715316 80° SNOW & LIGHT MATMU 90" SNOW & LIGHT MA b CKET (♦) UCKET.(•) 6716023 74" CONSM/m, BUCKET(*) ' 6709067 • 78" DIRT BUCKET 6709070 78" DIRT BUNT W/8 *LARGE: 6716028 80" I,OW PROFILE BUCKET (4f� 6715317 4. 80" CONSTRUCTTON/M BU 3 (�) 100" SNOW & LIGHT MATERIA fUCKET.(*) r.BUCK3M WELL HAVE HOLES P1MRIL, LEV TDF.TH WILL, BE AVAILABLE THROUGH O : LOCAL SBAl M These buckets Nava 110109 Prodrilled to accept b0h• ' curfm J; •edges. ' j. . Q Prlcw and MvWrUU lei. ,..tip.._.._ L N} TS Shipping ntr2cl Wei ltt Net Prices 445 Lbs. 420 Lbs. 452 I,bs. 444 Lbs, 348 Lbs. 398 Lbs. 425 Lbs. 358 Lbs. 500 Lbs. 502 Lbs. 525 Lbs, 550 Lbs, 600 Lbs, 420 Lbs. 473 Lbs, 444.Lbs. 493 Lbs. 527 Lbs, 398 Lbs. 425 Lbs, 500 Lbs, 507 Lbs. 502 Lbs. 525 Lbs. 550 Lbs, 600 Lbs. 473- Lbs. 584 Lbs. 639 Lbs. 527 Lbs. 527 Lbs. 600 Lbs: S 389.00 481.00 366.00 492.00 377.00 470.00 570.00 414,00 537.00 496,00 537.00 592.00 648.00 S 481.00 537.00 496.00 537,00 585.00 470.00 570.00 537.00 592.00 496,00 537.00 592.00 648.00 S 537.00 574,00 685.00 585.00 .585.00, 814.00 PIN•ON T M THESE PTN.ON 1 i0/11%00 WED 12:22 FAX 954 784 9088 Bobcat of B onard SALES y r a ryry }�,,�"r I'ACH �Nl SI ---� _ Shi ►a Contract w Part _._....__ Description pp Number Wci Lt Net Prices For; 873.LQADZ&S 6715631 68CONSTRJIND. BUCKET (#) 450 Lbs. S 492.Op ; .00 6716023 74" CONSTRJIND. B473 Lbs. 492UCKET (�) 473 6716028 80" CONSTRJIND.13UCKET 527 i bs. .00 Lbs. 585585.00 6716040 69LOW PROFILE BUCKET (.�) 493 Lbs. 537.00 6716043 74" LOW PROFILE BUCKET (�) Lbs. 585.00 6716048 80" LOW PROFILE BUCKET (0) 536 536 Lbs.585.00 6705057 72" UTILITY BI Jr KET (�) 6706483 72" FERTMIZit.R BUCKET - 507 Lbs. 592.00 6715314 74" SNOW & LIGHT MATERIJ .L BUCKET 525 Lbs. 537.00 ' p s2. 6715315 80" SNOW & LIGHT MAT ERLti►L BUCKET M: 55 Lbs. 9 00 671531E 90" SNOW & LIGHT MATERIAL BUCKET (�) 600 Lbs. �8•� 6709067 79" DIRT BUCKET 584 Lbs.' 3 574.00 6709974 78" CONSTKA INM- BUCKET (4) 602 Lbs. 592.00 6712895 87" CONS7RJIND. BUCKET (46) 659 Lbs: 666.00 6714029 7 8 " UTILITY BUCTM M 515 Lbs. 814.00 6712499 87" UTILITY BUCKET M •734 Lbs. 888.00 6715317 100" SNOW & LIGHT MATERIAL BUCKET (!) `• ' 834 Lbs. 814.00 "BUCKETS WILL HAVE HOLES PREDR7LLED TO ACCEPT SHANKS TEETH WILL BE AVAILABLE THROUGH YOUR LOCAL- DFA� (*)'Tbesa buckeu have holes predri lied to accept bolt -on cutting cdgat. s Tackle dozb*, grappling and levellag for cmu&wtion, Loadell 6707072 60" COMBINATION BUCKET 6706225 60" COMBINATION BUCM (W/9 Teeth) 6707074 66" COMBINATION BUCKET 6707070 66" COMBINATION BUCKET (Wn Teeth) 6714595 74" COMBINATION BUCKET: 6713759 74" COMBINATION BUCKET (W/7•Teeth) NOTi; Each Combination Bucket isshipped with a Port RelietY c4A loader the bucket will be ustd on. Priem ■nd sneaM=i1nna subtewi to ahanQe . PIN ON TEETH. THESSEI'IN-ON and landscap&S applications. 749 Lbs. 779 Lbs. 947 Lbs. 877 Labs. 870 Lbs. 919 Lbs. S1,606.00 1;717.00 1,680.00 1,791.00 1,887.00 1•,998.00 and •Restrictor that new to be metalled on E&ctive 1.7-147'(mvWW 6-00) .tu/11/00 WED 14:50 FAX 954 784 9088 !f Bobcat of Bro*ard SALE& A-1-AACif P rl Ur9crl1,ti0n - Number uSUOS mated w u t of the bucket o: ry G67a857 �a 62" EJFC'TOR BUCKET . 667a85$ GgR � BUCKET i r ' 6674859 7a" �►Bt�OR BUCKET 5 6713419 MODEL. 12 AUGER DRIVE Order Mounting Franie and Bit) • (Must also 6711874 MODEL 15 AUGER DRIVE Order Maunrtng Frame and Bit (Mus[ also 6711875 MODEL 15H AUGER AR1 it ( Be used on 864 (Must also 01-der Mounlin (Hex Shaft) 8 Frame d Bit) 67] 1876 MODEL 30 AUGER DXM e : . 6711877 order Mounting FrMa i (Must also and Bit) 30H AUGER D RAM (Must also order Moun ' (Hex Sljan) ti4g Frame d Sit) 6711901 (�des MQ b or Mod i 2,15 & 30) untigg warm 6666891 - I . 6" BIT (STANDARD AUG 'B1TS : ROUND 6b66892 6666893 9" II1, 6666894 12" BIT 1S"II17 6666895 666689G 18"H1T 6666898 24" Brr 30BIT (Model 151 20 & 30 Only) 6666899 6666900 18" " B1T (Model 15, 20 & 30 Only IBM PLANMG 6666901 BIT B1T 66669025274 6675Z74 30" P7NG "TRJjE LAN1�G BIT (Mode)15, 20 & 30 Only) BlT (Mom 3EX7T+NS7pN 6667027 14!'�ia 15. 20 & 30 Qply) 1~X j'hNSION� Va" riable . (8", 14" &. "Positio�w) a" & 14" Positions do not work" ' � �S oathe6 &g; and Bits or the 18 PAcq �d welficadws subject to chm 0 n. , ENIS ... SblpDlttB •--- •--- .�. Wei ht Contract Nct Priem 630 Lbs. $1,702.00 700 Lbs, $1,758.00 790 Lbs. 51,813.00 236 Lbs. e S 722.00 233 Lbs, aded) 925.00 233 Lbs, 962.00 ' 252 Lbs, f . $1,258.00 252 Lbs, 1.295.00 198 Lbs,' 3 185.00 , 48" UWGTH, DOUBLE FLiGM 45 Lbs. 95 Lbs. S 230.00 125 Lbs. 308.00 150 Lbs. 335.00 .175 Lbs', 396.00 250 Lbs, 450.00 ( 302 Lbs. 498.00 r 403 Lbs, 614.00 ' .. 150 Lbs. 721,00 f 200 tbs. 404.00 •asl.00 • 231 Lbs, 313 Lbs. 3$1.00 25 Lbs. 673.00 45 Lbs. 104.60 131.00 e Bit �fhcGve 12-1.gry (revtae+d ) ID 12:22 FAX 954 784 9088 Bobcat of 13 oward SALES Zbcot ,• A .� � A S .- Contract _Shipp�� llea:cription ; R►el )tit Net Prices Part Number gJEAVY DUTY "HI C BITS, 48"'.L TH, SINGLE FLYGNi� 45 Lbs. S 332.00 6674957 6�� BIT�. 95-Lbs. 415.00 457.00 6674958 T g" BIT - 12" BIT 125 �' 150 Lbs. 597.00 6674959 6674960 16F n1T :. 175 Lbs. 638.00 747.00 ..6675034 18" BTr 20" BTT 250 Lbs. 302 Lbs. 815.00 6674961 6674962 24" BIT 403 Lbs• 1,039.00 1,269.00 6674963 30" BIT 36" TREE PLANTING BIT .' :150 Lbs. 200 Lbs. 1,491.OQ 6674964 42" TREEE PLANTING BIT f .45 Lbs. 181.00 6674965 14EX EXTENSION 6662876 24" ADJUSTABLE For sweeping driveways. Sidewalks, perking lots; 1 tion and docks and warebouses. chtnent Control Kit. Rc Ltits:s Front Auxiliary Hydraulic For:9zo Y• Lbs. S 2,812.00 6905517 681, ANGLE BROOM � vyifil Attachment Coatml Ktt) . (Loaders mtut be equipped 1040 Lbs. S 3,310.00 6710550 84" ANGLE BRWM �� Atd�ohtncnt CaatrokK?t). be equipped (Losdus must r7PTT01`UACCF..S SORY PAGES: CONTROL UM, P1,gASE CO TO'� LOADER . 4FOR PRICING ON A'1-TACr t S ' ' OE (M� �O Order Mrnmtin6 Kit 550 Lbs. $ 3,441-00 6565800 905B B ACKI4 and Backlm Btd KIT (453 Loader) 22 Lbs.125.OQ 194.00 6712109 CK1iOB MOUNTING BA a KIT (553 Loadev) :: BACKHOE MO�1T11`1 25 Lbs. 6712092 = ' 61 Lbs. 215.00 6659355 8"'I'Rl3NCENt 76 Lbs. 241.00 252.00 6659356 12"TREN�G G BUCKET' 8$ ;- 6659357 BUCKET: 16" TREN ; laoco,. 12-1-97 (TrAwd 6-M Triacs arnl spectiicatlons subject to chance DLA CONTRACT 1fM500�A�-B�3� 27 10/11/00 SPED 14:50 FAX 984 784 9088 Bobcat: o Toward SALES � All EACH EN I'S Part Descriptions I Number Shipping Contract ! Wcl ht Net Prices In" ism or: 7 7 6537750 607 BAC jQjOE* (Must Also Ord Mountie { & Backhoe Bucket) i C Kit 1298 Lbs. • S 4,677.00 6538707 BACKHOB MOiJNTfNU K,1T ' ` 6718155 (Mounts 607 to 753 & 763 Loa& s) ; : 160 Lbs. 281.00 BACKHOE MOUNnNo KIT ' (Mounts All 607's to 773 Loader) 66 Lbs. 244.00 6587606 BACKHOIr MOUNTJNG KIT . (Mounts 607 S/N 77501440 & s .( ve to 863 Loader) 120 Lbs. 281.00 6715506 13TRENCHING BUCKET 6715507 J " TRENCH1Na IIUC Lrr 126 Lbs 259.00 " T.RfiNCfUNG BUCKET 146 Lbs. 6715508 24" TRENanNG BUCKET f: .173 Lbs. 278.00 195 Lbs. *54" ot1•sa Rim Option on Loader wilt ner allow 8eckhoc oust CI . 315. 00 earynca Use, t Rear Stabilizers is rccommendtd. i e ! 6532700 709 B,ACKHOE w (W/Vcrtical 3asbS izors) (Mist Also Order Moutttin8 Kit 8 khoc Bucket) I 1487 Lbs, $ 5,269.00 6595841 709 �►CKHOP+ mpo (i Down 653$707 (Must Also Order Mounting Kit & ackhoe Huelret � . 1637'L1;a. 5,787.00 BACKHOE MOUNTINQ KIT i (Mounts 709s to 753 & 763 Load `) 160 I,bs. " 6718155 BACKNOE MO 281.00 UNTINC} 1CT1' . ...+ 6587606 (Mounts All 709s to 773 LG6 Lbs. oader) 244.00 BACK140E MOUNTING KIT (Mot nts "All" ' 709s w/Fold Down Stabllizats: & ,(9's Verti 120 Lbs, 282.00 S✓N 27001200 & Above to 863 L ) cal;Stab' . ' 6588900 8709 BACKHOE* (W/Fold Do (Must Also Order MountingKi wn m) 1640 Lbs. 5,7$7.00 6726302$ khoo Bucket MOLWrlNG KIT (Mounts 8709 to 3 Loader). ) 31 L I . 189.00 6536300 81113ACKF10B+r I (Must Also p Mountie 2012 Lbs. 6,157A0 6535898 BACKH05 MOiJN W(j KCT t & 8: khac Bucket) (Mounts 811 to 863 & 864 T.oader 120 Lbs 6715673 ) ; { 281.00 BACH013 MOi1N1'Il�1Q K1T , (Mounts 811 to 9631,)ade+r) 1�0 281.00 Use of Rear Stabilizers is Tecotnme` with these Bac i s (See page 29 for Part Nurnbeulirices) Prices nud "ititativns subjeet to a,W,re P.t>bcdve 12-1.97 (revised &.00) D1.A CONTRACT OP65W9 7R ' 8-D-9033 •10/11/00 WED 12:22 FAX 954 784 9088 Bobcac 41 � ATI ACHM Part Descr1p iun W Number 6715500 13" TRENCHNG BUCKET 6715501 16" IRENCH NG BUCKET 6807530 l8" TRENCHING BUCKET . 6715502 20" TRENCHING BUCKET 6715503 24" TRENCHING BUCKET 6715504 30" TRENCHING BUCKET 6715558 36" TRENCHING BUCKET (911 & $709 Only) 6715550 39" GRADING BUCKET (S I L& 8709 Only) For: 709, §11 & 87 9 ]JACIMES 68060.08 FROST & ROCK RIPPER (Used to Pcnetwe & Scarify Fiost or Hard Ground) roves baekboo verfam=ce for more diRAina capability. Also as9i EQr: 713. 763, 773, 163 & 873 Loader . 6711752 QUICK-TACH REAR STAEII.IZER** (753) 6711754 QUICK-TACH REAR STABTLVW..* (763) 6718574 QUICK-TAa-T REAR STAB11.17--**-(773) 6719594 QUICK-TACH REAR STABIL MER** (863/864) 6719820 QUICK-TACH REAR STABILIZER** (873) rrMUST ORDER REAR HYDRAUIICC Krr TO 1NSF u **SEE LOADER OPTION/ACCESSORY PAGES FOR pJt Eor:963 Larder 6715519 R-ARMOLTN71NG FRAME** (Nceded to mount Rear Stabilizer and Rear Scarifier Teeth 6567688 REAR STABILIZER PAD (Pico to Rear Mounting Frame, PN 6715519) . 6567687 REAR SCARIFIER'(Includes 2 Depth Guldcs and 4 teeth. Pius to Rcar Mounting Frame) "*installation of Rear Mounting Frame rcquires Roar Auxiliary Hydraulic s'-;:; and SALES NTS Shipping . 149 Lbs. 169 Lbs. { 183 Lbs. ;j 196 Lbs. 221 Lbs. .249 Lbs. 282 *Lbs. 276 Lbs, 195 Lbs. ;e Syslcm Required) Contract Net Prices 311.00 333.00 352.00 352.00 377.00 426.00 470.00 463.00 S 366.00 :in leyelingthe loader ov hair n to rziu. _ d% 240 Lbs. S 756.00 240 Lbe..• 756-00 '40 Lbs. 837.00 240 Lbs. 756.00 240 Lbs. 756.00 TABTLI7.ER TO LOADER 7NG ON REAR AUXILIARY HYDRAULICS. 425 Lbs. S 1,582.00 IDepth Guides) 112 Lbs. 231.00 90 Lbs. 308.00 963 Loaded Option/Aoecseary for Pricing. pricer and 1cotncotiow ■ublat to "149 *r t2,c-s7 (revised 6-00) LA CONTRACT OP0500-R434o39 29 :� 10/1'1/90 WED 14:49 FAX 954 784 9088 '� i�radl�rrs� FRrt Number 1]escription Bobcat of Al ITACHM Pr oeard SALES . g UNTS a Shipplug. '-' —. — ContrAct ._ weight Net Prices [r.1 For movin 8 bulky or bagged material,`blocks, building mati rig1; sod or other pa.Mwd materials, 6712927 PALLET FORK FRAME (Less Tgctb) ; . 200 Lbs, $ 241.00 6540185 30" PALLfiT FORK TEETH (Set pjf 2) 130 Lbs. 239.Q0 6540184 36" PALLET FORK TEETH (Set jg2) 147 Us. 258.00 6540183 42" PALLET FOrK'rEM (Set of 2) .164 Lbs. 265.00 6540192 48" PALLET FORK nET7i (Set .ik 2) 1 181 Lbs. 280.00 .i 6713658 PALLET FORK FRAMS (Loss Teeth) ! . 470 Lbs. $ 648.00 6541521 42" PALLET FORK TEETH (Set )f 2) 214 Lbs. .293.00 6541518 4 9 " PALLET FORK TEB11.1(Set of 2) ? 238 Lbs. 308.00 Eq:_ 153, 763. 7D. 863, 864, 873,..�¢3 6905492 42" HYDRAULIC PAL.LLrT FORX Ones. Back Frame & 2 Hydraulically Adjustable Teeth) 6905425 48" HYDRAULIC PALLET FORD (Inca. Back Frame & 2 Hydraulically Adjustablc Teeth) Mulches small branches in �aolings; cuts througt — Requires Loader to bci cguipped with Frout 73 ' 6714670 60" BRUSHCAT ROTARY C" i� 3 863 6557905 THREE-POINT HITCH (Cateror j : 1 ") :f �i i • Priecs and specifications wbjccr to change 1i 30 590Ibs. S 1,536.00 600 Lbs. S 1,591.00 ickest grass and bnv& Hydraulics. 