Loading...
HomeMy WebLinkAboutExhibitAgreement # FM451 GRANT AGREEMENT BETWEEN STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES AND CITY OF MIAMI THIS GRANT AGREEMENT (Agreement) is made and entered into by and between the state of Florida (State), Department of Financial Services (Department), and the City of Miami (Grantee), effective as of the date last signed. The Department and the Grantee are sometimes referred to individually as a "Party" and collectively as the "Parties." THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS: WHEREAS, the Department, through its Division of State Fire Marshal, has received direction from line item 2360A of the General Appropriations Act for the 2018/2019 State fiscal year to grant funds to the Grantee; WHEREAS, the Grantee represents that it is fully qualified and eligible to receive these grant funds to perform the deliverables requirements identified herein in accordance with the terms and conditions hereinafter set forth; and WHEREAS, the Department has authority pursuant to State law to disburse the funds under this Agreement. NOW, THEREFORE, the Department and the Grantee do mutually agree as follows: A. Deliverables and Performance Requirements: In accordance with line item 2360A of the General Appropriations Act, the funds shall be used to purchase equipment to facilitate emergency response and assistance services provided to the citizens of the City of Miami. B. Incorporation of Laws, Rules, Regulations, and Policies: The Parties shall be governed by applicable state and federal laws, rules, and regulations, including, but not limited to, those identified in Attachment 3, Index of Applicable Laws and Regulations, or otherwise referenced in this Agreement. C. Agreement Period: The term of this Agreement (Agreement Period) begins on July 1, 2018, and, ends on June 30, 2019. No renewals are available under this Agreement. D. Funding Requirements of Section 215.971(1), Florida Statutes IFS.): Page 1 of 26 1. The Grantee and its subrecipients may only expend funding under this Agreement for allowable costs resulting from obligations incurred during the Agreement Period. 2. The Grantee shall refund to the Department any balance of unobligated funds which has been advanced or paid to the Grantee. 3. The Grantee shall refund to the Department all funds paid in excess of the amount to which the Grantee or its subrecipients are entitled under the terms and conditions of the Agreement. E. Agreement Payment and Funding Considerations: 1. Compensation. This is a cost reimbursement agreement. This Agreement shall not exceed $400,000.00, which shall be paid by the Department after acceptance of the Grantee's performance as set forth by the terms and conditions of this Agreement. The State's (and the Department's) performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. 2. Payment Process. Subject to the terms and conditions established in this Agreement, and the billing procedures established by the Department, the Department agrees to pay the Grantee in accordance with section 215.422, F.S. To obtain the applicable interest rate, please refer to http://www.mvfloridacfo.com/Division/AA/Vendors/default.htm. 3. Grantee Rights. A Vendor Ombudsman has been established within the Department. The duties of this individual include acting as an advocate for grantees who may be experiencing problems in obtaining timely payment(s) from a State agency. The Vendor Ombudsman may be reached at (850) 413-5516. 4. Taxes. The Department is exempted from payment of State sales and use taxes and Federal Excise Tax. Unless otherwise provided by law, the Grantee, however, shall not be exempted from paying State sales and use taxes to the appropriate governmental agencies or for payment by the Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with the Department. The Grantee shall not use the Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. The Grantee shall provide the Department its taxpayer identification number upon request. 5. Expenditures. All expenditures must be in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not limited to, the State of Florida Reference Guide for State Expenditures, which can be obtained at http:J/www.mvfloridacfo.com/nadir/reference guide/. 6. Invoice Detail. Invoices submitted by the Grantee for payment must fulfill all requirements specified in Attachment 1, Statement of Work, including provision of supporting documentation, when applicable. The Grantee shall submit invoices in sufficient detail to fulfill the requirements of the State of Florida Reference Guide for State Expenditures. Page 2 of 26 7. interim Payments. Payments will be made to the Grantee only after the Department's acceptance of deliverables; however, under extenuating circumstances, the Department may, at its sole discretion, accept partial performance and make partial payment for the partial performance. 8. Advance Payments. If authorized by sections 215.422(14) or 216.181(16), F.S., and approved in writing by the Department, the Grantee may be provided an advance as part of this Agreement. 9. Final Invoice. The Grantee shall submit the final invoice for payment to the Department no later than sixty (60) calendar days after the Agreement ends or is terminated. If the Grantee fails to do so, the Department, in its sole discretion, may refuse to honor any requests submitted after this time period and may consider the Grantee to have forfeited any and all rights to payment under this Agreement. F. Governing Laws of the State of Florida: 1. Governing Law. The Grantee agrees that this Agreement is entered into in the state of Florida, and shall be construed, performed, and enforced in all respects in accordance with the laws, rules, and regulations of the State. Each Party shall perform its obligations herein in accordance with the terms and conditions of this Agreement. Without limiting the provisions of Section U., Dispute Resolution, the exclusive venue of any legal or equitable action that arises out of or relates to the Agreement shall be the appropriate State court in Leon County, Florida; in any such action, the Parties waive any right to jury trial. 2. Ethics. The Grantee shall comply with the requirements of sections 11.062 and 216.347, F.S. The Grantee shall not, in connection with this or any other agreement with the State, directly or indirectly: 1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any State officer or employee's decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty; or 2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause 2), "gratuity" means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. Upon request of the Department's Inspector General, or other authorized State official, the Grantee shall provide any type of information the Inspector General deems relevant to the Grantee's integrity or responsibility. Such information may include, but shall not be limited to, the Grantee's business or financial records, documents, or files of any type or form that refer to or relate to this Agreement. The Grantee shall retain such records in accordance with the record retention requirements of Part V of Attachment 2, Audit Requirements for Awards of State and Federal Financial Assistance. 3. Advertising. Subject to chapter 119, F.S., the Grantee shall not publicly disseminate any information concerning this Agreement without prior written approval from the Department, including, but not limited to, mentioning this Agreement in a press release or other promotional material, identifying the Department or the State as a reference, or otherwise linking the Grantee's name and either a description of the Agreement or the name of the Department or the State in any material published, either in print or electronically, to any Page 3 of 26 entity that is not a Party to this Agreement, except potential or actual authorized distributors, dealers, reseliers, or service representatives. 4. Sponsorship. As required by section 286.25, F.S., if the Grantee is a nongovernmental organization that sponsors a program financed wholly or in part by State funds, including any funds obtained through this Agreement, it shall, in publicizing, advertising, or describing the sponsorship of the program, state: "Sponsored by (Grantee's name) and the State of Florida, Department of Financial Services." If the sponsorship reference is in written material, the words "State of Florida, Department of Financial Services" shall appear in the same size letters or type as the name of the Grantee. 5. Conflict of Interest. This Agreement is subject to chapter 112, F.S. The Grantee shall disclose the name of any officer, director, employee, or other agent who is also an employee of the State. The Grantee shall also disclose the name of any State employee who owns, directly or indirectly, more than a five percent (5%) interest in the Grantee or its affiliates. 6. Records Retention. The Grantee shall retain all records that it made or received in conjunction with the Agreement. The Grantee shall retain such records for the longer of five (5) years after the end of the Performance Period and all pending matters or the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dlis.dos.state.fl.us/recordsmgmt/gen records schedules.cfm), whichever is longer. If the Grantee's record retention requirements terminate prior to the requirements stated herein, the Grantee may meet the Department's record retention requirements for this Agreement by transferring its records to the Department at that time, and by destroying duplicate records in accordance with section 501.171, F.S., and, if applicable, section 119.0701, F.S. The Grantee shall adhere to established information destruction standards such as those established by the National Institute of Standards and Technology Special Publication 800-88, "Guidelines for Media Sanitization" (2006). See http://csrc.nist.gov. G. Return or Recoupment of Funds: 1. If the Grantee or its independent auditor discovers that overpayment has been made, the Grantee shall repay said overpayment within forty (40) calendar days without prior notification from the Department. In the event that the Department first discovers an overpayment has been made, the Department will notify the Grantee by letter. Should repayment not be made in a timely manner, the Department shall be entitled to charge interest at the lawful rate of interest on the outstanding balance beginning forty (40) calendar days after the date of notification or discovery. Refunds should be sent to the Department's Agreement Manager, and made payable to the "Department of Financial Services." 