1400 Lbs. $ 3,626.00 II s 125' Lbs. 3 227.00 f Woctive 12-1-97 (reviled 640) DL A CONTRACT OSPOSOO-98-D-9033 /DO 'DYED 12:23 FAX 954 784 9088 Bobcat of SALES Part _ Description Ntunbor To Grapple to be 6rdcrM with either utw ..ki For: 453 hoadm ` 6711758 FARM GRAPPLE (Fits C\ n-O nt Utility Forks at Utility Buckets) FQx.. 55 an, 76L 773, MAMILM&D 6711760 FARM GRAPPLE (Fits Current Utility nonce or 6T', 68", 74" & 80" Low Profile Duckets & Consttucti* For moving loose straw, hay or mlmue. (B.ottom fines 6704499 36" UTILITY FORK (5 Tooth 6704509 44" UTILITY FORK (6 Tooth) r . - 6704309 48" Ll'I'IUITY FORK (6 Tootba 6704310 54" UTUX Y FORK (7 'Tooth) 6704310 54" UTILITY FORK (7 Tooth) 6704311 60" LmLITY FORK (8 Tooth) 6704312 66" LM rIY FORK (9 Tctodi). 6704311 60" UTILT7Y FORK (8 Tooth) 6704312. 66" UTII.ITY FORK (9 Tooth) 6706241 72" UTILITY FORK (10 Tooth) 6706241 720.UTHM FORK (10 Tooth) Pricy and speciticadons subject to chaOr 3.1 N'rs Shipplr►8 _._. - Contract Wra4ht Net Prices rks or Utlli Buckets 65 Lbs. 137 Lbs. �uckets) alal>v used with Farm 133 Lbs. 156 Lbs. 251 Lbs. 277 Lbs. 277 Lbs. .303 Lbs. 332 Lbs. 303 Lbs. 332 Lbs. 375 Lbs. 375 Lbs. Ian. $ W-00 529.00 Rated above. S 255-00 296.00 303.00 344.00 344.00 359.00 370.00 359.00 370-60 426.00 426.00 t3Nac ive 12-1-07 (reviled ! DU1 CONTRACT #3?05 oai8-O-W33 • 1onvoo WED 14:49 FAX 954 784 9088 Bobcat,_, Broward SALES rf , C Part IiesCrt�ltllltl Number For the hard -to -manage, heavy and odd -shaped materials like ReQuires Loader to be equipped with i 67065" 60" INDUSTRIAL DUCKET GR A}PPLi? i . 5 7Loaders 6704770 66" INDUSTRIAL BUMET 01:LApPLE i 6714255 66!L MUSMAL FORK CRAPPj.E (WC7 Tines) 4,M-I&Rdgr- 6714561 72" INDUSTMAL 13UCKET GRAPPLB 6713716 68" INDUSTRIAL BUCKET GRA"LE 6713744 78" DMUSTItIAL P'ORK GRAPPL� Nam: Ewh IndusWal Grapple i3 shipp.6d with a Port Rand on caeh loader the Grapple will a used on. Sayan foot. six -way hydraulically cautmIled MOM' rd For use with wires Laadar to be a uiTad with Front Auxiliary H t 6578027 0 6578506 GRADER (Must abo orb Attachme>�t Control Kit) G Shama SCARIFIER (Albwbes to (trader Framnkff e; Lcludea i ♦.FOR PIUICING ON ATrACHME,N'T CONTROL K7 S, PLEASE (i0 TO •rim and Spadflwtians sub)ect to change a 32 NT S' Shipping �(:ontracl —� Diet Prices tiaetnl, construction debris and recyclable paper, Auxiliary Hydraulics. 790 Lbs. S 1,806.00 845 Lbs. S 1,902.00 845 Lbs, S 2,220.00 872 Lbs. $ 2.072.00 1043 Lbs. $ 2,405.00 .1200 Lbs. 2.997.00 'c Rmtrictor that needs to be ins4illed iscapim& a.q&4t concroto.. ground application. °dies & Aaachment •font mi xiL 1180 Lbe. $ 4,055.00 '. 170 Lbs. 304.00 OPTION/ACCESSORY PACLS. Mcadve 12.1.97 (revised 6.00) bl-A CONTRACT NSPOS00.9A-Q9033 oo WED 12:23 FAX 954. 784 9088 . Bobcat of .a Toward SALES AI AC:1111�.� I�(�,S Part ... Description . Vnmhnr Shipping Contract Weieht Net Prices powerful demolition tool features 8 two-poaitiotl mounting ftnmc vertical and borizontal breaking. ReMuires Loaders to'be equipped --with Froa(A H draulics. For: 451, 5,osderj:. 6707020 1560 IYDRAULIC BR%AKSR w/MWIPoint (Also need to order 2-Position Bob-T2eb Frame) 6711707 TWO POSITION MOUNTING FRAME '•. . (453 Only) (Includes Hoses, Quick Couplers and Moon. 6711684 TWO POSITION MOUNTING FRAME (553.753) (Includes Hoses, Quick Couplers and Mounting For: 253.763, 773_LoadM 6715733 2570 )iYDRAULIC BRF.AYCER" w/Moil: Pont (Also Need to order 2 Position Sob -Tack Frame or I F 6715735 3570 HYDRAULIC BREAKER" o"/ Moil:Poiat (Also Need to order 2-Position Dab -Tack Fr;une or 1225 Lbs. 1315 Lbs. 360 Lbs. $70•Lbs.' dountin4$ 490 Lbs. c)dh Mounting Kit) 6711684 TWO POSITION MOiRVI 1NG FRAME - (753 - 873) (Includes Hoses, Quick Couplers attd Moubtirig 360 Lbs. ardwaro) 6711715 BAC KHOE MOUNTING KTT (Required for Mounting. i' 24 Lbs. 2570 & 3570 Breaker to 709 or 811 Backhoe4) (Ittcludas ' Homes, Pins, Bushings, Spacers a led Mouimu—Hardwere) :I (Must also Mader H.ydmulic Kit 6712030.6r 6112033) 6712030 HYDRAULIC K1T (709) (RoquiW fqr Operating 2570 :- :: ?0 Lbs. Hydraulic Break= on 709 Backh6c wives mounted W 753, 763, 773, 863 or 3570 on 709•w1bt mauinted ; • 6712033 to 763, 773, 863) HYDRAULIC KIT (611) (Required for Operdting 2576;; ; 20 Lbs. or 3570 Hydraulic Breaker on 81l Backhnc) Eor• 763, 6717546 7 73 Unders 5060 HYDRAULIC j3REAKBR" w/Moil Point . 940 Lbs. (INCLUDES A Single Position Frame) 6711665 6560 HYDRAULIC BREAKER" On* Single Position.:: ;: 1159 Lbs. Mounting Frame, Conical Point N d Hoses) * Special Applications must be used when operating the:Bob-Tack mountO b (BREAKER TOOLS ARE AVAU ABLE THROUGH THE LOCAL DOBCA' Prices and Wiflcado►u subject w change ' S 3,330.00 533.00 670.00 S 4,977.00 -5,902.00 S 670.00 163.00 426.00 463.00 S 8,880.00 $11,470.00 E(fecdve 124-97 (frAFW.") DL.A CONT AC1' 0056p.98•D•9033 •10/11/00 WED 14:49 FAX 954 784 9088 Bobcat of froward SALES G A 'tTA C' E N- T 1 Part Drscrlptiori— Number Shipping Coati -act Wei ht Net prices MW To grade, level, scarify and pickup rocks asul debris in one pays, ;ttlenl fo Re Hires Loaders t( bee r Hip cd with IC t Auxil ground preparation in seeding or sod. iarY Hydraulics. f P7 - 6709107 I.4.NDSCAPE RAKE, 5B ` 1170 Lbs, $4,588.00 67I0630 LANDSCAPE RAKE, 6B ; . 1300 Lbs. 4,921 00 To te rocks and debris. grade, level, 811- even tears Pulverizes dirt clods while keeping rocks and L—_R:riaf, s Loaders to be a ui with Froat Auxi11 f r g G7o9251 72" POwER RAKE (Must also Order Attach mart Control Kit) *FOP, PRICING ON ATTAOMENT CONTROL IDS, PLEASE (30 ' . "". Sifts soil to romavc 1as a ellunks �d rocks. Gin cariiier can be used to break � i 6906115 ,, ti 78 LANDPLANE LEVELTNQ ATTACIIMBW (lncls.Chisel Tooth Scaritiar) r' 6719898 72" ECONO LAN13PLANE LEVE.LINQ Fric" And vc itka6ms f,bj,, co change :old sod. Ida a' for seeding or sod work. 4is'ahead of roller action. ZauJics Sad Attac)ur eut Contra, Kit; 865 Lbs. S 5,365.00 !7"IiE LOADER OPnoN/AC,cEsSORY PA G8S. toads af'dirt to till low areas. 660 Lbs. a 6.10 Lbs, S 1,229.00 S 1,154.00 i Pr ctive I2-1-97 (revt ed (-M% . •10/11%00 WED 12:23 FAX 954 784 9088 Bobcat otjB SALES 1 AII AI — . �4 Part - � l)ercription Number Used to g 3LudM 6563526 FRONT MOUNT SCARIFIER Used to remove netted on materials 3 6 3 6675211 SUPER SCRAPER N "I' J Shipping Contract welAt Net Prices p and for di or landsca in f . S 481.00 350 Lbs Brow ice mounds and floor the removal 225 Lba, $ 666.00 i• clrl Perfect' f T dewalks, driveways, finish work and Mix. =13port and dump Concretemore y� I.oadetL. t be equipped wilt the footing &floors of small" buildings. Httrntss. 1(S) and a RMo Attachment C.ostznl or 0 Bobcat Interlock Control S stom 6716785 CONCRETE N�� to Anackm�t Control (RAG' (Must also order Rena I - REMOTE ATTACHMENT CONTROL (RAC) HARI�E b71 b566 will be �aurred� .� A&[itlonal installation ChBr$p i , RAC Harness to the loader. r **Loaders mush equipped with the Bobcat Interlock I�Ontrol syst0r"XW Cornetts as an interface between the.;Bob-Tara and the buck4';:: D11 drains a 'ditchos .wlth •tits Loaden 6725262 TELT-TATCH (Use of Tilt Tatch will reduce OperatiuS Capacity sn�j4 thou %U @rA to 6248 : itiirer and specifico 1U �•: :35, �;- 660 Lbs- $ 2,553.00. is if using on aii F-Series Loader) 10 Lbs. ' 333.00 local Bobcit daalcrshiP to inU11. right or left 15•degrees Harr► Ceuta. bucket �20 Lbs. S 1,332.00 goad by Approx. 20%J Jsll movs 12-1-97 (TVAU4 640) DLA CONTMCr NsP05O"I-Dw"33 VIED 14:48 FAX 954 784 9088 Bobcat of oward SALES 4 i A ��_" FACnJ'�l P:trt Description Number NJ "S shipping �- Contract Wi4pt Net Prices For repairing cancretc or asphalt pavement. itiequires Loaders to b u' d with Front Auxil" II~ draulios. i r Ear; 753. 7Q. 723, 863oader 6905366 14" PLANER, Standard Flow (Includes Manual Depth ;. 1520 Lbs. S 6,068.00 Adjust, Hydraulic sideshA 14" All Purpose Drum and H ): 6905975 WIDE ROD KIT FOR 14" PLANZ R is 15 Lbs. 148.00 For repairing concrete'tir asphalt pavement. Li3 crs must be eqt.:-Xit h High FlowAuxiliary Hydraulics & Attachment Control Kit and 963 a iti d with Case & Attachment Control Kit. 6905792 16" SURFACE PLANER, Hydraulic Depth Skid Adjust (Includes 16" surface dnvu & hose (Loader must be e 6713410 IS" PLANER, Hydraulic Depth Skid Adjust (Includes E (Must also order Drum & Loader equipped with Attach 6717217 2=4" PLANER, Hydraulic Depth Skid Adjust (Includes E (Must also'order Drum & Loader equipped with Attach 6716451 GUIDE ROD KIT' (FOR 16" & 18" PLANERS) 6905199 GUIDE ROD KIT (FOR 24" PLANER) 1217UM_9MSD1S FOR,�9,�,18r 6905178 2 W' SLOT CUT DRUM (w/21 Bits) 6661408 6" ALL PURPOSE DRUM (w/32 Bits) 6658181 8" ALL PURPOSE DRUM (w/34 Bits) 6659192 12" ALL PURPOSE DRUM (w/40 pits) 6905404 14" ALL PURPOSE DRUM (w/46 Bits) r h N" _ ch 6905660 16" SURFACE? DRUM (w/217 Bits 6715340 n tan 1 16" FAST CUT ALL PURPOSE DRUM (w/47 Bits) 6715339 16" SMOOTH CUT ALL PURPOS9 DRUM (w/84 Bits; 6715596 18" FAST CUT ALL PURPOSE DRUM (w/47 Bits) 6716839 18" SMOOTH CUT ALL PURPOSIE DRUM (w/84 BIte, i N- i 6716197 24" FAST CUT ALL PURPOSE DRUM (w/94 Bite) 6716198 24" SMOOTH CUT ALL PURPOSE DRUM (w/124 Bi "963 Loader must be equipped wlih the Case Drain Kit (See 963 Loader Option/AcccssOry page for pricing) . Pttcos and spaclfteWom subject to change i dydralliie- 021k AMI!* ,L, 1685 Lbs. $10.730.00 )ed with Attachment Control K.it) 1.1320 Lbs. $ 6,808.00 Control Kit) 1:1459 Lbs. • S 8,288.00 Control Kit) .15 Lbs. 16 Lbs. '95 Lbs. 165 Lbs. 189 Lbs. 245 Lbs. 260 Lbs. 365 Lbs. 266 Lbs. I , 322 Lbs. 285 Lbs, 340 Lbs. 149.00 148.00 S 666.00 1,036.00 1,073.00 1,295.00 4.577.00 4,577.00 1,702.00 2,146.00 1,739.00 2,220.00 • 400 Lbs. 2,664.00 460 Lbs.' 2,960.00 rid Attachment Conmol Kit, PN 6712820 P.fraative 12-1.97 (whied &W) bLA CONTRACT 113P0500-"-D-9033 ' WED 12:24 FAa 954 784 9088 Bobcat of.$ coward SALES e 1f�1 a ~'�1 TA �/�i L[�� 1 `tl V Shipping Contract �7<rt Description { i': • ; ; : Waiht Net Prices Number a .: Sweeps and Collects debris in one pass. For sptcading sand ar scrap in in Ideal for sweeping parking lots, warehouses a' docks or cleanin u halt or concrete. Loaders roust ba d witb Front Auxiliary Hydraulu s- Rnr: 553.75 X,Qgidea i• . 745 Lbs. S 1,643.00 6707826* 54" SWEEPER (With 27 Poly:Brisde Section;) EQ 8` i° 79$ Lbs. $1,791.D0 6707144* 60" SWEEPER (With 30 Poly Bristle Sections) h w.. $ 910 Lbs. $2,013.00 6707837* 72" SWEEPER (Ninth 36 Poly'Btisdc Sccdons) l 145 Lbs." S 722.00 6714219 GUTTER BRUSH.--- a ;.; , � _ front hood guar t{ie bristles. '''Can only be used on Bobcat Swcepers with the adi 1 **Cannot be used on 553 Loader. "*Additional installation will be incurred through t1i'lo-,b Dealership. Travels either forward or reverse and totates in a 01 or counterclocicwise direction . L.aaden must be equipped iwith Fron /�c ' H drnulics. :71 -1 6662801 TELLER, 52" ROTARY (6" Depth Max.) � for:t. 660 Lbs. S 2,827.00 ° S 3,404.00 6710547 TnIMt, 68" ROTARY (6" Depth MMX) 765 Lbs, Used at3ar Utility vrork-such as sprinkler. of i`.lints bave boats installed. rri�i • •. n . Comes standard w/4 W' Pad 8t co u to.8 wide. 6905277 TRENCH COMPACTOR ( '-; 148,5 J-bs. s a,44o-°° Pricand spedlications subject to change ;.: a Blrealve 12-1-97 (revised 6-t)O) es DI A CONTRACT MSP05oo-9s-D-9033 37 I - 110/11/400 SPED 14:48 FAIL 954 784 9088� Bobcat of Broward SALES � A r1 7 A (' V NTS !'Art i. _ Number ShiPPinR W�,Ontracl ` ....� eis,.— Net Prices 68p742 LT203 T� RENCEiER w/Manual Sidesbi ft. ' (Includes 3' Boom & Must Also Order Teeth & Chn' ! i b7p Lbs, S J 7 D2.00 6711716 a t• Double Standard Chain (Y Dm 4Cup T. ~' eeth in Singla Standard Pattern)) : ' 82 Lbs. S 296.00 6711717 Double Standard (ham (3' Depth, 6" Cup Teeth in Single Standard Pattern) .: 82 Lbs. 6711719 Double Standard 352.00 [.7tairt 3' D Carbide Teeth in Double Standard Pattern & Cu b8p7096 ; : 92 Lbs. Single Standard Chain 3' Depth : ! 