2. Notwithstanding the damages limitations of Section W., Limitation of Liability, if the Grantee's non-compliance with any provision of the Agreement results in additional cost or monetary loss to the Department or the State, the Department can recoup that cost or loss from monies owed to the Grantee under this Agreement or any other agreement between the Grantee and any State entity. In the event that the discovery of this cost or loss arises when no monies are available under this Agreement or any other agreement between the Grantee and any State entity, the Grantee will repay such cost or loss in full to the Department within thirty (30) days Page 4 of 26 of the date of notice of the amount owed, unless the Department agrees, in writing, to an alternative timeframe. H. Audits and Records: 1. Representatives of the Department, including the State's Chief Financial Officer, the State's Auditor General, and representatives of the federal government, shall have access to any of the Grantee's books, documents, papers, and records, including electronic storage media, as they may relate to this Agreement, for the purposes of conducting audits or examinations or making excerpts or transcriptions. 2. The Grantee shall maintain books, records, and documents in accordance with generally accepted accounting principles to sufficiently and properly reflect all expenditures of funds provided by the Department under this Agreement. 3. The Grantee shall comply with all applicable requirements of section 215.97, F.S., and Attachment 2, Audit Requirements for Awards of State and Federal Financial Assistance; and, if an audit is required thereunder, the Grantee shall disclose all related party transactions to the auditor. 4. The Grantee shall retain all its records, financial records, supporting documents, statistical records, and any other documents (including electronic storage media) pertinent to this Agreement in accordance with the record retention requirements of Part V of Attachment 2, Audit Requirements for Awards of State and Federal Financial Assistance. The Grantee shall cooperate with the Department to facilitate the duplication and transfer of such records or documents upon request of the Department. 5. The Grantee shall include the aforementioned audit and record keeping requirements in all approved subrecipient contracts and assignments. I. Employment Eligibility Verification: 1. The Grantee is responsible for payment of costs, if any, and retention of records relating to employment eligibility verification. These records are exempt from chapter 119, F.S. Verification requires the following: a) In cooperation with the Governor's Executive Order 11-116, the Grantee must participate in the federal E-Verify Program for Employment Eligibility Verification under the terms provided in the "Memorandum of Understanding" with the federal Department of Homeland Security governing the program if any new employees are hired to work on this Agreement during the Agreement Period. The Grantee agrees to provide to the Department, within thirty (30) days of hiring new employees to work on this Agreement, documentation of such enrollment in the form of a copy of the E-Verify "Edit Company Profile" screen, which contains proof of enrollment in the E-Verify Program. Information on "E-Verify" is available at the following website: http://www.e-verify.gov/. b) The Grantee further agrees that it will require each subrecipient and each contractor that performs work under this Agreement to enroll and participate in the E-Verify Program if the subrecipient or contractor hires new employees during the Agreement Period. The Page 5 of 26 Grantee shall include this provision in any subrecipient agreement or contract and obtain from the subrecipient(s) or contractor(s) a copy of the "Edit Company Profile" screen indicating enrollment in the E-Verify Program and make such record(s) available to the Department upon request. 2. Compliance with the terms of this Employment Eligibility Verification provision will be an express condition of this Agreement and the Department may treat a failure to comply as a material breach of this Agreement. J. Non -Discrimination: The Grantee shall not discriminate unlawfully against any individual employed in the performance of this Agreement because of race, religion, color, sex, physical handicap unrelated to such person's ability to engage in this work, national origin, ancestry, or age. The Grantee shall provide a harassment -free workplace, with any allegation of harassment to be given priority attention and action. K. Duty of Continuing Disclosure of Legal Proceedings and Instances of Fraud: 1. The Grantee shall promptly notify the Department of any criminal litigation, investigation, or proceeding that arises during the Agreement Period involving the Grantee, or, to the extent the Grantee is aware, any of the Grantee's subrecipients or contractors (or any of the foregoing entities' then -current officers or directors). In addition, the Grantee shall promptly notify the Department of any civil litigation, arbitration, or proceeding that arises during the Agreement Period, to which the Grantee (or, to the extent the Grantee is aware, any subrecipient or contractor hereunder) is a party, and which: a) might reasonably be expected to adversely affect the viability or financial stability of the Grantee or any subrecipient or contractor hereunder; or b) involves a claim or written allegation of fraud against the Grantee, or any subrecipient or contractor hereunder, by a governmental or public entity arising out of business dealings with governmental or public entities. All notices under this Section must be provided to the Department within thirty (30) business days following the date on which the Grantee first becomes aware of any such litigation, investigation, arbitration, or other proceeding (collectively, a "Proceeding"). Details of settlements that are prevented from disclosure by the terms of the settlement may be annotated as such. 2. This duty of disclosure applies to the Grantee's, subrecipient's, or contractor's officers and directors when any proceeding relates to the officer's or director's business or financial activities. 3. Instances of Grantee operational fraud or criminal activities, regardless of whether a legal proceeding has been initiated, shall be reported to the Department's Agreement Manager within twenty-four (24) hours of the Grantee being made aware of the incident. Page 6 of 26 4. The Grantee shall promptly notify the Department's Agreement Manager of any Proceeding relating to or affecting the Grantee's, subrecipient's, or contractor's business. If the existence of such Proceeding causes the State concern that the Grantee's ability or willingness to perform the Agreement is jeopardized, the Grantee shall be required to provide the Department's Agreement Manager all reasonable assurances requested by the Department to demonstrate that: a) The Grantee will be able to perform the Agreement in accordance with its terms and conditions; and b) The Grantee and/or its employees, agents, subrecipients, or contractor(s) have not and will not engage in conduct in performance under the Agreement that is similar in nature to the conduct alleged in such proceeding. L Assignments, Subgrants, and Contracts: 1. Unless otherwise specified in Attachment 1, Statement of Work, without prior written approval of the Department, the Grantee may not: 1) subgrant any of the funds provided to the Grantee by the Department under this Agreement; 2) for any services described herein, contract such services out to a third party; or 3) assign any of the Grantee's rights or responsibilities hereunder, unless specifically permitted by law to do so. Any such subgrant, contract, or assignment occurring without the prior approval of the Department shall be null and void. In the event the Department approves transfer of the Grantee's obligations, the Grantee remains responsible for all work performed and all expenses incurred in connection with the Agreement. In addition, this Agreement shall bind the successors, assigns, and legal representatives of the Grantee, and of any legal entity that succeeds the Grantee, to the Grantee's obligations to the Department. 2. The Grantee agrees to be responsible for all work performed and all expenses incurred in fulfilling the obligations of this Agreement. If the Department permits the Grantee to contract all or part of the work contemplated under this Agreement, including entering contracts with vendors for services, it is understood by the Grantee that all such contract arrangements shall be evidenced by a written document containing all provisions necessary to ensure the contractor's compliance with applicable state and federal law. The Grantee further agrees that the Department shall not be liable to the contractor for any expenses or liabilities incurred under the contract and that the Grantee shall be solely liable to the contractor for all expenses and liabilities incurred under the contract. The Grantee, at its expense, will defend the Department against such claims. 3. The Grantee agrees that the Department may assign or transfer its rights, duties, or obligations under this Agreement to another governmental entity upon giving prior written notice to the Grantee. 4. The Grantee agrees to make payments to any subrecipient or contractor within seven (7) working days after receipt of full or partial payments from the Department unless otherwise stated in the agreement between the Grantee and the subrecipient or contractor. The Grantee's failure to pay its subrecipients or contractors within seven (7) working days will result in a statutory penalty charged against the Grantee and paid to the subrecipient or Page 7 of 26 contractor in the amount of one-half of one (1) percent of the amount due per day from the expiration of the period allowed herein for payment. Such statutory penalty shall be in addition to actual payments owed and shall not exceed fifteen (15) percent of the outstanding balance due. (See section 287.0585, F.S.) M. Nonexpendable Property: 1. For the requirements of this Section of the Agreement, "nonexpendable property" is the same as "property" as defined in section 273.02, F.S. (equipment, fixtures, and other tangible personal property of a non -consumable and nonexpendable nature, with a value or cost of $1,000 or more, and a normal expected life of one year or more; hardback -covered bound books that are circulated to students or the general public, with a value or cost of $25 or more; and hardback -covered bound books, with a value or cost of $250 or more). 