6a8.00 (, 4" Cup Tenth iA I Single Standard ,pattern) 82 Lbs. 259.00 68Q6909 s ' LT3A4 TR>rIVC1iFR w/Manual Sideshift• i (Includes 4' Boom & 6" 'matcher Cleaner& Must Alsoi 9601,bs. S 2,294.00 Order ;Teeth & Chain) C 6807563 Double Standard Chain 4' D04- in S'* Standard Pattern le Stan °�' x 6807565 6 Cupp Teeth . ( , . � . Double Standard Chain (4')Depth x 8'- Cup Teeth S t07.00 6807567 'ASilo Standard Patterst i' 463.00 Double Standard Chain (4) Tecth in Double Standard Patter,,) x 6" Cup &Carbide I 6807569 Single Standard Chain • 1,110.00 Teeth is Double Standard pattern) Carbide Cup `� Carbide ! 1,1$4.00 73 • I Y 6707051 LT405 Ti�ENCFMR (Includes Adjustable Boom ** Setup at 4'• Double Standard ABF Chain, Hydraulic Si 15Z0 $ 6,105.00 6" Trench Clat+Aer, Iloses &Couplers) (Must Also Order 6705668 CDp TOOTH Y T j 6705670 CARBIDD TOOTH KIT - SD)E MOUNT 6705669 SPACER KIT S 243.00 6573592 TRENCH CLEANU ADAI�g� g" + ! 1,35J.00 6573589 ��-- 313.00 6705673 �� �"'ER ADAPTER, 12" 28,00 6653314 DOOM DUID19 ASSEMBLY( Needed for 5' Dig Depth) t0.00 DOUBLE STANDARD ABF CHAIN E,XTENSI ' I84.00 � �4 (For Additional 1' Di De UN ��— 00 "'le 93 1T pth) 89.00 Rear Awdlia y Hydraulics and Secondary Auxiliary Hy ' ;t he to operate LT405. Him Depth oil 6" Carbide 3�, 41 or 5" 1' Clip TooI 8" or 12" 3 , aor 5' 1 Carbide 3' or 4' 1 Cup Toopricer and spedtieatiorts subjoct to Chang. icit r,,. ,J_I —.... . . WED 12:24 FAX 954 784 9088 Bobcat o. B oeard SALES % Zobcot r•1"T e Shipping; Contract ('art [leecriptiut► :! ' ` Wei ht Net Prices Number :!• Emm be achieved with a High Flo.v LoaBers with g 8 GPM will Optimum perfarcneuee will , operate the ert btik with a lower. 'tee level. For 773. 980 Lbs. $a,s88.00 6808034 Sao MjW ORMBR be with im Attachment Control 1Cii) (Loader must equipped RMIRRU halt jobs: Lroadaa��Us . e with Frant A Hydraulics. For fl atw tree and atchaork cam. i:> f 6710548 7 r� 48" VIBRATORY ROLLER WFPADDED DRIjM ". I '4420 US.S �103 5,402.00 5,088.00 6710631 48" VIBRATORY ROLLER W/SMOoZ>E1 DRUM a ;..: SHELL (Fits over Padded Drum) ;.� :1 Lba. 315 Lbs. 535.00 6578030 48" SMOOTH 1! 1 • 6710549 72N VIBRATORY ROLLER w ADDE7 DRUM OOTH DRUM 2630 Lbs. :1�70 Lbs. S 6,290.00 6;1'42.00 6710632 72 VIBI ATORYr ROLLER W�SM ' . ':! gyp' • .. . • 753, 6717597 INO SOPPh`R MODEL 25 DUMP res arc not 04 Tins. Til� i Dumping Hopper) S 2,775.00 (includes 8.5 x 12 Heavy Doty i ' •.S per• ! 1.:• S ,I : Pricy wo speciticadow subject to change: :� ' live �( �{gpp;pp.gg•D-9033 39 i •1011d00 WED 14:47 FAX 954 784 9088 . Bobcat of 1 r 4 1 AIJACIII Part Number Description rohard SALES i 1 I ENI S Grinds brancheS, trees and l�bteu hicb in turrl! ed Loaders mustipped with .1 1 671912q 5A C WPF,1t,r ; (Loader roust be equipped with Remote Attachment CI n p'4 &V-_V3. 863. JtiKd Q-F,2 v 6717395 8A GRIPPER*w a e (Loader must bo equipped with Remote Attachment b716566 REMOTE ATTAQgaNT CO Additional Installation charges will be ttcul� CONTROL (RAC) HARI i Deatlership. 71u RAC Harness has to be rhmul installed!ro t "'A'aders=ILWequipped with the %bcat Interlock Allows the Operator to cut tin sod to the desired len Prevents sod from uaro d trash m Loader rnttst be 6717499 SOD LAYER e Loade" e4UiPPed with an Attachment Control + FOR PRICING ON ATTACIAtENT CONTROL KM, PLEASE GO 6905206 SOD ROLLER (Add.oa to tht Sod Layer) (CamPreast:s sod after it has been its fled) Pdc" and OP Ukadoeu Subjm to elwn&s w,,hout noks Shipping braath volume 1p 1235 I bs. S),arem:& DICS Syskm) . . 1700 Lbs; to local Bobcat 1 4trol symre (BICS) 3 Contract Net Prices S 4.806.00 $5.916.00 333.00 i:� the uisido�at the cab. diad wit?t Attachment Cmhnol Ait • 700 Lim $2,886.00 iE LOADER OPTION/ACCESSORY PAGES 685 Lbs. . $ 8$8.00 C'I* iW 12.1-�7 (rsrire0 tS-W) ]LA CON RArT AKIPmAn-ne v% WED 12:24 FAX 954 784 9088 Bobcat o .D oword SALES CI ��NTIL . A TT A WclRht K _ Net Prices A fret can7cd�ug,bwuPlanced or acka 'e!- Loaders rriusi p.e `ui cd with Rear Stabili�.cn. For: 63 8 LUAU ; �I• <: ' k370 Lbs. $7,008.00 6719730 30" C010 TREE SPADE a • 1j370 Lbe. $7,008.00 6719731 30" MODIFIED -TREE SPADE: 1370 Lbs. $7,008.00 6719732 30" ,1T LTNCATED TREP SPADE ''' �570 Lbs. $7,518.00 6719733 341• CONE TREE SPADE a 1570 Lbs. $7,510.00 6719734 34" TRUNCATED TR>:E SPADE r Eor 77 90 (� ' • " �::' S7,885.00 6719735 36" MODIFIED TREE SPADE 1770 Lbs. For: 963 Ludt I $10,223.00 44" CONE TREE SPADE 1 ZD Lbs. 6719737 ` 2050 Lbs. S1U,223.00 671973441mODIKED TREE SPADE ., & Raveise to &.j stumps. Transplants Digs is Forward ��� soil, ete. . Bart,mots tries & Shrubs. Pv%i"" radts, S 681.00 r � �75 Lbs. 6719754 12" DIGGER :i 285 Lbs. 681.00 6719755 16" DIGGER .� � 10 Lbs. 681.00 6719756 25"DIGGER ''' � � 327 Lbs. 718.00 6719757 30" DIGGER 345 Lbs. 747.D0 6719758 36" DIGGER aSWon the pump . it yo4 need it No hors naod fat wheelbaffOW , Attaches to cithcr side of your Bobcat loader to p. Aleries" Loader. F-Series L°ems must sbave�is, clwtea, mnd buggies. Includes a Rcmote Control Barn �ed with an Amchment Conuol Kit purchasa the Remoote Control Hamcss, PN'6716566. loaders moo: bc;rxluiFp and have the Bobcat intmlock Control System (BICS). Can bva* wA both Front Auxiliary Hydraulics and HiCh Flow Auxiliary Hydraulic Loaders. (3iobse a H' g L � for optinwm perfortrm=- For: 763.21 Ron 6906014 CONCREM PUMP a f 940 Lbs. S 14,430.00 MCRIMELM ACCESSORY $ 3,263.00 6906079 DELIVERY SYSTEM KIT (Incls 5" Elbow, 5" redu • , F F105e, Sroel Lines, Couplings) Prfca and Spec subject to chrnaa without nodes `I I �tLA CO Effoctfvt tMfRAcT #m 4$ soo 96-Q9033 41 1: 1-10/11,/00 WED 14:47 FAX 934 784 9088 Bobcat of Broward SALES A rf I'Acwm "ATS Part Description Shipping. Contract Number .:'Weight Prices Removes light oriziodcratcsnow from sidewalks and drive ays., With Optional End Wing Kit, the Blade becomes a high production snow Rusher; ideal or.pwidngiota and er areas. Eor: 553, 753, 70s M Maders 6905156 72" SNOW BLADE wflMR ANGLE 665 Lbs. 31,221.00 Fol:*, 253,763.7§& 271, E63,873 Lgaden 6716936 84" SNOW BLADE wAMP, ANGLE 705 Lbs.:- $1,351.00 6716834 END WING Krr (Converts Blade into Snow Push") .95 Lbs. 133-00 For: 163,173 Loaders 6716838 96" SNOW BLADE wMMR. ANGLE 745 Lbs.:'. $1,406.00 6716934 END WING KIT (Converts Slide into Snow Paslw) 95 Lbs. 133.00 FwMwes a six -way 4ustable blade with electric -over -hydraulic controls & reversible 3 "Piece cutting edge. Designed tOpush and out soil sod and yel. Loaders must be with Front A irliiy Hydraiilics and-,Attacharent CoMol Kit. AMW X Are, ?53,763,MjI63jj873-IAadM 6716991 . 80" 6-WAY DOZER BLADE For: afilfifij.-87.3 Load= 6905175 90"'6-WAY DOZER BLADE Pricy and qw4c4d" subject to chmip 900 Lbs.:: 1037 LbiL $2,405.00 $2,60.00 Effecltw i-1-1-97 (mid 6.00) DLA CONTRACT NSPOS00-98-D-9033 WED 12:25 FAX 954 784 9098 Bobcat oj,B ATTACO; Number ----------- SALES FNTS Contruct Net Prices rbe equipped with-Fi6nt AuxiliaryLoadersmus. 11Y4 11"ol j md Attachment.Control Kits. Lath Blower hasROtator and Deflector. For 753 6673248 Loade'rs LOWM 550, Width MODEL 1812 SNOWB 101 .bs. A40 Lbs. $2,796-00 2.796.00 6673251 MODEL 1812 SNOWBLOWER, 61" Width MODEL 1812 SNOWBLOWER, 6T'Width A70 Lbs. 2,860.00 6673256 6673260 MODEL 1812 SNOWBLOWER, 73- Width rOO Lbs. 2,934.00 F2r: 763,.Mj 6673254 Dude E MODEL 1812 SNOWBLOWEP, 6 1" Width t.. 1 040 Lbs. $2,786-00 2,860.00 6673259 MODEL 1812 SNOWDLOWM 67" Width nW .:I 070 Lbs. .?DO Lbs. 2.934.00 6673262 MODEL im SNOWBLOWER. 73 idt� Dr: 773 6673264 High fl0vy-1,00drar MODEL 2118 SNOWBLOWER, 61"Width 11080 Lbs. : S 3.774;00 -3,211-00 667327-0--- WB WE ---------MODEL 2118 SNO LO ft,_6T'*dth' *wt 1120 Lbs . .___ ____ .1160 Lbs. 3,848,.00 6673276 MODEL 2118 SNOWBLOWER, 7.3" . 4 MODEL 2118 SNOWBLOWER, 85" Nyidth fi!, , . . 1200 Lbs. , 3,922-00 6673282 6673292 MODEL 2418 SNOWBLOWER, 73" Width ;:: . 200 LbL 240 Lbs; 3,922-00 3.996-00 6673297 MODEL 2418 SNOWBLOWER, 85" Width For: 863. 6673257 .3 Loadgr 87 MODEL 1812 SNOWBLOWEK 67" Width : .'.' lll�_,: j I i70 Lbs. , 'tOD Ilm' 2,860.00 2,934.00 6673261 MODEL 1812 SNOWBLOWER, 7VWid'h MODEL 2118 SNOWBLOWER, 67" Width 120 Lbs. 3,911-00 6673272 6673278 MODEL 2118 SNOWBLOWER, 73" Width 95 WidthIi 160 Lbs. 200 Lbs. 3,948,90 N922.00 6673284 MODEL 2118 SNOWBLOWER. For: 6673261 MODEL I812 SNOWBLOWER. 7,V width L. P J: . i 160 Lbs. S 2,934.00 .3,949.00. 6673278 MODEL 2119 SNOW'BLOWE!& 735' Width MODEL 2118 SNOWBLOWER, Wl Width �200 Lbs:' 3,922.00 6673294 • For-, 863,864.873IL-eadergF4 6673294 Uj_ __cd_:wfthHiP_h Flow MODEL 2418 SNOWBLO)M 7319 Width :1 F, 11 HydraijUca �200 Lbs. $3,922-00 3,996.00 6673299 MODEL 2418 SNOWBLOWER,85" Width 1240 Lbs. F9r; 963 6673286 Logder MOD EL 2119 SNOWBLOWER. 851, Width ::i .. J 1200 Lbrs. - Lbs. S3.922.00 3,996-00. 6673301*6 MODEL 2418 SNOWBLOWER. 85"Width $ with Cue Drain Kit & Attacbmeit Ccmtr�l 963 mot be equipped Kit,"Pfe 1240 e s)ee Losda Option/AcemorY P&P lot Pricin • 200 Lbs. s 740.00RUCK 6673307 TLOADING CHUTE (Can gWy be used with Loaders u eq'ippi d v#High Flo, IA, HydraulicsHydraulics& 963)' A DIA Fakml Con -D-9033 Prices and "ificadOnS SUbJCC% 10 ChNS.0 Wid"t notice 43 I.0 ille'O WED 14:47 FAX 954 784 9088 bobcat a? Broward SALES �I Part T AC 1""" E N � •S —"- — ---1 17axt ri do P a • Number 'Shipping �' ht Contraet min Net Pricew Tracks can be used with pneugnatic titu Coin with natallatiori Taal. IL 6672598 (TE) sTS);L TltA CKS far use with 10.00-16.5 ' Tire Size NOTE: Tracks S,CiLW Lwork'with the 54,, inset rims SPacets are required if 7� 1 Lam' S 1,591.00 using a 607/709 Bac oe (call for priclag) e a:. 6672600 (TB) STp:EL TRACKS for use with 10A0-16,5 'lire Si7.e P rs are r uircd NOTE, (call c it for pricing if loader is equipped w/o ' g) "yUOPt 7i�lrns.a;td using a $ackh� 1,658.00 6675404 rfB) STEEL TRACKS for use with 10.00-16.5 Tire size NOTE: 'hacks win riot work with 60" inset rims, pl Loader far additional parts that 852 I,lis, S 1,869.00 Call if using.with all "F-Series" a t needed. 667Z037 ' (TB) STEED TRACKS fot use with 12.00-16.5 Tyre Ske NOTI6: 1t is r'econunmdcd the 863 be equipped with trac a spacers - nu&* erall width ks over the atau the Overall ih 73.5". 849 >~ S 1,846.00 .'x2" rims on �, ly `� 67 This is a riiinitual rain for the .. . inset rims will rot1�'e wbeel spacer pence -call for pricing on Wheel ; Spacers. 