2. All nonexpendable property purchased under this Agreement shall be listed on the property records of the Grantee. For the purposes of section 273.03, F.S., the Grantee is the custodian of all nonexpendable property, and shall be primarily responsible for the supervision, control, and disposition of the property in his or her custody (but may delegate its use and immediate control to a person under his or her supervision and may require custody receipts). The Grantee must submit an inventory report to the Department with the final expenditure report and inventory annually and maintain accounting records for all nonexpendable property purchased under the Agreement. The records must include information necessary to identify the property, which, at a minimum, must include the following: property tag identification number; description of the item(s); if a group of items, the number and description of the components; physical location; name, make, or manufacturer; year and/or model; manufacturer's serial number(s); if an automobile, the vehicle identification number and title certificate number; date of acquisition; cost or value at date of acquisition; date last inventoried; and the current condition of the item. 3. At no time shall the Grantee dispose of nonexpendable property purchased under this Agreement without the written permission of, and in accordance with instructions from, the Department. In addition to its plain meaning, "dispose of" includes selling, exchanging, transferring, distributing, gifting, and loaning. If the Grantee proposes to dispose of the nonexpendable property, or take any other action that will impact its ownership of the property or modify the use of the property other than for the purposes stated herein, the Department shall have the right, in its sole discretion, to demand that the Grantee reimburse the Department the fair market value of the impacted nonexpendable property. 4. The Grantee is responsible for any loss, damage, or theft of, and any loss, damage, or injury caused by the use of, nonexpendable property purchased with State funds and held in its possession for use in accordance with this Agreement. Immediately upon discovery, the Grantee shall notify the Department, in writing, of any property loss with the date and reason(s) for the loss. 5. The Grantee shall be responsible for the correct use of all nonexpendable property obtained using funds provided by this Agreement, and for the implementation of adequate maintenance procedures to keep the nonexpendable property in good operating condition. Page 8 of 26 6. A formal amendment to this Agreement is required prior to the purchase of any item of nonexpendable property not specifically listed in the approved Agreement budget (see Attachment 1, Statement of Work). 7. Title (ownership) to all nonexpendable property acquired with funds from this Agreement must be vested in the Department and said property shall be transferred to the Department upon completion or termination of the Agreement unless otherwise authorized in writing by the Department. N. Insurance: During the Agreement Period, the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits as may be reasonably associated with the Agreement. Providing and maintaining adequate insurance coverage is a material obligation of the Grantee, and failure to maintain such coverage may void the Agreement. The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to write policies in the State. Specific insurance requirements, if any, are listed in Attachment 1, Statement of Work. Upon execution of this Agreement, the Grantee shall provide the Department written verification of the existence and amount for each type of applicable insurance coverage. Within thirty (30) days of the effective date of the Agreement, the Grantee shall furnish the Department proof of applicable insurance coverage by standard ACORD form certificates of insurance. In the event that any applicable coverage is cancelled by the insurer for any reason, the Grantee shall immediately notify the Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within fifteen (15) business days after the cancellation of coverage. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Grantee. O. Intellectual Property Rights: Where activities supported by this Agreement result in the creation of intellectual property rights, the Grantee shall notify the Department, and the Department will determine whether Grantee will be required to grant the Department a perpetual, irrevocable, royalty -free, nonexclusive license to use, and to authorize others to use for State government purposes, any resulting patented, copyrighted, or trademarked work products developed under this Agreement. The Department will also determine whether Grantee will be required to pay all or a portion of any royalties resulting from such patents, copyrights, or trademarks. P. Independent Contractor Status: In the Grantee's performance of its duties and responsibilities under this Agreement, it is mutually understood and agreed that the Grantee is at all times acting and performing as an independent Page 9 of 26 contractor. The Department shall neither have nor exercise any control or direction over the methods by which the Grantee shall perform its work and functions other than as provided herein. Nothing in this Agreement is intended to or shall be deemed to constitute a partnership or joint venture between the Parties. 1. Except where the Grantee is a State agency, the Grantee (and its officers, agents, employees, subrecipients, contractors, or assignees), in performance of this Agreement, shall act in the capacity of an independent contractor and not as an officer, employee, or agent of the State. Further, unless specifically authorized to do so, the Grantee shall not represent to others that, as the Grantee, it has the authority to bind the Department or the State. 2. Except where the Grantee is a State agency, neither the Grantee nor its officers, agents, employees, subrecipients, contractors, or assignees, are entitled to State retirement or State leave benefits, or to any other compensation of State employment as a result of performing the duties and obligations of this Agreement. 3. The Grantee agrees to take such actions as may be necessary to ensure that each subrecipient or contractor will be deemed to be an independent contractor and will not be considered or permitted to be an agent, servant, joint venturer, or partner of the State. 4. Unless justified by the Grantee, and agreed to by the Department in Attachment 1, Statement of Work, the Department will not furnish services of support (e.g., office space, office supplies, telephone service, secretarial, clerical support, etc.) to the Grantee or its subrecipient, contractor, or assignee. 5. The Department shall not be responsible for withholding taxes with respect to the Grantee's compensation hereunder. The Grantee shall have no claim against the Department for vacation pay, sick leave, retirement benefits, social security, workers' compensation, health or disability benefits, reemployment assistance benefits, or employee benefits of any kind. The Grantee shall ensure that its employees, subrecipients, contractors, and other agents, receive benefits and necessary insurance (health, workers' compensation, reemployment assistance benefits) from an employer other than the State. 6. The Grantee, at all times during the Agreement Period, must comply with the reporting and Reemployment Assistance contribution payment requirements of chapter 443, F.S. Q. Electronic Funds Transfer: The Grantee agrees to enroll in Electronic Funds Transfer (EFT), offered by the State's Chief Financial Officer, within thirty (30) days of the date the last Party has signed this Agreement. Copies of the authorization form and a sample blank enrollment letter can be found on the vendor instruction page at: http://www.myfloridacfo.com/Division/AA/Vendors/ Questions should be directed to the EFT Section at (850) 413-5517 Once enrolled, invoice payments will be made by EFT. R. Entire Agreement: Page 10 of 26 This Agreement, and any referenced attachment, exhibit, or addendum, embodies the entire agreement of the Parties. There are no other provisions, terms, conditions, or obligations. This Agreement supersedes all previous oral or written communications, representations, or agreements on this subject. If there are any conflicting provisions between the documents that make up the Agreement, the following order of precedence applies: a) Attachment 1, Statement of Work (with its referenced 25-page proposal); b) This main Agreement document; c) Attachment 2, Audit Requirements for Awards of State and Federal Financial Assistance (with its Exhibit 1); d) Any other attachments, in numerical order; e) The addenda, in alphabetical order; and f) The appendices, in numerical order, if any. S. Time is of the Essence: Time is of the essence regarding the performance obligations set forth in this Agreement. In addition to the deadlines for performance for the Grantee's obligation to timely provide deliverables under this Agreement, additional requirements, including, but not limited to, attendance of meetings or submittal of reports, must be timely performed in accordance with the Agreement. T. Termination: 1. Termination Due to the Lack of Funds. If funds are not appropriated or available for the Agreement purpose, such event will not constitute a default by the Department or the State. The Department agrees to notify the Grantee in writing at the earliest possible time if funds are no longer available. In the event that any funding identified by Grantee as funds to be provided for completion of the purchase as described herein becomes unavailable, including if any State funds upon which this Agreement is dependent are withdrawn or redirected, the Department may terminate this Agreement upon no less than twenty-four (24) hour notice in writing to the Grantee. The Department shall be the final authority as to the availability of funds. 2. Termination for Cause. The Department may terminate the Agreement if the Grantee fails to: 1) satisfactorily complete the deliverables within the time specified in the Agreement; 2) maintain adequate progress, thus endangering performance of the Agreement; 3) honor any term of the Agreement; or 4) abide by any statutory, regulatory, or licensing requirement. The Grantee shall continue to perform any work not terminated. The rights and remedies of the Department in this clause are in addition to any other rights and remedies provided by law or under the Agreement. The Grantee shall not be entitled to recover any cancellation charges or lost profits. Upon termination, the Department may require that the Grantee return to the Department any funds that were used for purposes that are considered ineligible under: 1) this Agreement; or 2) applicable program laws, rules, and regulations governing the use of funds under this Agreement. 