6673871(TB) S%L TgACKs for'use with 12.00.16,5 ' Ti1e Size (Includes 2" S�acers for 873's SIN S 14122465 and Abav .950 Lba; x 2.150.OD .Phase include Serial FQ. N umber of Loader) 6672611(Tg) b"1'ELL TRACIr.S for use 14.00-17.5 Mug Si : . le If 963 is beingwith with an 811 Baclritoe. A S 3,634.00 required for mount clearance.) e.) t rentBLbsc Moue ' .. hn8 Kh is Me" and speclGcatiwtt 3ubjt l to cep wi1hout ncc ca i Elradvo 124 -97 (mviSed 4-W) 44 PLA CONTRACT NS1'0S0"g-r-9033 GENERAL SERVICES ADMINISTRATIC FEDERAL SUPPLY SERVICES AUTHORIZED FEDERAL SUPPLY SCHEDULE CATALOG FSC Group 30, Part II, Section A, for Materiel Handling Eqi and Work and Service Platforms Exhibit 1 Temp. Reso. 92: "On Ilne access to contract ordering Information, terms and conditions, up #o-date pricing, and the option to create electronic delivery order Is available through GSA Advantagel, a menu driven database system. The INTERNET address for GSA Advantagel Is: http://www.gsa.gov.11 FSC CLASS: 5440 CONTRACT NO.: G&07F-7702 C CONTRACTOR: TIME CONDOR Corporation 8300 Imperial Drive P.O. Box 21447 Waco, TX 76702 TELEPHONE: 254420-620Q CONTRACT PERIOD: 05/01/95 - 02/28/01 BUSINESS TYPE AND SIZE: I.M.Y. FP! V,I CONTRACT ADMINISTRATOR: Rhonda Cunningham, Administrative Sales Manager 1a. AWARDED SPECIAL ITEM NUMBERS: 3a1-05 Work & Service Platforms — Adjustable Height Motorized 1b. LOWEST PRICED ITEM: (Government price based on a unit of one) 361-05 $85.00 2. MAXIMUM ORDER: 381-05 $125,000 If the "best value" selection places your order over the Maximum Order, Identified in this Catalog/priceiist, you have an opportunity to obtain a better schedule contract price. Before placing your order, contact the aforementioned contractor for a better price. The contractor may (1) offer a new price for this requirement (2) offer the lowest price available under the contract or (3) decline the order, A delivery order that exceeds the maximum order may be placed under the Schedule contract in accordance with FAR 8.404, 3. MINIMUM ORDER: $50.00 4. GEOGRAPHIC COVERAGE: 48 contiquous states and Washington, DC 5. POINT OF PRODUCTION: Waco, Texas 6. BASIC DISCOUNT: 381.05 26.27% 7. QUANTITY DISCOUNT: None 8. PROMPT PAYMENT TERMS: %% 20 days, Net 30 Ga. GOVERNMENT COMMERCIAL CREDIT CARD: Accepted 9b. DISCOUNT FOR PAYMENT BY GCCC: N/A 10. FOREIGN ITEMS: NONE 11. TIME OF DELIVERY AFTER RECEIPT OF ORDER: Normal: 9D-150 days ARO Emergency: 14 days ARO, H in stock Ovemight and 2 day delivery: Contact the Contractor for rates for ovemight and 2-day delivery. Urgent Requirements: Clause I-FSS-140-B of the contract applies. Agendas can contact contractors representative to possibly effect a faster delivery. 12. FOB POINT: Origin 13.ORDERING ADDRESS: TIME CONDOR Corporation P.D. Box 21447 Waco, TX 78702-1447 14. PAYMENT ADDRESS: TIME CONDOR Corporation P.O. Box 21447 Waco, TX 78702-1447 15. WARRANTY PROVISIONS: One year commercial warranty 18. EXPORT PACKING CHARGES: N/A 17. TERMS AND CONDITIONS OF GCC ACCEPTANCE: N/A 18. TERMS AND CONDITIONS OF RENTAL, MAINTENANCE, AND REPAIR: N/A 19. TERMS AND CONDITIONS OF INSTALLATION: N/A 20. TERMS AND CONDITIONS OF REPAIR PARTS INDICATING DATE OF PARTS PRICELISTS AND ANY DISCOUNTS FROM LIST PRICES: N/A 21. LIST OF SERVICE AND DISTRIBUTION POINTS: N/A 22. LIST OF PARTICIPATING DEALERS: N/A 23. PREVENTIVE MAINTENANCE: N/A TM Doio i a« Nn Effective June 15,1998 Supercedes All Previous Pricing Standard Features: • SYNCHRO-LIFT Elevating System e • Zero Tail Swing a • Manual Platform Rotation 1800 a • Enable Switch (Foot) e • Auxiliary Lowering, Rotation a • Nissan H15 Gas -Engine e • Spring -Applied, Hydraulically -Released Brakes a BASE UNIT 1.lilT PRICE opons.. ARTICULATING BOOM LIFTS 42 FOOT PLATFORM HEIGHT Hour Meter 5° Multi -Axis Slope Sensor 110V Line to Platform TRU-TRAK Steering 60e x 30" Platform Full Pressure Proportional Controls 36010 Turret Rotation (Non-Cont.) A41 T $42,758 au1 Forward -Reverse Drive Alarm 302 Head X Tall LI hts 309 Mallon/Movement Alarm �'S1 310 Strobe Li — ,�— 181 T1 .5 Diameter Air Llne to Platform - 557 408 Work LI ht at Platform - 40 �c' 2 NLLZ tVL 29C 500 506 5Z4 Deutz F3L101 Diesel' LP/Osa bual Fuel Piquid) wRank Kubota V1703-E Diesel Engine -I .73z 1g 311 800 602 Bate Powered Auxiliary Lowering 5 dal Paint one color Foam-Filled Time STD 443 2,661 603 Uffing Eyes on Chasele STD 80a 4 Wheel Drive - 3 760 e0 Hin ed Oete In Kom of standard drg bar 380 808 Canadian Cerliflostlon J8301 Additional C rator/Senrice/Parts Manual CF 65 00.561 i?6b All Price F.O.B. Texas CONDOR Corporation P. o. son 31447 • Waco, TX 76701-1447 (254)420-5200 9 Fax (254)666%4544 .12/1342000 14:56 12546664544 TIME CONDOR SALES TIME CONDOR Corporation PAGE 01/01 Td : tre#v ba la i S icwX ) 7zj�- �s/S //0 CQ,If n+e 7 eu Aa'e."e ire 0 Self Propelled J A42RT a• TIME CONDOR Corporation ModW A42RT Features PJOI m, Welded tubular steel with expanded metal floor and 8` we plate. Easy entry and axk with a slide up mid -nil) that returns to normal position to secure the ontrywey. 500 lbs. (227 kg) capacity, unrestricted, with boom in any position. The proportional drive con- trollor with the integrated thumb switch for steer- ing, along with the selector switch, emergency stop switch, start switch, dual fuel switch and aux switch, are all mounted In a NEMA electrical enclosure that Is sealed to protect them from the elements. All boom functions are proportionally controlled with 4-way, 3 position valves, mounted In front of the NEMA electrical anclowrrs. Drive SXetam: A hydrostatic closed loop circult w101 series or parallel drive. it also has a "poskrecdon' feature which is operational when the system Is In parallel drive. If one wheel or axle Is spinning the greeter pressure than drops across that spool of the divider/combiner cartridge sh" it and equalWng the flow. This ensures that both wheals or both axles will have power, eight; A42RT has a gross weight or 13.500 lbs. It Is designed to be eell-lom*Q and it is light enough to legally transport two units on one truck. AccosalhJft: Accessibility to the engine Is provided with a swing door on each side of the chassis plus a removable top cover. AN hydreu- kc components are in the front of the chassis, which has a removable cover_ 2z and Controls: Electrical and hydraulic ground controls are mounted on the loft side of the turret (when viewed from the platform). AN electrical components are in a NEMA electrical enolosure that Is sealed to protect them from the elements. All hydraulic components have a removable cover over them. Mooring: 2-wheel steering Is Industry competi- live with an outside turning radlus of 16' (4.6m). Loft: Tight tuming radius of 15' a/lows for maneuvering at job sites The steering Is done through a Plggy4Wok pump that Is mounted to the and of the hydrostatic pump, which supplies pressure and flow to op- erats steering. The New CONDOR ■ Z booms fit on one trallerl ■ Fast speed: Up to 3 mph! 8 Up to 32% ®radeabilityi ■ Hydraulic proportional con- trols for aH boom functions! Chassis: Chassis is designed so the optional 4-whool drive can be Installed without any chas- sis modification. Oredeability on the 2-wheel drive is 28% (150), adequate for most job sites. Optional 4-wheel drive Increases gradeability to 32% (170). The 2-wheal drive unit has the drive and steering in the same axis for Improved terrainabtiity. High speed drive is 3.0 mph (4.8 kmh) and low speed Is 1.6 mph (2.4 kmh), creep speed Is 0.75 mph (1.2 kmh). Stowed Height: The stowed height is only 7' 8", which allows the urdt to go through an 6' door. Standards: All CONDOR units most or exceed ANSI (A92.8-1092) design and test standar required by the American Notional Standards stitute and OSHA. w, $elf Propelled j jJ A42RT TW CONDOR Corporation 1.5 0 1,5 3 4.6 6.1 7.6 50 45' 40' 35' 30' 25' 20' 15' 10, 5' 9.1 (all in m) A42RT 15.2 m 5' 0 5' 10' 15' 20' 25' 30' A42RT War dng Range Diagram E ui meet Standard -SYNCHRO-LIFT elevating system -Zero tall swing -Manual platform rotation 1800 -Enable switch (foot) -Emergency lowering, retraction, rotation -Nissan H16 Gas engine -Springrapplied, hydraulically - released brakes - Hour meter -5° Multi axis slope sensor -110V line to platform -TRU-TRAK Steering -60" x 30" platform -Full pressure proportional controls -360p turret rotation (non-cont.) Working Height 48' 14.6 m 13.7 m platform Height 42' 12,e m Stowed Height T 8" 2.3 m 12.2 m Stowed Length 1 T iT 5A m Overall Width V 1a' 2.1 m 10.7 m Platform Capacity 500 68 227 kg Pk dorm Size 60" x 30' 1,5 m x 0.8 m 9.1 m Up/Over 1= 8" 6 m Horkontai Reach 24' 7.3 m OutsideTuming Radius 15' 4.6 m 7.6 m Gradeabliity 28% 28% Travel Speed 3.0 mph 4.8 kmh 6.1 m around Clearance 12' 0.3 m Tire Size 15 x 16.5 15 x 16.5 4.6 m Turret Notation 3W N/C 38V N/C Platform Rotation leap M IMP M Power Source GAS GAS 3.0 m Gross Weight 13.1500 The 6123 kg Wheel Bass 6' 1.8 m 1.5 m Fuel Tank Capacity 34 gal 1291 Hydraulic Tank Capacity 39 gal 1401 Spec/ffcadons are subject to change without p►9o► notice! Top: Upper and Layer Controls Let Rugged 4-wheel- drive steer axle components guarantee long life and trouble - free performance Optional - Forwam6reverse drive alarm -Head and tail lights -Motion/movement alarm --Strobe light -0.6" diameter air line to platform -Work light at platform -- Deutz F'3L1011 Diesel engine -LP/Gas dual fuel with tank -Kubota V1703-E Diesel engine -Battery powered auxiliary lowering -Special paint - Foam -filled tires -4-Wheel drive -Hinged gate -Canadian certification --Additional operator/service/ parts manuals Sq 7 4. $300 Imperial Drive, P.O. Box 21447, Waco, TX 76702 .,,�► Tel.: (264) 420.6200. Fax: (254) 566 - 4544 -- T81.: 1.800.794-2459 TM eo r M e.ro.,rr l[:10*4319-9L TIME CONDOR Corpmation (7 /gr 44�) 170' tV 44 oie a4V IW� .fit 11 la*v i -7:c IccH 9fVW*m1el., T F i^ 'id �yz r /W e ow 7ol f sitccls arl 9AA zel oa /"W Af-f W& /70' ull Line Self Propelled c TIME CONDOR Corporatla Contract Number. GO-07F-7702C (ModMeatlons A301 through AS10) Contract period: March 1,1866 through February 28, 2001 Contractor. TIME CONDOR Corporation 8300 Imperial Drive P.O. Box 21447 Waco, TX 76702 Tel.: (284) 420 - 5200 ' Fax: (264) 8811- 4644 Contact: Rhonda Cunningham Business Size: Small Te""PiC 800m8 'a � m General Service Administration Federal Supply Service Authorized Federal Supply Schedule Price List Federal Supply Schedule FSC Group 38, Part 11, Section A Service Platforms FSC Class 5W NDING MANS REACH .7� D , D I Exhibit 1 Temp. Reso. 922, Kelly Tractor Co. Serving the Industry Since 1933 www.kellytractor.com August 9, 2000 Mr.Steven J. Beamsderfer City Of Tamarac 7525 NW 8EP Avenue Tamarac, FI.33321-2401 Dear Mr. Beamsderfer Kelly Tractor CO. agrees to honor the invitation bid that took place on November 15, 1999 for the city of Punta Gorda FI. The confirm no is WCGENERAT11 GQ99 FOR THE SALE OF ONE COLEMAN MODEL CC6CTA-150SO / CJ6TA-150SQ 150 kW PORTABLE GENERATOR AT THE PRICE OF $ 50,823.00 Sincerely Joseph R Greenberg Link -Belt' �M'W BAR 13E R WACKER �►� MASSEY FERGUSON Su` •� �®ac'i�iaNJES GREEN E Miami Oavle West Palm Beach Clewiston Naples Fort Myers Persia GonM Orlando (Cranes 8255 NW 58 Street 2601 Reese Food 6480 Okeechobee Boulevard. 801 E. Sugarland Kiphway 5780 Shirley Street 9651 Kelly Tractor Drive 8241 Pascal Drive 17300 E. Colonial Miami, FL 33166 Davie, FL 33314 W, Palm Bch., FL 33417 Clewiston, FL 33440 Naples FL 34109 Fort Myers, FL 33905 Punta Garda, FL 33950 Orlando, FL 321 �� y � �^ � P� T i A•• �/ 1 � 1• r� y�� � 1 1� ►� � 51 CI17 OF k'UN''rA GORD.,1, FLORIllr1 PHONE. (9111) 575.3348 FAX (941) 575-334+1 October 8, 1998 Kelly Tractor Co. 7905 NW 58" Street Miaml, FL 33166 Attention. Wesley Kinney RE. NOTICE OF AWARD - BID #WCGENERAT111099 Dear Mr, Kinney: PROCURE —:-N f DA I;10x 32G Q7e6t l lar;on A,,muo Pwlta Gorda, Torus, 33gat1 The City is plasszd to Inform Kelly Tractor Co, that you have been awarded the above referenced bid to furnlsh and deliver the proposed generator in accordance with your bid response7ar►d the City's acceptancc of same In you response you proposed a FIRM DELIVERY DATE of thirty (30) days after issuance of a purchase order, and canfirrned the same verbaily this morning, Tn;s purchase order is *28405 and is being raxed with this award letter. Thank you for your interest in the City of Punta Gorda. Sincerely, CITY OF PUN 1'A GORDA Marian Day, PPB ProcuremontFmanag:ro�,r I.. c11ryrlottc County r r irr�� C1' Y OF PUNTA GORDA PURCHASING DEPARTMENT 32-5lov ST N'A.Rl0N AVENUI: F�Jnrr,k C(DROA, FLORID. 33950 FAX (941) 575.33010 C:F ,\TRAI WAREHOUSC N41475.5077 F,kX (941)a7'5•;D(pa VENDOR F 43 7O r 9914,Y T[WZTOR CO 9651 KEurw TRhcro • DK FORT M'Er%$, FL 5jpu5.5.:4 •�, 1'4k'•Litl.�ii�: •;?y!ii,. .:in-�•j..'.:. .fair,': i•AR` , ..:.,,,};'•-':1 +fir Ih•rl.l.•Y..NiT7i••��•.,iµ '•.Aw h.fi;. 71CC't3TJtJ'A WO �.•ii i.;. Me. t: fu•�;� ����� "�•.�.�.'� `•'ts,�y'ril. �,�:"' ��.'li'i/i47.h:�i1! .Illd:l'r11: f71�f Iri:Ll tir1L•]a�ui�: .'i.• r,i:. Ji•`*�d"' :)i4.: •!!�{y-: TRX NO, AND :)EJCSTPT rNval F.C. Ar Cyan i7A':E: li/1� INVo:Ct "I CITY rF P(Y?M.A CDR--,'. 326 1pr3wr N.ARION xm AT71i i Acc*VA T S FAY ADZE CITY OF 6•In!"_•A ;o_itDA C:TY 9PXk E Dal E ANN ST PuMA GORDA, r.,L 3.19s; :4riT%x•^;`::N ,.F:<d. ,a.:. •... 1 ii. 'M �L%��R�4?l�.i�1�99r •i •G', yin ,i:::l �+3.i• "z.Z "'�tlr',r..i• 11, '�zw�'L►1, : r)" „ ,¢:y,1-a' a •*"ix'".rb..'i.rwA .:�r 1.'+ �jr;:y!a:l.ra;�l•y ,.� ,.Y• •�7•.:;l.M.�9Y.'r:.is';•; aF ...••< . '�CiW-it„••.r r:; ,. qS Rai' .r, t tiTA,'`.x"/ %'P:!•..:r:,`•'rx'i:d' �'j.Fii+i1 L fC•ti 'IJt•'iT CVS C�82 TK-15 OFDER IS A'i?;7U d :nr HE`D[ uGVn;" SIC "Zn PP.0263AL I11) 7" RE!'%n):l,CL': CITY TOhMA.. E=D. TCF Thy FOLLOWINC, 1: Y IN FI:L I- ACCOTMA 1CS WITH YOUR SI!I SW.HIS'3T00. OUARANTE59 DELIU9RY ".`IM,$ Ju AAY. AF:rit :2su'lp Cca OF A OPJiZA '099 CQL?t2o' CC6CTA•130�"Q .!c rip, 5 CVL'_3.J2i. DIE?L•'L TAA'LTR r:X-1Jr 3r), M11UrI V01TAC% EVIXI ;u, WITH I£. 04LI.ON DOM-- 1"•a•LLI:Z% FUEL. TANK 'A;TH SQCTlvD ZNCLOS�;RE l.'P'l:kNUATiuIv. TWO (3) •GO?_T3 ,-F SE;VI;•5 AINZ PA-TS MA1 Jw1,S gKkLL At; DELiV";EL' AT THE $Amr.l i;_:t, AS Thi; VNTT atm TZAA WARX_Wry ALL OTHER ZCFM9 Aide C01!PI:'I074s h3 Y=T112r•I Txrz covimr or Tn ; c SPEC IFICIAT100E F,f:.1 Y00S NOTES: Fcderal 1.0. NUTMt*r It requlrCd for Dayrnent. Mail rwo (2) 41VOICes to wu "Invoice to" ;jOdres5 above Move Pu►Cne9e QrdQr Number IS to be !Cfefencea on all documents CIi Isy Exrn,p!1on No. 16-06•C1040:•54C Vendor F_daral 11) 9 54622.000 TOTAL .i I li rb'ls`C.�'y11'• YJ•SR&I� yy. Y ' � .rA'1:irlit;A1 l.rty..;yi•1•'f r 1}S�jry+ r. w .• � Y •• v IM \ - CITY OF PUNTA CORDA PURrHASINC DEPARTMENT 3_16 WEST MARIO'J AVENUE Pl#�TA t;ORDA, RORIDA 3395U r-Ax (94i) 5: - -33a0 CEN7KA1. WAREHOUSr (ga t is j a-50; T FaAX (94 T i5:5-5068 vnt>7pR * 43 TO: KSLLY P.*.CTC'u Co W1 XX"V TRACTOR DA FORT WERC, PL 4 CCNTIhtrev ............ DATE: :i/;F/9s INVOICV 'ro: C.rY Or zluinA rQn.N 3 (- WL?n MAn_On Avr+• ATTMt :!CcOVN•:•$ PLT:#TA 40ADA, FL, 3)9 i 613.I I' ^0: CITY OF ?VNiA ao.uk C.TY GARAct 141 E AM ST PUMA COriDA. IvL 33f15J •,$�2d, �'. ' .r.,ye�,.`,,y .. ••-44..LI•;�•;1;+.� ,.I.ur%;:4V, r L 9.�r•:.. •-c.#.#r.rt,.r..��,•y►r9{2:c�.�'�Fi':.I'r,:� r:: '.. `��+�i�ti,f' F+t!�•3+ •r �`lis;inr- �.r rCiLiWs�r. si:•rti*i'�t�1�•. . i. ' S• 7v: #..1�:;y. . .. '.�,, ..'a1�.�•y ,..!:�#:'r.gtk2y91,�'.j .- -..7�1..: r�'i:;J'.,vfF:'+r::r.�r#d.,sg•:.ii'..I'14 �Y► r!•,; f'. •.s!M�r,h: !nr..^. !i'.� -IVMr �.u. .:A.ilw+.;:J:.,e•:�.Ir•.q.�'sj::' - ::+5„1lr:• �d + �I It•tiJs: •jj4"• :y"{� A�(1.•.' 1 .�+.. -- rnv+•F:!"t...li'Y A••A�i.!•.if:�Y /'�',Y.i ` - ...t .I?1i•..- . ::: 1.;:/1%. I:: VM.jO., y. ..�y #� •..n +,r//+.tl: .• .... •. ,.. .:I.rP": i► /"`Ii r <h ,.',..• *�•�> r` .'� c1ra+inn: '• llx4 r:.�.:�;: ,.:: . t'Tt4• �!'i:•+ r :• "i . :..,_ri.,:�y�\y .', �•. :x>nwr':. c:.vz Y :, t•: !1 M: w., 4.:'"t.n:. .i•,w.= ' ,vS .. '. t :V:S ; r W u .?,••� IV'k-..{1.. RT il_tr .:2> •N.0 . -: -j :`vs�r �^ .: 'Ir`:-r.�.�•„ k71, ;, e.:.. ,r`n.,:. '�c.i.h�i .'. i_ i,' r.w53,:^ iv'...••; • t rl.+� 1.: t � • n ..i r;, j.:.,. .�. � .. • :'r�:,t:Mr.�.'Li.,•. 7!':'-b'.. t'.+.�I''i�/a 'r'a ./r ,�•.!I�i•+^, t.#V Ii L\' •.7•/�;•. ..\ wr :%11�1w1 r = 12 ITA LD-0 - HD i1M;�Cti_b1'13i1__ y VIIIT COST_ COS" REQ/ACC't ATE RE(; , BY' PRvt;E ; C A.Kh) T 00d3o1Jti53 ;0/ 4/99. LD/22/SZL 50522.00 4021122136 '455 ^' '• .. ...... . r ... .. .......... . .. ...... 1:11rrylr.:!:'n.. •:iIIy.Y���i�w:i; ii 18471:u.j w. fir:,,;•+ ',..•�,+ . �Itil:?1. 4::aIC•. n . J NOTES: Federal 10. Number IS reQUIfed Pp t,a�h,enl. Wil two (2) Invoices to the "Invoit;U to" aCvjl Fad eo\rvC. Above PurchQft prdpr Number is to be retr,runced 0:1 all '-- -"�-- aocurnents. '� 9lanpturC CvTex Exernulion No. 99-06-010462-54C Vendor Federal I D. 0 �„", ..�.,,_,�,�,•- RATINGS 1 Continuous Rating 150KW/187.5KVA 180KW 130KW/162.5KVA 2 Standby Rating 185KWt206.26KVA 180KW/225KVA 150KW/187,6K_VA 3 Voltage available 480V/240V/208V AC 120/240V, 2771480V 120/240, 120/208, 2771408 4 Cora■ Amp!rago available 226A/451A/620A 270amps, 540 s �, 520A, 225A At Standby Ratlrg) 5 8 Silence Level 820040', 88dbs@23', 74dba@11y JOHN DEERE(6081TF001) 6lidba Q 23' GENERAL Hino block Volvo 0710GH Engine Manufacturer Model _ 7 Engine Type In -Lino Diesel Diesel Diesel Turbadur ad asMe yes a ■ _ _8 9 N of cylindent (hp rating) a 8 21 b 6 (41 1 a In.L 10 Governor Electronic Govemor Electronic governor 11 Combustions ■tam Direct hi edion Direct InILOM 12 Bon and Stroke 4.56X5.06in 116X129mm 137mm x 150mm 4.12' x 5.12' 13 Commission Ratio 17.3:1 _ - ---- 17.8:1 _-14 -15 Piston Displacement -� 496ouin. 8.1L --�-- -- -- 6 heat alum kuxn •Noy - Oil Ca act ( 33.75 _ 28,1gls. 28 Items. i8 Chargi System 12V, 82&Mp alternator 20amp, 24 volt 12 vo8 SLC Typo) _ 17 C EiEcrankatp R _ yes.- - — Pocad 18 Starter 12V sitive engagement 24 roll 19 Batie incuded7 • es 995 CCA _ 2-12 volt, 135 AH s? (225 AH) _ 20 Cooling System ale or water/carts) Waler/Radiator liquid cooled 2.12. I water cooled 31 21 Water Heater Jacket? tional yes yes Exhaust System s 1400 CUnn _22 23 Critical Grade Silencer ■ yes _ 24_ Flax Exhaust yet -- ies 26 Vibrsw Isolators M es yea _ye 26 27 Couding to Generator Flex Disk t Flex Disk yes flexible dsk ". ENGINE.CONTR Auto/Mmnual Start In 28 2 Wee start/sro ear" s Yes 29 DC Voluneur yes _-- -. yes 30 Aster To orature Gua e M yes �„- es 31 Oil Tomlxreture Guage, (yM) yes T _ yes 32 Oil Pressure eUno quage or M n, Quage s/ light and quage yes 33 Overcrank Shutdown 1n optional s _ _ 34 Ov %sod Shutdown M optional yn 35 �30 RPM ovenp_Sd 6 __tr dio rClan _.._ Ye■ Auto Hph Coolant Temp Shutdown 1 2 a es Auto Low Olt Shutdown 0no es _-� yes _37 __3B Control panel Illumination All gages an eliminated yes_w- _ 39 NEMA Rated Endosun7 /n, rating) Na _ yu, NEMA 12 _ T 40 41 42 ,_12 Sensor Loss Shutdown /n yes/depending which �__._.._..__.,.r._!!.2 Olesel _ its ------ yet N2 Diesel N2 DNsN7-_�.- es U L Fuel Type Regutred _�__._..�____� Flex Flex Fuel Lines (yin) -- ----_Y--�-- Fuel Tank Haclty 238 2509a8ana 200 gat ---- 44 Run Time - Full Load 23.8 hn _�.��_._—.•3.1 17 Ms !Q100Pon % d "_- _ 45 Fuel Consumption- Idle 9ph 83.3 hrs no k■■d - Fuel Consumpbon - 251ALoad --- 3.1.9Ph - 3.6 gph 166-8 hrs run Brew)_ _40 47 Fuel Con■umption► W% Load 5.7�ph _ .. - -._ 7.5 Gph-(33.9 4a _ 49 Fuel Consum Non - Full Lout 10.5 gph Stamford Newsomom 15.3 go (16.3 hra run tkrw) Standard/NeWa�a GENERATOR MsnufactureL Model 60 Type Bnrahless, SNIt Bearing __ _ 4�ola. RevolviN FNId Rotawr Fhld __ _ 51 PowarFacror .BPF .BPF .BPF ....._..-_3 Phase . -- ... . ._. 52 .. 55 _. SO 57 -56 Phase 0.01 __..._ lea ExcJtation SyslemStypeL_ Tampenture _.... 3 phsee 4pole,synChrertoui�____..._.� Pemtanent Ma�iut� __ over 40' Amblem _ 60hzQ18"PM 3 phase . _... Permuwm Mapnot ..._ .717 Bolnz Fra<yuencylSpesd)_ Motor Starting Ability Across the Line 75n , Code'F' _- i 4W0 :5751690kva _ 59 Insulation Class "H` �240v:4171500kva Class H _ a0 Voltage Regulation (accuracy) _ _ 61 Volta e R uInto r a External, Solid State, Adjustable yes Soled Stale yes on . GENERATOR 1 DICATCM.. AC Ammeter _02 63 AC Voltmeter s as anal 64 Hertz Motor yes yes (onsloy)__ 85 --'88 Coolant Tune (YasMo, guage or _ yes yu a and fight a(logo 0 Hour motor yes yes ) _87 Underfrog p2g Proteclion /n s _ ris (analog) 66 20L1240VAC. 41W480VAC yes- 120/240 / 2771480 DISTRIBUTION Selector Switch 70 --- ._. P... 4 LUG Temninsls w/Mainiina Circuit Breaker - _-- . _ two (2 UL MCB _�— Rated _ as Y.__�. _ 71 Reupwdas_120VAC tMEITgs 2ar20amp duplex, 1er20amp Wstlock _ (Nine mm 72 Rocapta�Nces_210VAC t • ■ _tea 30am twiskx�, 3ea-60am tam r none 73 74 Voltage Selacar 8w8dt 208240VAC, 416/480VAC yes-120/240 1 2771480 12,OM, TRAILER .. Trailer Capacity lbs)12,0001b. 75 _ -- 76 N OI and site of VMoela Type of BroMrM system 4-1,11`275r7b/16 _ Tandem Axle TnIler ._....... Surge Brakes T.T. Electronic T7 txin Psck o Included? /n DOT opprowd lights 76 Size of Into rstod Fuel Tank a 238 al. 250 al _ _ 79 Hitch Type R Rhq Type (31 _ ` Ban Hj w/Ssfeh/ Chains 80 DOT A nwjM.b0W _- 81 Di minslots,Skid Mounted yet _�131"1 x 50'w x 64"h �_.� yes _�___ 131.5' x 68.93' FROM KELLY TRRCTOR CO. FAX NO. May. 17 2000 10:43AM P3 PHONE: NAB': October 27, 1999 CITY OF PUNTA. GORDA, FLORIDA (941) 575-33-a48 (941) 575-3340 PROC'URF_I-IENT DMSXON 326 West I-larion .A-vcnue Punta Gorda, Florida, 33950 FORMAL DID #WCGENERAT111099" - ADDENDUM 91 CHANGE - THROUGHOUT COMPLETE BID PACKAGE When the bid states 11150 KW" for the size of the generator, replace with "MINIMUM 150 KW" for the revised specifications. CLARIFICATION TO SPECIFICATIONS: PAGE 13, ITEM #5.2 - Question. What is the degree of sound attenuation? Answer: Average 71 feet PAGE 13, ITEM 05.11.7 - Question: Does this mean you want a dual breaker protection? Answer: Yes PAGE 13, ITEM #5.11.8 -.Question GFI. Protected, for what? Answer: For the receptacles PAGE 13, ITEM #5.11.9 - ADD THE FOLLOWING TO CLARIFY THIS ITEM: Question' What is the amperage and number of receptacles? - Answer 120 Volt, 15 Amp, 1 Phase, NEMA 5-15R 'U" Ground GFI Style - Quantity six (6) each 120 Volt, 30 Amp, 1 Phase, NEMA L5-30R Twist Lock - Quantity two (2) each 120/240 Volt, 50 Amp, 1 Phase, CS6369 Twist Lock - Quantity two (2) each PAGE 13, ITEM #5.11,10 - ADD THE FOLLOWING TO CLARIFY THIS ITEM: Question. What three voltages to you want? - Answer. 120/140 Volt 1 Phase 120i240. 