3. Termination for Convenience. Page 11 of 26 The Department, by written notice to the Grantee, may terminate this Agreement, in whole or in part, when the Department determines in its sole discretion that it is in the State's interest to do so. The Grantee shall not furnish any product after it receives the Notice of Termination, except as necessary to complete the continued portion of the Agreement, if any. The Grantee shall not be entitled to recover any cancellation charges or lost profits. 4. Grantee's Responsibilities upon Termination. If the Department issues a Notice of Termination to the Grantee, except as otherwise specified by the Department in that notice, the Grantee shall: a) Stop work under this Agreement on the date and to the extent specified in the notice; b) Complete performance of such part of the work that has not been terminated by the Department, if any; c) Take such action as may be necessary, or as the Department may specify, to protect and preserve any property which is in the possession of the Grantee and in which the Department has or may acquire an interest; and d) Upon the effective date of termination of this Agreement, the Grantee shall transfer, assign, and make available to the Department all property and materials belonging to the Department. No extra compensation will be paid to the Grantee for its services in connection with such transfer or assignment. U. Dispute Resolution: Unless otherwise stated in Attachment 1, Statement of Work, disputes concerning the performance of the Agreement shall be decided by the Department, who shall reduce the decision to writing and serve a copy to the Grantee. In the event a Party is dissatisfied with the dispute resolution decision, jurisdiction for any dispute arising under the terms of the Agreement will be in State courts, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the Parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. V. Indemnification: 1. The Grantee shall be fully liable for the actions of its agents, employees, partners, subrecipients, or contractors and shall fully indemnify, defend, and hold harmless the State and the Department, and their officers, agents, and employees, from suits, actions, damages, and costs of every name and description, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by the Grantee, its agents, employees, partners, subrecipients, or contractors provided, however, that the Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the State or the Department. 2. Further, the Grantee shall fully indemnify, defend, and hold harmless the State and the Department from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, or intellectual property right provided, however, that the foregoing obligation shall not apply to the Department's misuse or modification of the Grantee's products or the Department's operation or use of the Grantee's products in a Page12of26 manner not contemplated by the Agreement. If any product is the subject of an infringement suit, or in the Grantee's opinion is likely to become the subject of such a suit, the Grantee may at its sole expense procure for the Department the right to continue using the product or to modify it to become non -infringing. If the Grantee is not reasonably able to modify or otherwise secure the Department the right to continue using the product, the Grantee shall remove the product and refund the Department the amounts paid in excess of a reasonable rental for past use. The Department shall not be liable for any royalties. 3. The Grantee's obligations under the preceding two paragraphs with respect to any legal action are contingent upon the State or the Department giving the Grantee: 1) written notice of any action or threatened action, 2) the opportunity to take over and settle or defend any such action at the Grantee's sole expense, and 3) assistance in defending the action at the Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by the State or the Department in any legal action without the Grantee's prior written consent, which shall not be unreasonably withheld. NOTE: For the avoidance of doubt, if the Grantee is a State agency or subdivision, as defined in section 768.28(2), F.S., pursuant to section 768.28(19), F.S., neither Party indemnifies nor insures or assumes any liability to the other Party for the other Party's negligence. W. Limitation of Liability: Unless otherwise specifically enumerated in this Agreement, no Party shall be liable to another for special, indirect, punitive, or consequential damages, including lost data or records (unless the Agreement requires the Grantee to back-up data or records), even if the Party has been advised that such damages are possible. No Party shall be liable for lost profits, lost revenue, or lost institutional operating savings. The State and the Department may, in addition to other remedies available to them at law or equity and upon notice to the Grantee, retain such monies from amounts due the Grantee as may be necessary to satisfy any claim for damages, penalties, costs, and the like asserted by or against them. X. Force Majeure and Notice of Delay from Force Majeure: Neither Party shall be liable to the other for any delay or failure to perform under this Agreement if such delay or failure is neither the fault nor caused by the negligence of the Party or its employees or agents and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Party's control, or for any of the foregoing that affects subrecipients, contractors, or suppliers if no alternate source of supply is available. However, in the event of delay from the foregoing causes, the Party shall take all reasonable measures to mitigate any and all resulting delay or disruption in the Party's performance obligation under this Agreement. If the delay is excusable under this paragraph, the delay will not result in any additional charge or cost under the Agreement to either Party. In the case of any delay the Grantee believes is excusable under this paragraph, the Grantee shall notify the Department in writing of the delay or potential delay and describe the cause of the delay either: 1) within ten (10) calendar days after the cause that creates or will create the delay first arose, if the Grantee could reasonably foresee that a delay could occur as a result; or 2) within Page 13 of 26 five (5) calendar days after the date the Grantee first had reason to believe that a delay could result, if the delay is not reasonably foreseeable. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. The Department, in its sole discretion, will determine if the delay is excusable under this paragraph and will notify the Grantee of its decision in writing. No claim for damages, other than for an extension of time, shall be asserted against the Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from the Department for any reason. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist, the Grantee shall resume performance at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the ability of the Grantee to timely complete its obligations under the Agreement, in which case, the Department may terminate the Agreement in whole or in part. Y. Severability: If any provision, in whole or in part, of this Agreement is held to be void or unenforceable by .} court of competent jurisdiction, that provision shall be enforced only to the extent that it is not in violation of law or is not otherwise unenforceable, and all other provisions remain in full force and effect. Z. Survival: Any right or obligation of the Parties in this Agreement which, by its express terms or nature and context is intended to survive termination or expiration of this Agreement, will survive any such termination or expiration. AA. Execution in Counterparts: This Agreement may be executed in counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. BB. Contact Information for Grantee and Department Contacts: Grantee's Payee: Grantee's Agreement Manager: Name: City of Miami Name: Pete Gomez Address: 444 SW 2nd Ave, 6th Floor Address: 444 SW 2nd Avenue City, State, Zip code: Miami, Florida 33130 City, State, Zip code: Miami, Florida 33130 Phone: (305) 416-1328 Phone: (305) 416-5402 Fax: (305) 400-5048 Fax: (305) 569-4070 Email: epaschal@miamigov.com Email: PGomez@miamigov.com Page 14 of 26 Department's Agreement Manager: Name: Melissa Dembicer Address: 200 E. Gaines Street City, State, Zip code: Tallahassee, Florida 32399 Phone: 850-413-3606 Fax: 850-922-1235 Email: Melissa.Dembicer@myfloridacfo.com In the event that any of the information provided in this Section changes after the execution of this Agreement, the Party making such change will notify the other Party(ies) in writing of such change. Such changes shall not require a formal amendment to the Agreement. CC. Notices: The contact information provided in the preceding Section shall be used by the Parties for all communications under this Agreement. Where the term "written notice" is used to specify a notice requirement herein, said notice shall be deemed to have been given: (1) when personally delivered; (2) when transmitted via facsimile with confirmation of receipt or email with confirmation of receipt if the sender on the same day sends a confirming copy of such notice by a recognized overnight delivery service (charges prepaid); (3) the day following the day (except if not a business day, then the next business day) on which the same has been delivered prepaid to a recognized overnight delivery service; or (4) on the date actually received or the date of the certification of receipt. Page 15 of 26 IN WITNESS THEREOF, and in consideration of the mutual covenants set forth in the documents that make up this Agreement, the Parties have caused to be executed this Agreement by their undersigned, duly -authorized officials. CITY OF MIAMI DEPARTMENT OF FINANCIAL SERVICES By By Signature Signature Name Joseph Napoli Name Ryan West Title Deputy City Manager Title Chief of Staff Date Date Page 16 of 26 Attachment 1 STATEMENT OF WORK 1. Project Description: The 2018-2019 General Appropriations Act, line 2360A, appropriated $400,000.00 to the Grantee. The funds will be used to assist the Grantee in the purchase of a Mobile Command Vehicle to facilitate emergency response and assistance services provided to the citizens of the Grantee. The Grantee will receive funding for the remaining $329,953,00 from its general fund. 2. Grantee's Responsibilities: a. Purchase of one (1) 2020 Freightliner M2 Chassis Mobile Command Vehicle, as specified in the proposal which is attached as the final twenty-five (25) pages of this Agreement and incorporated herein as part of this Attachment 1. b. Provide to the Department the required supporting documents with the invoice as specified in Section 5. 