120/208, 277/480 Volts 3 Phase ACKNOWLEDGMENT - Addendum has been received and acknowledged by my signature E i ct C FIRM NAME AUTHORIZED REPRESENTATIVE'S SIGNATURE DO NOT FAX BACK THIS ADDENDUM SIGNED, THIS MUST BE SIGNED AND ENCLOSED W/TH YOUR BID SUBMISSION If your firm has already submitted your response. please sign this addendum acknowledgment where requested above and return to the City Clerk's Cffice, 326 W Marion Avenue, Punts Gorda, Florida 33950 Write on the outside of the envelope, '•Do not open, to be added to BID -�WCGENERAT111099 opening on NOVEMBER 10, 1999 at 3 00 PM." THIS ADDENDUM MUST BE RECEIVED BEFORE THE TIME AND DATE OF THE BID OPENING. IF NOT, IT WILL REMAIN UNOPENED. Sincerely, CITY OF PUNTA GORDA Marian Day. CPPO, CPpS Procurement Manager Signed Original on file -FAXED via PC Iu Beautiful Charlottr COU11ty FROM : KELL.Y TRACTOR CO. FAX NO. May. 17 2000 10:44AM P5 a Required Submittal for Formal Scaled Bid #WCGENERAZ'].11099 PROPOSAL WILL NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and/or submitted witli your proposal. IIas your company completed the following. (Please indicate by an "X" in the box) [� Complete Bid Package (original), and one (I) copy inclusive of two (2) sets of descriptive literature, brochures and/or supportinb data. ❑ Bidder Acknowlcdgment, page 1, must have a manual (original signature) and comple ted. Bid returned sealed in an envelope with the label provided affixed to the front of the envelope. Acknowledge -in the bid any and all addendums issued or manually signed each addendum sheet and submit it with your proposals. provided three (3) references, preferably Governmental. Erasures or other descriptive literature, brochures, and/or data must be initialed by the person signing the bid. ❑ No }aid Response sheet (if applicable). Drug -Free Workplace Affidavit (Completed and included with your bid response). ❑ If you desire a copy of the bid tabulation, include a Self Addressed, Self-Starnped Envelope for bid tabulation to be mailed. ❑ Other: FROM KI=LLY TRACTOR CO. FAX NO. : Exhibit 1 Temp. Reso. 922 crrY OF PUNTA GORDA, FL PHONE: (941) 575.3348 FAX: (941) 575.3340 INVITATION FOR BID October 26, 1999 RE: FORMAL BID #WCGENERAT111099 Dear Sir/ Madame: PROCUREMENT DIVISION 326 West Marion Avenue Punta Gorda, Florida, 33950 The City of Punta Gorda is accepting sealed Formal Bids for "PURCHASE OF A 15OKW DIESEL TRAILER MOUNTED, MULTI -VOLTAGE SWITCH GENERATOR WITH A DOUBLE WALLED FUEL TANK." We invite you to respond. This Bid will open on NOVEMBER 10, 19G8'at 3:00 p.m., in the City Hall Council Chambers, 326 W. Marion Avenue, Punta Gorda, Florida. For information regarding this bid, please contact the Purchasing Department at (941) 675-3348. All bid responses must be mailed/delivered to the City of Punta Gorda, City Clerks Office, 326 W. Marion Avenue, Punta Gorda, Florida, 33950. Submittal must also be time/date stamped, by the City Clerk's Office, prior to the above date and time. Thank you for your interest in the City of Punta Gorda. Sincerely, CITY OF PUNTA GQRDA Marian Day,` , CPPB Procurement Manager Avery Laser Labels #2163 Wd 0W£ �VD 666I `01 Jj38W3.A0N :3.LV(j ONIN3d0 6601111VU3N39DM# (ng Q3'TV:IS 'iVNI' od Z6tO-096£E "I3 `V(j-9O0 ,vj.Nfld 3rIN3AV Nor iVjN .Ls3AA 9Z£ 33I330 S-?RI37a'kno FROM : KELLY TRACTOR CO. FAX NO. : May. 17 2000 10:44AM P6 If you are not bidding on this service/coformodity, please complete and return this form to: City of Punta Gorda, CITY CLERK'S OFFICE-, 326 W. I`Iarion Avenue, Punta Gorda, Florida, 33950. All Statement of No Bid forms must be daLe stamped for the bid opening. k3.id forms received after the bid opening time and date will be placed in the bid file unopened. Failure to respond may resulL in deleLion of vendor's name from the Vendor/Contractors list for the City of Punta Gorda. COMPANY NAME: ADDRESS: TELEPHONE: SIGNATURE irnIN MINORITY OWNED BUSINESS ( ) Black. ( ) 'Woman ( ) Hispanic ( ) Other (Specify) WE., the undersigned have declined to respond to your Bid No. for because of the following reasons. (Service/Commodity) Specifications too "tight", i.e., geared toward branch or manufacturer only (explain below) Insufficient time to respond to the Bid. We do not offer Lhis product/service. Specifications unclear (explain below) Unable to meet bond retiuiremcnL6. Other (specify below) I�0111VM FROM KELLY TRACTOR CO. _ 1 SUBMIT BID 'TO: CITY OF PUNTA GORDA CITY CLERK PUNTA GORDA, FLORIDA 33950 FAX NO. : CITY OF PUNTA GORDA, FLORIDA INVITATION TO BID Bidder Acknowledgment - GENERAL CONDITIONS - may. i r -dbbb iu- wJwri r-r THESE CONDITIONS ARE STANDARD FOR ALL BIDS FOR COMMODITIES/SERVICES ISSUED BY THE CITY OF PUNTA GORDA. THE CITY OF PUNTA GORDA MAY DELETE, SUPERSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR CONTRACT 13Y INDICATING SUCH CHANGE IN SPECIAL CONDITIONS TO BIDDERS OR IN THE BID SHEETS. ANY A" ALL SPECIAL CONDITIONS THAT MAY VARY FROM THE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. BIDDER AGREES THAT THE PROVISIONS INCLUDED WITHIN THIS INVITATION FOR BID SHALL PREVAIL OVER ANY CONFLICTING PROVISIONS INCLUDED WITHIN THIS INVITATION FOR BID SHALL PREVAIL OVER ANY CONFLICTING PROVISION WITHIN ANY STANDARD FORM CONTRACT OF THE BIDDER REGARDLESS OF ANY LANGUAGE IN BIDDER'S CONTRACT TO THE CONTRARY. BIDDER ACKNOWLEDGMENT MUST BE SIGNED AND RETURNED WITH YOUR BID SEALED BIDS: This form must be executed and submitted with all Bid sheets In a scaled envelope. The face of the envelope shall contain the above address, the date and the time of )did opening, and Bid number. Bids not submitted on attached Bid fonn may be re'iected. All Bids are subjected to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. BID TITLE: PURCHASE OF A 15OKW DIESEL, TRAILER MOUNTED GENERATOR BIDNO. PWCGENERAT111099 BIDS WILL BE OPENED 3-00 p.m. (EST), November 10, 1999, and may not be withdrawn during the 90 calendar days following such date and time. PURL A N'f (NAME LEPIIONE NUI 3ER) FdaMT55y, CF PB - (941) 575-3348 CORRECT LEGAL NAME OF BIDDER: •- r SIGNATURE OF BIDDER'S AUTHORIZED AGENT: TITLE TYPED/PRINTED NAME OF AUTHORIZED AGENT: ADDIZFSS' 79n5 NW SA-_;'T MIAMI, FL 33166 PRONTT NO.: ( )�FAX NO.: ( ) l205-418-4242 FEDTrRAL IDNO, OR SOCIAL SECURITY NO. OF BIDDER: I certify that this Bid Acknowledgment is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a bid for the same commodities/services, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this Bid and certify that I am authorized to sign this Bid for the Bidder. By si-nature on this form, Bidder acknowledges and accepts without limitation, pages 1 through 4 inclusive of the Invitation to Bid as well as any special conditions if applicable. ACKNOWLEDGMENT OF ADDENDA RECEIVED: DATE: DATE: DATE: DATE OF ISSUE: OCTOBER 26, 1999 PR&BID CONFERENCE: N/A LOCATED AT: N/A BID OPENING: NOVEMBER 10, 1999 c@ 3A0 PM LOCATED AT: CITY HALL COUNCM CMA)4BERS 326 WEST MARION AVENUE PUNTA GORDA, FL 33950 TABLE OF CONTENTS: PAGES GENERAL CONDITIONS 1 - 5 INTRODUCTION 6 SPECIAL CONDITIONS 7 -10 SPECIFICATIONS 11 - 14 COST PROPOSAL I5 - 17 PUBLIC ENTITY CRIMF W-ORMATION 18 DRUG FREE WORKPLACE 19 Page 1 of 5 FROM.: KELLY TRACTOR CO. FAX NO. 'PART I - GENERAL CONDITIONS 1 DEFINED TERMS May. 17 2000 10 : 46AM PB and convey understanding of all terms and conditions of performance and furnishing of the goods and/or services Terms used in these General Conditions are defined and have the meanings assigned to them. The term "Biddermeans one who submits a bid directly to CITY, as distinct from a sub -bidder, who submits a bid to the Bidder. The term "Successful Bidder•' means the lowest responsive, responsible Bidder to whom CITY (on the basis of CITY'S evaluation) makes an award. The term "CITY" refers to the CITY of PUNTA GORDA, a municipal corporation of the State of Florida. The term "Bid Documents" includes the Invitation to Bid, General Conditions, Special Conditions, the Bid Form, Non -Collusive Affidavit, Public Entity information, Certificate(s) of Insurance if required, Payment and Performance Bonds if required, Corporate Resolution, Bid Security if required, and proposed Contract Documents, if any, including all Addenda issued prior to receipt of Bids. 2 COPIES OF SI_DDINr,? DOCUMENTS Complete sets of Bid Documents must be used in preparing bids: the CITY does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents. CITY, in making copies of Bid Documents available does so only for the purpose of obtaining Bids and does not confer a license or grant for any other use. 3 QUALIFICATIONS OF BIDDERS 3.1 No bid will be accepted from, nor will any contract be awarded to, any person, who is in arrears to the CITY, upon any debt or,contract, or who is a defaulter, as surety or otherwise, upon any obligation to CITY, or who is deemed irresponsible or unreliable by the CITY. 3.2 As a part of the Bid evaluation process, CITY may conduct a background investigation including a record check by the PUNTA GOROA Police Department. Bidder's submission of a Bid constitutes acknowledgment of the process and consent to such investigation. CITY shall be the sole judge in determining Bidder's qualifications 4 EXAMINATION OF BID DOCUMENTS 4.1 Before submitting a Bid, each Bidder must (a) examine the Bid Documents thoroughly: (b) consider federal, state and local tax laws, ordinances, rules and regulations that may in any manner affect cost, progress, performance, or provision, of the commodities and/or services: (c) study and carefully correlate Bidder's observations with the Bid Documents; and (d) notify CITY'S Purchasing Department of all conflicts, errors, and discrepancies in the Bid Documents. 4.2 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Section 4, that without exception the Bid is premised upon performing the services and/or furnishing the commodities and materials and such moans, methods, techniques, sequences or procedures as may be indicated in or required by the Bid Documents, and that the Bid Documents are sufficient in scope and detail to indicate 5 SUBMITTING BID 5.1 Bids shall be returned in a sealed envelope addressed, with the label provided, to the City Clerk's Office, City Hall, 326 W. Marion Avenue, Punta Gorda, Florida, 33950, with your return address in the upper left corner and the bid number, title, opening time and date in the lower left corner. 5.2 Responsibility for getting this bid to the City on or before the specified time and date is solely and strictly that of the bidder, The City will not be responsible for any delay, for any reason whatsoever. Offers by telephone, telegram, facsimile machines, etc., will not be acceptable. Bids must be received and stamped on the outside of the envelope with the time and date, at the City Clerk's Office before the hour and date specified for opening, 53 Bids received after the specified time and date will not be accepted or considered, All bids received by the time and date so specified shall be opened and read aloud within the Council Chambers at City Hall, at the bid opening. The opening and reading shall be in the presence of the City Clerk, Finance Director, and the Purchasing Director. Bidders and the general public are not required to be present, but are invited and encouraged to attend. Your return proposal shall consist of each page of the initial document of this package as received and, where and when requested, all informational data annotated. 6.4 All interested firms are required to submit two (2) complete copies of their bid proposal response. 5.5 LATE BIDS - Bids received after the date and time of the bid opening will not be considered and will not be opened. It will be the bidder's responsibility to make arrangements for the return of the bid package at their expense. 6 ACCEPTABLE BID For your proposal to be acceptable, all blank spaces must be completely annotated where and when requested. All bids must contain a manual signature of the authorized representative of the bidder in the space provided on the Invitation for Bid Form. 7 NO BID A respondent who is on the bid mailing list, but who decides not to submit a bid, must still respond by returning only the "NO Blp" response form, marking it "NO BID" and explaining the reason in the space provided. Failure to respond three (3) times in succession without justification shall be cause for removal of the vendor's name from the bid mailing list. NOTE: To qualify as a response, a bidder must submit the NO BID Response Form marked "NO BID" and explain the reason for the "NO BID". The form must have a manual signature and company name, and Page 2 of 5 -nust be received as per the paragraph named "SUBMITTING BID". 8 BID TABULATIONS Sealed bids received pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) until such time notice of a decision or Intended decision, or within 10 days after bid opening, whichever is earlier (REF: Florida State Statute, Section 119.07(3)(o), A copy of the bid tabulation results will be forwarded upon receipt of a stamped, self-addressed envelope. 