3. Department's Responsibilities: The Department shall monitor the Grantee's progress as it deems necessary to verify that all requirements of the Agreement are being performed in accordance with this Agreement. The Department shall review submitted documentation and process payments to the Grantee to reimburse allowable, reasonable, and necessary expenditures, not to exceed $400,000.00. 4. Deliverables: Grantee shall comply with the following requirements: Deliverable No.1 Equipment Performance Measures and Due Dates Financial Consequences Purchase the Item described in Section 2. a. On or before June 30, 2019, Grantee must submit to the Department proof that the Grantee has incurred a payment obligation of a specified amount to the vendor identified in the incorporated proposal. By September 1, 2019, Grantee must submit an itemized invoice and supporting documentation as specified in Section 5 below that reflect the cost and amount paid to the vendor. Funds expended for equipment will be reimbursed only if the receipts and other documentation submitted validate compliance with all stated terms and conditions for the equipment. TOTAL AMOUNT NOT TO EXCEED $ 400,000.00 5. Payment Amount, Invoice Submittal, and Payment Schedule: Page 17 of 26 a. This is a cost reimbursement contract. The Department will reimburse the Grantee upon satisfactory completion of the deliverables requirements specified in Section 4, Deliverables, and in accordance with the terms and conditions of this Agreement for a total dollar amount not to exceed $400,000.00, subject to the availability of funds. b. All documentation necessary to support payment requests must be submitted with the Grantee's invoice for the Department's review and approval. The Department may require any other information from the Grantee that the Department deems necessary to verify that the deliverables requirements have been fulfilled in accordance with this Agreement. The following documents must be submitted to the Department: 1) A cover letter signed by the Grantee's Agreement Manager certifying that the expenditures claimed in the invoice package: a) Are specifically for the project represented to the State in the budget appropriation; b) Are for the products described in this Agreement and which have been received by the Grantee; and c) Were incurred on or after July 1, 2018, and on or before June 30, 2019. 2) Cancelled checks or other proof of payment. 3) The vendor's itemized invoice for each item purchased. 6. Financial Consequences for Failure to Satisfactorily and Timely Perform. Failure to comply with the applicable deliverables requirements as identified in the Statement of Work will result in automatic rejection of a request for reimbursement of the associated expenditures for the applicable deliverable. Such reimbursement shall not be made until the deliverables requirements are fulfilled. Failure to obligate funds for the required purchases on or before June 30, 2019, shall result in the expenditure not being reimbursed by the Department. 7. Disposition of Property. Pursuant to Section M of this Agreement, upon termination of the Agreement period, the Grantee is authorized to retain ownership of any nonexpendable property purchased under this Agreement; however, the Grantee hereby grants to the Department a right of first refusal in all such property prior to disposition of any such property during its depreciable life, in accordance with the depreciation schedule in use by the Grantee, but not to exceed five (5) years following the termination of the Agreement. The Grantee shall provide written notice of any such planned disposition and await the Department's response prior to disposing of the property. "Disposition" as used herein, includes, but is not limited to, the Grantee no longer using the nonexpendable property for the uses authorized herein; and the sale, exchange, transfer, trade-in, or disposal of any such nonexpendable property. The Department, in its sole discretion, may require the Grantee to refund to the Department the fair -market value of the nonexpendable property at the time of disposition rather than taking possession of the nonexpendable property. Page 18 of 26 -End of Attachment 1 (Statement of Work) - Page 19 of 26 Attachment 2 AUDIT REQUIREMENTS FOR AWARDS OF STATE AND FEDERAL FINANCIAL ASSISTANCE The administration of resources awarded by the Department to the recipient may be subject to audits and/or monitoring by the Department as described in this section. MONITORING In addition to reviews of audits conducted in accordance with 2 CFR 200, Subpart F - Audit Requirements, and section 215.97, Florida Statutes (F.S.), as revised (see AUDITS below), monitoring procedures may include, but not be limited to, on -site visits by Department staff, limited scope audits as defined by 2 CFR §200.425, or other procedures. By entering into this agreement, the recipient agrees to comply and cooperate with any monitoring procedures or processes deemed appropriate by the Department. In the event the Department determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by Department staff to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General. AUDITS PART I; FEDERALLY FUNDED This part is applicable if the recipient is a state or local government or a nonprofit organization as defined in 2 CFR §200.90, §200.64, and §200.70. 1. A recipient that expends $750,000 or more in federal awards in its fiscal year must have a single or program -specific audit conducted in accordance with the provisions of 2 CFR 200, Subpart F - Audit Requirements. EXHIBIT 1 to this form lists the federal resources awarded through the Department by this agreement. In determining the federal awards expended in its fiscal year, the recipient shall consider all sources of federal awards, including federal resources received from the Department. The determination of amounts of federal awards expended should be in accordance with the guidelines established in 2 CFR §§200.502-503. An audit of the recipient conducted by the Auditor General in accordance with the provisions of 2 CFR §200.514 will meet the requirements of this Part. 2. For the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in 2 CFR §§200.508-512. 3. A recipient that expends less than $750,000 in federal awards in its fiscal year is not required to have an audit conducted in accordance with the provisions of 2 CFR 200, Subpart F - Audit Requirements. If the recipient expends less than $750,000 in federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR 200, Subpart F - Audit Requirements, the cost of the audit must be paid from non-federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other than federal entities). Page 20 of 26 PART II: STATE FUNDED 1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient (for fiscal years ending June 30, 2017, or thereafter), the recipient must have a state single or project -specific audit for such fiscal year in accordance with section 215.97, F.S.; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) and 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General. Exhibit 1 to this form lists the state financial assistance awarded through the Department by this agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state fmancial assistance, including state financial assistance received from the Department, other state agencies, and other nonstate entities. State financial assistance does not include federal direct or pass -through awards and resources received by a nonstate entity for federal program matching requirements. 2. For the audit requirements addressed in Part II, paragraph 1, the recipient shall ensure that the audit complies with the requirements of section 215.97(8), F.S. This includes submission of a financial reporting package as defined by section 215.97(2), F.S., and Chapters 10.550 (local governmental entities) and 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General. 3. If the recipient expends less than $750,000 in state financial assistance in its fiscal year (for fiscal years ending June 30, 2017, or thereafter), an audit conducted in accordance with the provisions of section 215.97, F.S., is not required. If the recipient expends less than $750,000 in state financial assistance in its fiscal year and elects to have an audit conducted in accordance with the provisions of section 215.97, F.S., the cost of the audit must be paid from the nonstate entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than state entities). PART III: OTHER AUDIT REQUIREMENTS N/A PART IV: REPORT SUBMISSION 1. Copies of reporting packages for audits conducted in accordance with 2 CFR 200, Subpart F - Audit Requirements, and required by Part I of this form shall be submitted, when required by 2 CFR §200.512, by or on behalf of the recipient directly to the Federal Audit Clearinghouse (FAC) as provided in 2 CFR §200.36 and §200.512. The FAC's website provides a data entry system and required forms for submitting the single audit reporting package. Updates to the location of the FAC and data entry system may be found at the OMB website. 2. Copies of financial reporting packages required by Part II of this form shall be submitted by or on behalf of the recipient directly to each of the following: a. The Department at each of the following addresses: Electronic copies (preferred): Melissa.Dembicei Jmyfloridacfo.com or Paper (hard copy): Page 21 of 26 Melissa Dembicer Department of Financial Services 200 East Gaines Street Tallahassee, Florida 32399-0340 b. The Auditor General's Office at the following address: Auditor General Local Government Audits/342 Claude Pepper Building, Room 401 111 West Madison Street Tallahassee, Florida 32399-1450 The Auditor General's website (https://flauditor.gov/) provides instructions for filing an electronic copy of a financial reporting package. 3. Any reports, management letters, or other information required to be submitted to the Department pursuant to this agreement shall be submitted timely in accordance with 2 CFR §200.512, section 215.97, F.S., and Chapters 10.550 (local governmental entities) and 10.650 (nonprofit and for - profit organizations), Rules of the Auditor General, as applicable. 4. Recipients, when submitting financial reporting packages to the Department for audits done in accordance with 2 CFR 200, Subpart F - Audit Requirements, or Chapters 10.550 (local governmental entities) and 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of the award(s) and this agreement for a period of five (5) years from the date the audit report is issued, and shall allow the Department, or its designee, the CFO, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department, or its designee, the CFO, or Auditor General upon request for a period of five (5) years from the date the audit report is issued, unless extended in writing by the Department. -Remainder of Page Intentionally Left Blank - Page 22 of 26 EXHIBIT 1 to Attachment 2 FEDERAL RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: N/A COMPLIANCE REQUIREMENTS APPLICABLE TO THE FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: N/A STATE RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: MATCHING RESOURCES FOR FEDERAL PROGRAMS: N/A SUBJECT TO SECTION 215.97, FLORIDA STATUTES: State Project: Local Government Fire Equipment Grant State Awarding Agency: Florida Department of Financial Services Catalog of State Financial Assistance Title and Number: Local Government Fire Service Grants 43.010. Amount: $400,000.00. COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: The compliance requirements are as stated in Grant agreement #FM451 between City of Miami and the Department of Financial Services, entered in State Fiscal Year 2018-2019. Page 23 of 26 Attachment 3 Index of Applicable Laws and Regulations 1. Statutory Requirements: Chapter 112, F.S. (conflict of interest) Section 287.133, F.S. (convicted vendor list) Section 287.134, F.S. (discriminatory vendor list) Section 287.135, F.S. (scrutinized companies lists) Sections 11.062 and 216.347, F.S. (prohibition on gifts) Chapter 119, F.S. (public records and exceptions to disclosure) Section 286.25, F.S. (sponsorship) Americans with Disabilities Act Immigration and Nationality Act 2. Audit Requirements: Section 215.971, F.S., Agreements Funded with Federal or State Assistance Section 215.34, F.S. (return or recoupment of funds) Section 215.97, F.S., Florida Single Audit Act Section 20.055, F.S. (audit investigations) 3. Financial Requirements: Section 215.422, F.S. (payments from state funds) Section 287.0585, F.S. (payments to subcontractors) Rule 60A-1.031, F.A.C., if applicable (MyFloridaMarketPlace) Section 273.02, F.S. (nonexpendable tangible personal property) Chief Financial Officer Memo No. 2 (2012-13), Contract and Grant Reviews and Related Payment Processing Requirements Section 287.05805, F.S. (if funding is used for real property purchase or improvement) Page 24 of 26 DEPARTMENT OF FINANCIAL SERVICES Public Records Requirements Addendum A 1. Public Records Access Requirements. a. If the Contractor is acting on behalf of the Department in its performance of services under the Contract, the Contractor must allow public access to all documents, papers, letters, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by the Contractor in conjunction with the Contract (Public Records), unless the Public Records are exempt from public access pursuant to section 24(a) of Article I of the Florida Constitution or section 119.07(1), F.S. b. The Department may unilaterally terminate the Contract if the Contractor refuses to allow public access to Public Records as required by law. 2. Public Records Requirements Applicable to All Contractors. a. For purposes of the Contract, the Contractor is responsible for becoming familiar with Florida's Public Records law, consisting of chapter 119, F.S., section 24(a) of Article I of the Florida Constitution, or other applicable state or federal law (Public Records Law). b. All requests to inspect or copy Public Records relating to the Contract must be made directly to the Department. Notwithstanding any provisions to the contrary, disclosure of any records made or received by the State in conjunction with the Contract is governed by Public Records Law. c. If the Contractor has a reasonable, legal basis to assert that any portion of any records submitted to the Department are confidential, proprietary, trade secret, or otherwise not subject to disclosure ("Confidential" or "Trade Secret") under Public Records Law or other authority, the Contractor must simultaneously provide the Department with a separate redacted copy of the records the Contractor claims as Confidential or Trade Secret and briefly describe in writing the grounds for claiming exemption from the Public Records Law, including the specific statutory citation for such exemption. The un-redacted copy of the records must contain the Contract name and number, and must be clearly labeled "Confidential" or "Trade Secret." The redacted copy of the records should only redact those portions of the records that the Contractor claims are Confidential or Trade Secret. If the Contractor fails to submit a redacted copy of records it claims are Confidential or Trade Secret, such action may constitute a waiver of any claim of confidentiality. d. If the Department receives a Public Records request, and if records that have been marked as "Confidential" or "Trade Secret" are responsive to such request, the Department will provide the Contractor -redacted copies to the requester. If a requester asserts a right to the portions of records claimed as Confidential or Trade Secret, the Department will notify the Contractor that such an assertion has been made. It is the Contractor's responsibility to assert that the portions of records in question are exempt from disclosure under Public Records Law or other authority. If the Department becomes subject to a demand for discovery or disclosure of the portions of records the Contractor claims as Confidential or Trade Secret in a legal proceeding, the Department will give the Contractor prompt notice of the demand, when possible, prior to releasing the portions of records the Contractor claims as Confidential or Trade Secret (unless disclosure is otherwise prohibited by applicable law). The Contractor shall be responsible for defending its determination that the redacted portions of its records are Confidential or Trade Secret. No right or remedy for damages against the Department arises from any disclosure made by the Department based on the Contractor's failure to promptly legally protect its claim of exemption and commence such protective actions within ten days of receipt of such notice from the Department. e. If the Contractor claims That the records are "Trade Secret" pursuant to section 624.4213, F.S., and all the requirements of section 624.4213(1), F.S., are met, the Department will respond to the Public Records Request in accordance with the provisions specified in that statute. Page 25 of 26 f. The Contractor shall ensure that exempt or confidential and exempt Public Records are not disclosed except as permitted by the Contract or by Public Records Law. 3. Additional Public Records Duties of Section 119.0701, F.S., If Applicable. If the Contractor is a "contractor" as defined in section 119.0701(1)(a), F.S., the Contractor shall: a. Keep and maintain Public Records required by the Department to perform the service. b. Upon request, provide the Department with a copy of requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, F.S., or as otherwise provided by law. c. Ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion of the Contract if the Contractor does not transfer the Public Records to the Department. d. Upon completion of the Contract, transfer, at no cost, to the Department all Public Records in possession of the Contractor or keep and maintain Public Records required by the Department to perform the service. if the Contractor transfers all Public Records to the Department upon completion of the Contract, the Contractor shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements. If the Contractor keeps and maintains Public Records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to the Department, upon request from the Department's custodian of Public Records, in a format specified by the Department as compatible with the information technology systems of the Department. These formatting requirements are satisfied by using the data formats as authorized in the Contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the Contractor is authorized to access. e. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT PUBLIC RECORDS AT: Telephone: (850) 413-3149 Email: PublicRecordsInquiry(&,mvfloridacfo.com Mailing Address: The Department of Financial Services Office of the General Counsel, Public Records 200 E. Gaines Street, Larson Building Tallahassee, Florida 32399-0311 A Contractor who fails to provide the Public Records to the Department within a reasonable time may be subject to penalties under section 119.10, F.S. Page 26 of 26 Emergency Vehicles, Inc. Proposal To: City of Miami Fire -Rescue. 