9 INTERPRETATION OF BIDDING DOCUMENT _ ADDENDUMS If there is any doubt as to the true meaning of these specifications, such inquiries regarding Items or areas of the bid documents shall be directed to the Purchasing Agent in written form at the address stated in paragraph "SUBMITTING BID'', for receipt no later than ten (10) working days prior to the bid opening. Inquiries must reference the date of bid opening, and bid number. Failure to comply with this condition shall result in the bidder waiving his/her right to dispute the bid specifications. Any change tothis bid shall be made by an addendum duly issued to each vendor in receipt of the original bid package. Receipt of such an addendum must be so noted an or within your bid response. 10 RESERVED RIGHTS - SPLIT BIDS The City reserves the right to "split bids, to waive formalities in any bid, and to reject any or all bids in whole or in part, with or without cause and/or to accept the bid that in its judgement will be for the best interest of the City The City specifically reserves the right to reject any conditional bid and will normally reject those which make it Impossible to determine the true amount of the bid 11 ALTERNATE BIDS Alternate bids will not be accepted, 12 TIE. BIDS Wherein all factors are equal with respect to price, quality, and delivery, in addition to the Drug Free Workplace Affidavit, the following will be taken into consideration: Commodities manufactured in this State shall take precedence, or by using the number of valid complaints on file of the vendor/contractor. or a foreign manufacturer with a factory within the State of Florida employing over 200 employees shall take precedence over any foreign manufacturer; or a minority owned firm: award the contract to the identical bidder closest to the point of delivery. In the event that none of the above is applicable, reject all bids and rebid promptly. (Ref: Florida Administrative Code, Chapter 13A- 1.11 and the Florida State Statutes. Chapter 287.057) 13 BID DATA Bidders shall furnish complete and detailed Bid Data as specified within the bid package. Bids furnished without data, or incomplete submissions may be rejected at the discretion of the City of Punta Gorda. Exceptions to the requirements, if any, shall be noted in complete detail. Failure by the bidder to detail each exception to a bid specification or requirement resuhs in the bidder being required to meet each specification or requirement exactly as stated. 14 MISTAKES BY BIDDER 14.1 In the event of any errors which have been corrected in the preparation of your proposal, such errors must be initialed and dated by the official/representative signing the bid. Lack of such validation shall be just cause for non -acceptance of bids where it is not clear when or how the correction was made. 14.2 Within the cost proposal section, unit prices must be shown. In the event of an error in the extension of a price, the unit price shall prevail. 15 SPECIAL TAXES/FREIGHT Your cost proposal shall include any freight, handling, delivery. surcharges or other incidental charges. The City of Punta Gorda is exempt from the payment of Federal and State taxes, including sales tax. Your cost proposal shall not include sales tax to be collected from the City. The City's sales tax exemption is not available to you for items you purchase, regardless of whether these items will be transferred to the City. 16 PROPOSAL WITHDRAWAL No bidder may withdraw his/her proposal within a period of sixty (60) days after the date and hour set for the opening of bids. 17 AWARD OF BID The award shall be let to the lowest responsive responsible bidder who fulfills all criteria of specifications with consideration to favorable references and whose evaluation by OWNER indicates that the award will be in the best interest of the City. Bidder's are also responsible for total compliance with all other pertinent factors relating to this total bid package. 18 SUBSTITUTIONS In the event the elected vendor due to manufacturer or supplier discontinuing specified parts, is unable to secure sufficient supplies to fulfill all orders, the vendor will be allowed to substitute an item of equal or better quality provided: 1) The product is sold at the.contract price 2) The City is contacted in writing in advance of the substitution 3) The City retains the right to determine "equal or better quality' If the contractor is unable to fulfill all obligations in accordance with these terms and conditions, the City may acquire the product in the open marketplace with any cost increase being the responsibility of the contractor. 19 CANCELLATION CLAUSE The City or the elected vendor has the right to terminate the subsequent contract in full for justifiable reasons, by submission of a letter of such intent, thirty (30) days in advance during the contract period. Page 3 of 5 FROM KELLY TRACTOR CO. FAX NO. 20 DEFAULT May. 17 2000 10:47AM P10 25 OUALITY TERMS Witn'reference to default, wherein the elected firm fails to perform to the contract's terms and conditions, written notification from the City stating the nature of non-conformance which shall be remedied within a ten (10) calendar day period. If not corrected Within the above time frame, the second notice shall be initiated stating that the City has taken additional procurement action in order to satisfy the balance of the contract. At this time, the firm shall be removed from the Vendor's List and shall not be eligible foraward until the City has been reimbursed for all reprocurement costs to satisfy the base contract. 21 DELAYS AND EXCUSED PERFORMANCE Elected firm shall not be considered in default by reason of failure which arises out of causes reasonably beyond the elected firms control and without its fault or negligence. Such causes may include, however, not limited to: Acts of God, the City's omissive and commissive failures, natural or public health emergencies, labor disputes, freight embargos. 22 DELIVERY Vendors must indicate a delivery date in their bid response. Delivery time may become a basis for making an award. Failure to state delivery time may be used as a basis for rejection of bids. In the event deliveries are not made as specified to a City delivery point, the Purchasing Agent shall reserve the right to purchase any bid item from the next lowest bidder Repetitive failure to meet deliveries shall be just cause to cancel the contract in its entirety. 23 USE OF TRADE/BRAND NAMES When brand names, model, part numbers, and/or manufacturer's names are utilized in the context of the specifications, these are used only for description and are not a statement of preference. The item, product, or products which differ from the brand name referenced shall be considered if "the offered item or products meet the salient characteristics stated in the solicitation. Offers shall not be rejected because of differences which do not affect the suitability of the item or products for their intended use." Bidders are required to state exactly what they intend to furnish, and if varied from that specified, so indicate in spaces provided, unless otherwise noted. Appropriate brochures or catalogs are to be furnished and detailed information must be annotated where requested. Acceptance of any substitute item and/or commodity shall be the ultimate prerogative of the City. These specifications are not meant to describe any particular brand, rather to establish the minimum specifications and requirements of the City of Punta Gorda Florida for which the item is purchased. 24 QUALITY CONTROL If it is requested, elected vendor is to initiate a thorough quality control in conjunction with each respective item listed within the specification section of the bid and any other applicable instructions before actual delivery of the item or equipment to the City. To the extent a reasonable opportunity is available, in terms of equipment, these items to be checked out for functional operation, time required, one (1) day after receipt. The seller agrees to repair the product or to replace any malfunctioning parts, components, or assemblies at no charge to the buyer during this period. The right to reject nonconforming goods is retained for both latent and patent defects. 26 BUY AMERICAN Items or materials built and/or constructed within North America, (United States, Canada, Mexico) which have 75% or more content considered to be domestic, (standard used by U.S. Government). An exception to the above would be when the application of such a theory would be inconvenient with the Public or City's interest with consideration of Life Cycle Costing principals or an unreasonable increase in cost. 27 DRUG FREE WORKPLACE AFFIDAVIT The City of Punta Gorda has adopted a policy in observation of the Drug Free Work Place Act of 1988. Therefore, it is unlawful to manufacture, distribute, disperse, possess, or use any controlled substance in the City of Punta Gorda workplace. The City of Punta Gorda requests the attached Drug Free Workplace Affidavit to accompany your bid response. This form has been adopted by the City in accordance with the Drug Free Workplace Act. The City will not disqualify any bidder who does not concur with the affidavit. The Drug Free Workplace Affidavit is primarily used as tie breaker when two or more separate entities have submitted proposals at the some price, terms, and conditions, 28 MATERIAL SAFETY D, ATA SHEgT, MSDS In compliance with Chapter 442, Florida State Statutes, manufacturers and distributors shall supply the City with a MATERIAL SAFETY DATA SHEET, MSDS, for any and all commodities contained in this formal bid that include a toxic substance as listed on the Florida Substance List. Elected vendor shall forward all MSDS's within 30 days of receipt of a valid purchase order to: City of Punta Gorda, Purchasing Department, 326 W. Marion Avenue, Punta Gorda, Florida 33950. 29 APPLICABLE LAWS Bidders are advised that all City contracts and/or documentation pertinent to this formal bid are subject in full or in part to all legal requirements provided for in applicable City Ordinances. State Statutes. and Federal Regulations. Uniform Commercial Code, Chapters 671-679 et seq. Florida State Statutes shall prevail as the basis for contractual obligations between the elected vendor and the City for any terms and conditions not specifically stated within the context of this contract. 