1151 NW 7th Street Miami, FL 33136 Building Custom Emergency Vehicles Since 19711 Team Approach Value Engineering Date: July 13, 2018 Quote No.: MIAMIFRCMD-000l Submitted By: Lee Potter,Reolonal Sales Manager Authorized We hereby propose to furnish to you the following unit(s) and equipment to be buil n accordance wi the attached specifications. Acceptance of this proposal shall be deemed as approved of all to s herein, We reserve the right to withdraw this proposal if not accepted within 45 days from the above date. Qty. Description Unit Price Extension 1 2020 Freightliner M2 Chassis I EVE 34-Ft. Mobile Command Vehicle $729,953.00 $729,953.00 » See attached pre -payment discount options ccc G.O.B. MIAMI. FLORIDA Sub -Total $729,353.00 Taxes None Included TOTAL $729,953,00 Note: Purchases made under the DisasterPurchasirig Program must contain the following mandatory orderlanguagez' "This order is placed under GSA Contract GS_30P OOOSR under the authority of th a GSA Disaster Purchasing Program" 1. TERMS OF PAYMENT: Payable. upon delivery and acceptance. • Net 30 days from date of cotnBletion. • Late Payment Charges; 18% APR or maximum legal finance charge starts from date of completion. • Certificate of Origin (if applicable) will be issued upon receipt of payment in full. 2. DELIVERY SCHEDULE: The Mobile Command Vehicle shall be completed approximately 150-180 working days from receipt of chassis and approved construction drawings at the Company's factory location in Palm Beach County, Florida. WARRANTY: Company warrants the new emergency vehicle against defective workmanship and materials. See attached warranty statements for specific coverage and procedure. CONTINGENCIES: Company shall have no liability to Buyer for any loss or damage arising directly or indirectly from any delay in delivery due to strikes, inability to obtain materials, fires, accidents, or any other causes beyond the Company's control. DISCLAIMER OF CONSEQUENTIAL DAMAGES: Company expressly disclaims any IiabiIity for consequential or incidental damages which may be sustained by Buyer, including but not limited to those arising from the use, Inability to use, maintenance or repair of the emergency vehicle, whether under theories of breach of expressed or implied warranty, negligence, strict liability or otherwise. CANCELLATION: This contract is subject to cancellation by Buyer only upon payment to Company of reasonable cancellation charges, which shall take into account expenses already incurred and commitments made by Company and Company's anticipated profit. LIQUIDATION DAMAGES: Buyer and Seller agree that if the Buyer requests the work on the vehicle to be temporarily halted or suspended, for any reason that damages would be difficult to ascertain. Therefore, the parties agree to liquidated damages of $100.00 per day to compensate the Company for expenses, damages and administration. SEVERABlLITY: If any part hereof is contrary to, prohibited by, or deemed invalid under applicable laws or regulations, such provision shall be deemed inapplicable and deemed omitted to the extent so contrary, prohibited or invalid, but the remainder shall riot be invalidated and shall be given effect so far as possible. 705 13" Street f Lake Park, FL 33403-2303 Tel: 800-848-6652 1 Fax 561-848-6658 I sales©evi-fl.com I www.evi-fl.com Rev. 9/18/2017 Emergency Vehicles, Inc, Building Custom Emergency Vehities Since 19711 Team Approach 1 Value Engineering "PRE -PAYMENT DISCOUNT OPTIONS" The following payment schedule is being offered to help Tower the vehicle cost.., it is NOT mandatory. Agency: Cittvof Miami Fire -Rescue Date: 07/13/2018 Based on a Sales Price of $729,953.00 o OPTION "A" New Vehicle Cost (Excluding Taxes) Progress Payment ($89,299.00) upon receipt of chassis at EVI Factory _ . (Savings = $4,554.00) $ 725,399.00 -OR o OPTION "B" OptionNo.. Percentage 'Pre,Pay Aniount viith Order : Savings New Vehicle Cost: 1 50% $ 364,977.00 $ 11,426.00 $ 718,527.00 2 75% $ 547,465.00 $ 15,532,00 $ 714,421.00 3 90% $ 656,958.00 $ 17,996.00 $ 711,957.00 4 100% $ 710,315.00 $ 19,638,00 $ 710,315,00 Savings is based on receiving pre payment with contract/purchase order Does not include pricing for performance bond (if required) -Respectfully Submitted, EMERGENCY VEHICLES, INC. 705 13th Street Lake Pak, FL 33403-2303 Tel: 800-848-6652 Fax: 561-848-6658 , sales@evi-fl.com www.evi-fl.com QUOTATION Emergency Vehicles, Inc. i City of Miami Fire -Rescue 1151 NW 7th Street Miami, FL 3313E Quote No; 07/13/2018 MIAMIFRCMD-0001 PART NO QTY AG-02-T316 1 DESCRIPTION == FR1EiGl- I'LINEF 42 106 2-DDCOR - 0.000 2020 FREIGHTLINER M2 2-DOOR, TANDEM AXLE CHASSIS J 337' W/B - 271.45" C/A CAB: -- 2-Door Conventional --106" BBC (Bumper to Back of Cab) GVWR: — 54,000 Pounds WHEELBASE: -- 337" CAB -TO -AXLE: -- 271.45" FRAME: -- 136" Frame Overhang (AF) -- Steel Channel { 7/16" x 3-9/16" x 11-118" -- 1/4" C-Channel Inner Frame Reinforcement -- Frame Rails Painted Black FRONT BUMPER: — Three -Piece 14" Chromed Steel with Collapsible Ends — (2) Frame -Mounted Front Tow Hooks FRONT AXLE: -- DA-F-14.7-3 14,700 Pound Rating I Front Oil Seals 1 Drop Single Front Axle -- Bonded Rubber Spring Pin Bushings -- Synthetic Front Axle Lube FRONT SUSPENSION: --14,600 Pound Taperleaf REAR AXLE: -- MT-40-14X 40,000 Pound R-Series Tandem -- Ratio for 68 MPH (Top Speed - NFPA) — Driver Traction Control Both Tandem Rear -- Inter Axle Lock Valve Forward Rear and Rear Axle -• Synthetic Rear Axle Lube REAR SUSPENSION: -- Airliner 40,000 Pound Extra Duty Rear Suspension -- 51 Inch Axle Spacing -- Manual Dump Valve For Air Suspension With Gauge -- Indicator Light For Each Rear Suspension Control Switch -- Dual Air.Rear Suspension Leveling Valves -- Transverse Control Rods SHOCKS: Heavy Duty Front and Rear (Two Axles) STEERING: -- Power Hydraulic Assist -- Four Spoke 18" Steering Wheel -- Adjustable TilVTelescoping Steering Column BRAKES: -- Anti -Lock Braking System Without Traction Control — Full Air I Cam Type I Dual System -- Cummins 18.7 CFM Air Compressor Pa a. 1 07/13V201 R PART NO OTY DESCRIPTION Paaa 2 — t2) Steel Air braKe Reso vu,l5 BW DV-2 Drain Valves — Automatic Slack Adjusters -- Wabco SS-1200 Plus Air Dryer with Integral Air Governor and Heater -- Petcock Drain Valves on all Air Tanks, Pull Cable on Wet Tank PARKING BRAKE: -- MGM TR Parking Chambers (Axle Cam) ENGINE: — Cummins L9 350EV Turbo Diesel — 350 Horsepower @ 2200 RPM -- Torque - 1,000 Lb/Ft @ 1400 RPM -- Cummins Exhaust Brake Integral wNariable Geometry Turbo w/Tail Light Activation -- Cummins Full Flow / Bypass Oil Filter — Engine Speed Control (Set @ 1400 RPM) -- Heavy Duty Engine Cooling -- Coolant Recovery System -- Horton Drive Master On/Off Fan Drive — Automatic Fan Control without Dash Switch — Air Intake EXHAUST: -- RH Horizontal Muffler/Exhaust -- Engine After Treatment Device — Automatic Over the Road Regeneration — Dash Mounted Regeneration Request Inhibit Switch -- 6-Gallon Diesel Exhaust Fluid Tank, Mounted Next to Fuel Tank on Drivers Side Tank TRANSMISSION; — Allison 3000EVS 1 6-Speed Automatic w/ Auto Neutral — Push Button Electric Shift Control - Dash Mounted Vehicle Interface Wiring and PQM - - Body Builder Connector - Back of Cab — PTO Provisions -- Range Inhibit Feature - Turned On -- Transmission Oil Check and Fill with Electronic Oil Level Check DRIVE SHAFT: -- Spicer Heavy Duty Tubular FUEL TANK: -- 50-Gallon Capacity Short Rectangular (Aluminum) - LH Side -- 50 Gallon Capacity Rectangular (Aluminum) - RH Side — Aux, Fuel Supply and Return Ports Located on LH Fuel Tank (Aux. Pick -Up Tube - 75% of Fuel Tank Capacity) -- Fuel/Water Separator with Primer Pump ELECTRICAL SYSTEM: -- Delco 12V Starter with Integrated Magnetic Switch -- Engine Warning System Buzzer and Light -- Warning Alarms: Low Oil I Low Water j High Water Temperature -- Tail Light Connector - Back of Cab ALTERNATOR: -- 275 Amp 40-5I OuadraMount Pad Alternator w/Remote Battery Voltage Sensor BATTERIES: — (2) Alliance Model 1231, Group 31, 12 Volt Maintenance Free 2250 CCA -- Under Cab Mounted - Above Streetside Fuel Tank -- Under Hood Mounted Jump Start Connection HORNS: — Dual Electric — Dual Stuttertone Air Horns w/Cab Floor Foot Switches HOOD: - - 1-Piece Moulded Fiberglass - - Tilting Hood and Fenders -- Chrome Front Grille 07/13/2018 Pena 3 PART NO QTY DESORIIP11ON — rIon Removable leug 5cr ivlGuflazhind Grille — Fender and Front of Hood Mounted Mud Flaps GAB GLASS: — Tinted Safety Glass - Alt Windows -- Delete Rear Windows -- Power Windows and Door Locks -- LH / RH Tinted Operating Wing Windows MIRRORS: -- 7" X 16" Stainless Steel/Heated -- LH/RH Remote Control --102" Wide Mirror Spacing — 8" LH/RH Bright Finish Convex — RH Down View Mirror GAUGES: — Tachometer with Hourmeter -- Speedometer -- Odometer -- Fuel Level -- Vottmeter -- Transmission Temperature Gauge — Engine Coolant Temperature — Engine ECM Customer Access — Dual Air Pressure — Air Restriction indicator WIPERS: — Electric Wipers and Washers — Intermittent Wiper Switch PAINT COLOR: — White - Base Coat / Clear Coat — Paint Code: White: L0006EB ENVIRONMENTAL: -- Cab Air Conditioning -- Heavy Duty Heater -- Windshield Defroster CAB SEATING: -- High -Back Driver Air Ride Seat -- High -Back Passenger Air Ride Seat — Dual Driver and Passenger Seat Armrests -- Gray Modura Covered Seats -- 3-Point High Visibility Orange Retractor Type Seat Betts CAB TRIM/COLOR: — Custom Interior Opal Gray Vinyl — Black Floor Mats with Insulation TIRES: — Michelin; 12R22.5; 16-Ply -- (2) Front 'Highway Tread XZE — Michelin; 275/80R22.5; 14-Ply — (8) Rear Traction Tread XDE WHEELS: — (10) 22,5 x 8.25 Alcoa DuraOright Polished Aluminum 10-Hole Pattern MISCELLANEOUS: -- Leaf Spring Rear Cab Suspension — Aluminum Kickplate Lower Doors — LH/RH NFPA Exterior Grab Handles - AM/FM/WB Radio with CD Player, Bluetooth, and Microphone + Front Auxiliary Input -- (2) Radio Speakers in Cab -- Self -Canceling Turn Signal Switch with Dimmer -- Integral Headlight Beam 4-way Flasher -- Day Time Running Lights — - Cigarette Lighter -- Dual Interior Sun Visors 07/13/2018 Pa e 4 PART NO OTY DESCt IPTIIQN 1 BA-00-0000 1 BA-0O-01 LP 1 BB-00-0000 1 BB-00-2000 1 BB-02-05LP 1 BB-20-0000 1 BB-20.01 LP 2 IC-00-2000 1 BB-50-0100 1 BC-50-0000 1 BC-50-0500 1 BE-O0-1705 2 BE-00-1715 1 BF-05-0500 1 BG-00.1000 1 B H-06.0500 1 BJ-68-0500 2 CO-01-0000 -- Halogen 1iead Lamps — Wiring with Separate Stop/Turn Wires to 4-Feet Beyond End of Frame --12-Volt Power Source - Dash — LH/RH Dome Light/Map Light - Front — Overhead Instrument Panel -- Forward Roof Mounted Console with Upper Storage Compartment (2) Cup Holders - LH/RH Dash -- (1) Chassis Owner's Manual 34 FT MOBILE COMMAND VEHICLE TANDEM CHASSIS PREPARATION - GENERAL (05/18) TRANSMISSION INTERLOCK SYSTEM Note: -- To prevent the vehicle from going into gear with the following deployed: — (2) vertical masts -- (1) awning is deployed -- Leveling system deployed — To include a hidden override switch under the cab hood CHASSIS FRAME RAIL. PREPARATION DROP REAR FRAME OF CHASSIS FRAME RAIL EXTENSION - FLAT FLOOR BODY (OVER 25/8") QUADRA MFG. BIG FOOT #QE 2 VEHICLE LEVELING SYSTEM Includes: -- Warning light in cab Foot Pads: -- 14" OD, x 3/8" -- SUPER DOLLY PADS - HIGH DENSITY POLYPROPYLENE JACK PAD(S) - 2 / PACK I-- LEVELING SYSTEM VISUAL & AUDIBLE ALARM EXHAUST PIPE MODIFICATION Location: — From curbside to streetside of body DIAMOND PLATE FUEL TANK COVER - LH -- The diamond plate utilized shall be "slip resistant", meeting NEPA requirements DIAMOND PLATE FUEL TANK COVER - RH -- The diamond plate utilized shall be "slip resistant", meeting NEPA requirements ENGRAVED LABEL - ULTRA LOW SULFER DIESEL FUEL ONLY ENGRAVED LABEL - DEF FLUID ONLY REAR STEP AND BUMPER ASSEMBLY — The diamond plate utilized shall be "slip resistant-, meeting NEPA requirements PAIR REAR BLACK RUBBER WHEEL MUD FLAPS SET CHROME HUBS AND NUTS CAB WINDOW TINTING - LEGAL Specify Windows: -- Side windows of Freightliner cab ALL ALUMINUM MODULAR BODY 