30 PUBLIC RECORD ItAW Correspondence, materials, and documents received pursuant to Formal Bids become public records subject to the provisions Of Chapteir 119, Florida Statutes, subject to the right and prohibition to inspect thereunder. Page 4 of 5 11 CONFLICT bF INTEREST 33 CONTRACT WORK HOURS/SAFETY STANDARDS ACT do employee of an agency acting in his official capacity as a )urchasing agent, or publlc officer acting In his official capacity, -hall either directly or indirectly purchase, rent, or lease any ealty, goods, or services for his own agency from any business ?ntity of which he or his spouse or child is an officer, partner, lirector, or proprietor or In which such officer or employee or his spouse or child or any combination of them, has a material aterest. (Defined as direct or Indirect ownership of more than 5 )ercent of thetotal assets on capital stock of any business entity). teference Paragraph 1.12-313 (3) and 112-312 (12) Florida State statutes. '2 EOUAL EMPLOYMENT OPPORTUNITY CLAUSE 'our firm shall be in compliance with Executive Order 11426 .qual Opportunity as amended by Executive Order 11375, and as upplemented by the Department of Labor Regulations as pplicable. Your firm shall be in compliance with provisions of Section 103 and Section 107 of Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) and as supplemented by the Department of Labor Regulations (Part V, 28CFR), 34 CONTRACT AGREEMENTS The City and the elected vendor agree that this contract sets forth the entire agreement between the parties, and that there are no promises or understandings other than those stated herein. None of the previous terms and conditions contalned in this contract may be added to, modified, superseded, or otherwise altered, except by written instrument executed in full concurrence by the parties thereto, Page 5 of 5 FROM: KELLY TRACTOR CO. FAX NO. INTRODUCTION Exhibit 1 Temp. Reso. 92; FOR __ PURCHASE OF A .150KW, DIESEL TRAILER NiOU�D GE,�tF:RATOR — R FOR THE WASTE COLLECTION DIVISION FORMAL BID #WCGENERAT111099 CITY OF PUNTA GORDA, FLORIDA The documents contained with this formal bid package constitute the complete set of specifications and bid forms. All bid forms and documents must be fully executed and submitted In sealed envelopes as specified in these Special Conditions.* The face of the envelope in the lower left hand corner must state the bid number, date of opening and the time of opening. The bidder's name and address must also be stated in the top left corner of the envelope. BIDS NOT SUBMITTED ON THE CITY'S BID FORMS SHALL BE REJECTED. With a submission of a bid the bidder agrees to be subject to all terms and conditions specified herein. No exception to the terms and conditions shall be allowed. Upon submission of a bid response to the City's Invitation to Bid constitutes a binding offer by the bidder. Any and all bids which do not comply with these requirements may be rejected at the option of the City. SCOPE: The City of Punta Gorda is requesting Sealed Formal Bids for the purchase of a 150 KW, diesel, trailer mounted generator with a gallon double walled fuel tank. The instructions contained herein must be followed in order for bids to be considered responsive. The City reserves the right to reject any or all bids. GENERAL REQUIREMENTS: The specifications contained herein are general in nature in relation to the purchase of one (1) each 150 KW, diesel, trailer mounted generator with a minimum 150 gallon double walled fuel tank and the enclosure shall be sound attenuation . The generator shall have a multi -voltage switch. Bids submitted must meet or exceed the technical specifications given within this bid package, The unit proposed shall meet or exceed a Pow'r Gard Mobile Generator, Model Switchables TS150 II. If the unit you are proposing varies from the specifications given, please detail all variances. The City reserves the right to accept or reject any variances that is found to be in the best interest of the City. Bids shall be delivered to the Office of the City Clerk, 326 W. Marion Avenue, Punta Gorda, Florida, on or before the time and date of Bid Opening, on November 10, 1999 at 3:00 P.M. to be held at City Hall Council Chambers. For information concerning this bid, please contact the Purchasing Department at (941) 575-3346. CITY OF PUNTA GORDA FORMAL BID #WCGENERAT111099 Page 6 FROM : KELLY TRACTOR CO. FAX NO. '• r May. 17 2000 10:49AM P1 PART II SPECIAL CONDITIONS FOR PURCHASE- OF A 150KW, DIESEL, TRAILER -MOUNTED GENERATOR FOR THE WASTE COLLECTION DIVISION FORMAL LID #WCGFN) RATI 11099 CITY OF PUNTA GORDA,' FLORIDA SPECIAL CONDITIONS The following special conditions that may vary from the General Conditions shall have precedence. Noted: 2 DELIVERED PRICES Your cost proposal shall be inclusive of any freight, handling, delivery, surcharges, or any other incidental charges that may be required for completing the project. 3 SHIPPING INSTRUCTIONS Delivery of materials shall be between the hours of 8:00 a.m. 4:00 p.m., Monday through Friday to the City's Fleet Maintenance Garage, 111 East Ann Street, Punta Gorda, Florida, 33950. The City is to be furnished with a packing slip for each delivery clearly annotating the purchase order number, quantity, part order number, description, unit pricing and packaged individually with part number(s) indicated on the package. Purchase order number must appear on the shipment. Vendor shall be responsible for all items covered within this contractuntil they are delivered and accepted at the designated delivery point. Vendorshall bear all risk on rejected or damaged items after notice of rejection. Such items must be removed by and at the expense of the vendor. 4 WARRANTY Product or material shall be warranted against any defects in materials and workmanship. This period of manufacturer's warranty shall begin to run at the time the item or materials are received, inspected, and accepted by a representative of the City. A one (1) year warranty shall apply unless otherwise required for a longer period when and as specified in the bid specifications. 5 FACTORY WARRANTY Elected vendorwill ensure that any factory service required while the item or items are underwarranty, that such service shall be performed at the nearest authorized dealer, with no extra charge of any nature. Any defective part, components, or assemblywhich will not fulfill orthat would jeopardize the end functional use of the item shall be replaced at no extra charge to the City, inclusive of the return of the item/equipment and return delivery of same at no extra charge. Name and address of nearest authorized dealer: 51. Kelly 7rt qtc 7pp-R. µ P FL e]'y J— 613 r S�i ?L CITY OF PUNTA GORDA FORMAL BID #WCGENERAT111099 Page 7 FROM : KELLY TRACTOR CO. FAX NO. : I EXTENDED WARRANTY May. 17 2000 10:49AM P1 vendors frequently furnish an extended warranty through themselves, the manufacturer, or both on the premise tnat the wear and tear of the City is far less than that of a contractor who uses the equipment on a daily basis. Accordingly, list the terms such as the intended warranty if applicable and available: 7 MERCHANTABILITY WARRANTY The goods or items furnished shall be of a merchantability quality. They also shall be suitable for the particular purpose as referenced in the bid and in all supporting literature relating to the goods or items being offered. 8 SERVICE OR PARTS MANUALS Elected vendor will furnish upon delivery two (2) copies of parts and service manuals applicable to this equipment. 9 CONTRACT/BID FORMS 9.1 All forms forwarded with a bid proposal response must be thoroughly completed in ink or typewritten including all affidavits and response to annotated items. Concur Variance 9.2 Bids by corporations must be executed in the corporate name by the president or a vice-president (orother corporate officer accompanied by evidence of authorityto sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Concur Variance 9.3 Bids by partnership must be executed in the partnership name and signed by partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. All names must be typed or printed below the signature. Concur Variance 9.4 The first page, Invitation to Bid page contains an acknowledgment of receipt of all Addenda. The number and date shall be annotated. Concur Variance 9.5 Submission of Bids - Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be included in a sealed envelope, marked with the Project title and name and address of the Bidder. Concur V Variance 9.6 Modifications and Withdrawal of Bids - Bids which may be modified or withdrawn and have been delivered to the City Clerk's Office at anytime prior to the opening time and date must be altered or withdrawn by written request to the Purchasing Department, 326 W. Marion Avenue, Punta Gorda, FL, 33950. Concur Lf Variance CITY OF PUNTA GORDA FORMAL BID #WCGENERAT111099 Page 8 FROM : KELLY TRACTOR CO. FAX NO. : May. 17 2000 10:50AM P1 9.7' ' Opening of Bids - Bids will be opened as indicated in the Invitation to Bid. ' Concur _ Ll� Variance 9.8 All Bids shall remain open four ninety (90) days after the day of the Bid Opening. Concur v Variance 10 AWARD OF CONTRACT 10.1 If a Contract Is to be awarded, it will be awarded to the lowest, most responsive responsible Bidder whose evaluation by CITY indicates to CITY that the award will be in the best interest of the City. Concur Variance 10.2 If the Contract is to be awarded, CITY will give the apparent successful Bidder a Notice of Award within ninety' (00) days after the day of the Bid Opening. Concur l/ Variance 10.3 The attached Bid Offer shall be fully annotated and returned as part of your firm's bid proposal response. Concur V Variance 11 INDEMNIFICATION/HOLD HARMLESS The elected firm shall (if required by City) defend, indemnify and hold the City, the City's representative or agent, and the officers, directors, agents, employees, and assign of each harmless forand against any and all claims, demands, suits, judgments, damages to persons orproperty, injuries, losses or expenses of any nature whatsoever (including attorneys' fees at trial at appellate level) arising directly or indirectly from or out of any negligent act or omission of the elected firm, its subconsultanls and their officer, directors, agents or employees; any failure of the elected firm to perform its services hereunder in accordance with generally accepted professional standards; any material breach of the elected firm's representations as set forth in the proposal or any other failure of the elected firm to comply with the obligations on its part to be performed under this contract. (Revised 12/16/98) Concur Variance Please Print Name Signature 12 PIGGYBACK CLAUSE: It is understood and agreed by the City of Punta Gorda and the successful bidder(s) that any local governmental entity (Lee, Sarasota, Desoto, Charlotte, Collier Counties) may purchase the materials and/or services specified herein in accordance with the prices submitted by the successful bidder(s). It is also understood and agreed that each local entity will establish its own contract with a successful bidder, place its own orders, be invoiced therefrom and make its own payments to the successful bidder in accordance with the terms of the contract established between the local governmental entity and the successful bidder. TY OF PUNTA GORDA MAL SID #WCGENERAT111099 Page 9 FROM KELLY TRACTOR ZO" " `""r FAX NO. "T May. 17 2000 10:50AM PIE It is`also hereby mutually understood and agreed that the City of Punta Gorda is not a legally bound party to .a contractual agreement made between a successful bidder and any local entity other than the City of Punta Gorda. The biddeyhereby agrees to the above stated provisions of the piggyback clause: YES 1/ NO 13 ACCEPTING CONTENTS OF BID I have read and accept responsibility for the contents of each page of this formal bid package by my signature given in the Cost Proposal. Concur Nonconcurrence 14 REFERENCES 14.1 Name three governmental agencies, preferably, for which you have performed work and to which you refer: SENCY CONTACT PHONE# & FAX # Ile- Wtx — P 7q) 7 3-a CC L cat= SPe: a 7sY-Y.6a - as ,2&� 0 j,t va~ rr� . % Fr�t � ('h� lag, %SY -- 7G r — 5/ a P) r7551— 761-5� 24 CITY OF PUNTA GORDA page 10 FORMAL BID #WCGENERAT111099