07/13/2018 PART NO OTY GA-344,140 CB-10-4080 CB-20-9201 CB-3 5-7200 CB-40-1000 CB-50-004X CB-59-9999 CB-60-0000 CB-70-0000 CB-80-0000 CC-50-0500 CC-60-0000 CB-50-2010 CB-75-01 LP CC-00-2500 CC-00-5600 CE-01-02LP . CC-00-3501 CC-00-5600 CE-01-022A CC-05-0006 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 CC-20-1510 1 CC-60-0200 1 CC-71-3X00 CC-90-2000 CD-40-K01 M CD-41-X001 2 1 2 DESCRIPTION MODULE Fivi.i ir-AviVvtaE, uv-1-"t GO IAAN0 I-- MODULE BODY LENGTH - 402" I.D. 1406" O.D. MODULE BODY WIDTH - 100" O.D. J-- MODULE BODY HEADROOM (WALK-IN) - 86" J-- MODULE FRONT WALL - SMOOTH PAINTED I- DIAMOND PLATE MODULE ROOF - NON SKID (NFPA) - The diamond plate utilized shall be "slip resistant", meeting NFPA requirements I-- EXTERIOR SHEETING J-- EXTERIOR SHEETING - 118" THICKNESS [-- SET ROUNDED BODY VERTICAL CORNERS [- DRIP RAIL PACKAGE . J- PAIR PAINTED EXTERIOR WHEELWELL PANELS [-- REAR DIAMOND PLATE KICK PANEL Note: -- To be under rear door on rear of body RECESSED VERTICAL TOWER COMPARTMENT(S) WITH INTERIOR ACCESS DOOR(S) UPPER CORNER ROUND GUARD - BRUSHED STAINLESS STEEL Location: -- Upper streetside horizontal corner round of body - for ladder SINGLE REAR ENTRY DOOR WITH #400 LATCH Note: -- Interior of door to be covered with brushed stainless steel [- ENTRY DOOR PADDLE HANDLE STAINLESS STEEL (S) 22" X 11" ENTRY DOOR SLIDING WINDOW(S) SIDE ENTRY DOOR(S) WITH #400 LATCH ENTRY DOOR PADDLE HANDLE STAINLESS STEEL (S) 22" X 18" ENTRY DOOR SLIDING WINDOW(S) MODULE ENTRY DOOR GRAB RAIL(S) [ KNURLED ONE-PIECE - STAINLESS STEEL Location: -- Interior of each entry door and to be V-shaped STEPWELL WITH DOUBLE INTERMEDIATE STEPS. - The diamond plate utilized shall be "slip resistant", meeting NFPA requirements LICENSE PLATE HOUSING LOWER BODY RUB RAILS - "C" CHANNEL Stripe Color: - To be determined PAIR RUBBER REAR WHEEL FENDERETTES KNURLED GRAB RAIL(S) - MEDIUM Location: -- Interior of body, by side entry door ILLUMINATED KNURLED GRAB RAIL(S) - (UP TO 48" MAX) Location: -- By each entry door of body Note: -- Lightg in grab rails shall come on automatically whenever the parking brake is set, not to be 0 7N wail Pane 6 PART NO QTY DESC#ijl711ON CD-60-0103 CD-80-0104 1 CE•00-1122 6 CE-01-0220 1 CF-90-0270 CF-90-0300 1 CF-98-0093 3 CG-00-0002 1 CG-00-1005 1 CG-10-003L 1 CG-70-1000 2 CG-70-1100 2 CJ-00-3XL0 1 CJ-02-0001 1 0J-02.0002 2 switched MANUAL PULL-OUT/DROP-DOWN STEP - SIDE ENTRY — Includes warning light within the cab ** Step material to be type with small holes since ladies with heals will be coming in and out of vehicle ** MANUAL FLIP -UP BUMPER STEP - REAR (APPROX. 34"W X 14"D) — Includes warning light within the cab ** Step material to be type with smal holes since ladies with heals will be corning in and out of vehicle** 22" X 12" SOLID WINDOWS) Location: — (2) for each slide -out room 22" X 18" ENTRY DOOR SOLID LOWER WINDOW(S) GIRARD G2000 ELECTRIC ACRYLIC AWNING 120V i UP TO 23-FT Canvas Color: -- To be determined Location: -- Curbside of body GIRARD #98003528-23 G-LITE LED LIGHT OPTION FOR AWNING -- To be switched from the rear 12VDC switch panel near the side entry door of the body CAREFREE #SOKIII SLIDE -OUT ROOM VINYL AWNING(S) Canvas Color: — To be determined 24" x 24" ESCAPE HATCH/ROOF VENT MAXXAIR MODEL DELUXE FAN POWERED ROOF VENT(S) W/WALL CONTROL ALUMINUM ANTENNA RACEWAY - LARGE --Tobe3"x3" -- Cover antenna raceway with diamond plate on exterior sides ZICO #SAC-44-E COLLAPSIBLE WHEEL CHOC(S) ZICO #SQCH-44-H HORIZONTAL FOLDING CHOC HOLDER(S) BODY INSTALLATION SLIDE -OUT ROOM(S) Locations: -- (1) Rear streetside of body Extension: — 30' SLIDE-OUT/DROP-DOWN ROOM(S) - FLAT FLOOR Locations: — (1) Front streetside and (1) front curbside of body Extension: — 30" 07/13/201 A Paae 7 PART NO OTY DESCRIIPT1O1N UA-60-UUU1 DA-71-0000 3 DA 71-010L 2 DA-73-0500 2 DA-71-020L 1 DA-73-0500 1 DA-71-032L 4 DA-73-0500 4 DA-71-036L 1 DA-73-0500 1 DA-97-0700 1 DA-97-1500 1 DB-00-1500 1 DB-54-0000 5 DB-55-1000 3 Ilia" EX I EfiiOs=t GOMPAi-il MEN T 5 ALUMINUM Compartment Floors: -- 3/16" (.1881 thick brushed aluminum COMPARTMENT DOOR CONSTRUCTION J CONVENTIONAL SINGLE COMPARTMENT DOOR(S) - LOCKING Locations: — Compartment #4 — Access door for vertical mast COMPARTMENT DOOR PADDLE HANDLE STAINLESS STEEL(S) DOUBLE COMPARTMENT DOOR(S) - LOCKING Location: — Compartment #2 (Generator compartment) 1-- COMPARTMENT DOOR PADDLE HANDLE STAINLESS STEEL(S) DROP -DOWN COMPARTMENT DOOR(S) - LOCKING Location: -- Compartments #1, #3, #5 and #7 — To include red labels on the inside of each door: Not A Step + Do Not Sit -- COMPARTMENT DOOR PADDLE HANDLE STAINLESS STEEL(S) LIFT-UP/DROP-DOWN COMPARTMENT DOOR(S) - LOCKING Location: — Compartment #6 (Exterior TV compartment) — To include a lift -up upper section + fold -down lower section w/a smooth writing surface + a 1/2" lip on outer front edge for retention E-- COMPARTMENT DOOR PADDLE HANDLE STAINLESS STEEL(S) EXTENDED COMPARTMENT CEILING(S) Location: -- Compartment #4 COMPARTMENT MODIFICATION - FOR INSIDE USE Location: -- Compartment #7 -- Compartment #7 - Lower 6" section to be 34" deep - under frame rails for table storage 3/16" (.188") EXTERIOR COMPARTMENT SHELVES - PERMANENT Location: — Compartment #3 - For air compressor and slide -out room pump 4" DIAMETER COMPARTMENT VENT(S) Location: — Compartments #1, #3, #4, #5 and #7 TURTLE TILE COVERING FOR COMPARTMENT FLOORS Color: -- Black 07/13/2018 PART NO QTV DESCRIPTION U is-55- 17 00 DB-61-2006 1 DB-61-2202 1 DB-61-3000 1 DC-20-0502 1 DG-00-0024 1 FA-05-3XL0 FD-02-3XL0 1 FD-05-0005 40 FF-04-0008 75 FF-20-0505 26 FG-20-0001 1 FH-06-3000 2 1 um I Lt I iLE COV aF 1: 1 FOR GOMPAR I MVICN I SriELVc:a Color: — Black -- Includes interior cabinet/closet shelves PATCH BLOCK COMPARTMENT W/ CAST DOOR #EB0014-1 Location: -- Behind electronics rack MAST TOWER CONTROL COMPARTMENT WI CAST LOCKING DOOR #AD0030-1-A Location: — Rear of body PAINTED ALUMINUM RECESSED POCKET Note: — To be used for 100amp inlet STEEL SUPPORT - GENERATOR *'" GRANT MFG.LL-OUT TRAYS / ALUMINUM SLIDES *** ROLL -OUT EQUIPMENT TRAY(S) - 24" Location: -- (1) in compartment #1 -For batteries Type Slides: — Grant side mounted - 400 lbs. w/lock-in / lock -out feature EXTERIOR MODULAR BODY PAINTED POLYURETHANE Color: — White Code: — To match Freightliner cab VEHICLE UNDERCOATING SQUARE FEET I SPRAY -ON RAPTOR COATING Color: -- To be determined Location: -- Rear Lavatory Note: -- Floor + up side walls 6" FEET OF 8" SCOTCHLITE REFLECTIVE STRIPE Color: -- To be determined (SQ. FT.) 3M #983 DIAMOND GRADE REFLECTIVE CHEVRON STRIPING SCOTCHLITE REFLECTIVE LETTERING PACKAGE Color: -- To be determined INSTALLATION OF CUSTOMER'S EMBLEMS Location: -- To be determined Pane 9 07/13/2018 PART NO QTY DESCRIPTION GA-CV-2000 1 INTERIOR PACKAGE - 370 IN GB-00-005A 1 -- MODULAR BODY POLYSTYRENE INSULATION GB-10-005A 1 — MODULAR BODY INSULATED ALUMINUM SUB -FLOOR GB-10-026F 1 — LONSEAL VINYL FINISH FLOOR - COIN DESIGN GB-12-005A 1 -- AISLE WALLS - FIBERGLASS REINFORCED PLASTIC (LINEN FINISH) GB-13-005A 1 -- UPPER INTERIOR WALLS - FIBERGLASS REINFORCED PLASTIC (LINEN FINISH) GB-14-005A 1 -- INTERIOR DECK AREA - FIBERGLASS REINFORCED PLASTIC (LINEN FINISH) GB-16-005A 1 -- INTERIOR CEILING - ALUMINUM COMPOSITE HB-02-1300 2 OVERHEAD HINGED RADIO CONSOLE(S) HB-02-1540 1 #MRK-4026LRD ELECTRONICS RACK ENCLOSURE - (40 SPACE) Fans and Mount Model 4: MW-4QFT-FC Door Model #: PFD-40 (includes keylock) Includes spare panels to cover empty spaces HB-02-1600 4 HB-03-0205 4 HB-03-02LP HB-03-0300 6 HB-03-0308 HB-07-002M 6 HB-12-002M 4 Rack to slide out from Its fixed position to allow side access to rack equipment Typo Slides: Grant Manufacturing - 300 lbs. INDIVIDUAL RACK MOUNT(S) FOR TV, VCR, DVD, DSS -- Includes rack mount tracks and trim HEAVY DUTY INTERIOR CABINET SHELF TRACKS Location: -- (1) Set for interior storage cabinet/closet - - (1) Set under each front storage cabinet In slide -out room -- (1) Set interior storage cabinet - curbside - under printer 1/8" (.125") PERMANENT SHELVES FOR INTERIOR CABINET(S) Location: - - (1) Under sink in rear lavatory 1/8" (.125") ADJUSTABLE SHELVES FOR INTERIOR CABINET(S) Location: -- (3) interior storage closet - streetside — (1) Interior storage cabinet - curbside - under printer — (1) Under each front storage cabinets in slide -out room 3/16" (.188") VERTICAL DIVIDER Location: -- Streetside mid storage closet OVERHEAD STORAGE CABINET(S) - ALUMINUM 1 UP TO 48" WIDE Location: -- (1) Over streetside galley cabinet — (4) Over rear workstations — (1) over printer cabinet MEDIUM STORAGE CABINET(S) - ALUMINUM Location: -- (2) front curbside slide -out room -- (1) mid streetside of body (closet) — (1) mid curbside or body (printer cabinet) Pace 9 07/13/2018 P2ne in PART NO QTY DESCRIPTION l-1-26-002M 1 HB-32-001 S 4 HC-04-001S 7 HC-06-001 S 2 HC-07-002M HC-09-002M 5 H C-30-0100 14 HD-0I-OSOC 2 HD-10-520C 2 HD-16-0020 2 HF-12-01LP 4 Prld,,ar i:du,f, i a 4iuuas CUr,en L;uLanCr tUp Material: -- WilsonArt Gilbraltar Pebble Grey GALLEY CABINET ASSEMBLY - ALUMINUM Location: — Includes Corian counter top Material: — WilsonArt Gilbraltar Pebble Grey FILE DRAWER(S) - ALUMINUM Location: -- (4) under curbside rear workstations - (2) left and (2) right HINGED SOLID LOCKING DOOR(S) FOR CABINETS/CLOSETS - SM Location: — (2) For each front storage cabinet -curbside slide -out — (2) For raid storage cabinet - curbside — (1) Under sink in lavatory OPEN FINISH - NO DOOR FOR CABINETS/CLOSETS - SM Location: -- Lower galley cabinet and overhead cabinet over galley ROLL -UP LOCKING DOOR(S) FOR CABINETS/CLOSETS - MED Door Manufacturer: -- ROM Door Finish: -- Anodized PORCELAIN MAGNETIC DRY/ERASE LOCKING DOOR FOR CABINETS//CLOSETS MED Location; -- Overhead cabinets over workstations -- Overhead cabinet over printer cabinet SOUTHCO #MI-42-8 STAINLESS STEEL "D" DOOR LATCHES SQUAD BENCH BACKREST CUSHIONS - CORDURA Seating Capacity for Each Bench: -- Two (2) FOLD -UP SQUAD BENCH WITH SPRING LOADED SEAT IRONS Seating Capacity for Each Bench: -- Two (2) HO BOSTROM #106018-01012F SIERRA HIGH BACK BUCKET SEAT(S) W/ ARMRESTS - W/ LOGO — 5" Tracks and armrests with swivel base — Durawear covering on seat(s) and armrests) w/ EV1 logo XCLEAR HOLDER - MARKER HOLDER TRAY FOR WHITEBOARD(S) Note: 0711312016 Pace 11 PART NO OTY DESCRIPTION HF-12-0206 6 HF-12-0209 1 HF-15-0100 2 HG-04-005B 1 HG-04.005C 2 HG-10-0210 5 HG-10-03LP 2 HG-12-002M 1 HG-15-002M 1 HG-15-0250 1 HG-17-0500 50 HG-24-0002 5 HH-02-0000 1 HH-02.040L 2 HH-02-12LP 2 HI-10.02LP 1 HH-50-0100 1 HH-50-0160 1 HH-50-0200 1 HH-50-0300 1 -- i u GG Siiil pt d 10v6u PORCELAIN STEEL MAGNETIC DRY/ERASE BOARD(S) - UP TO i 0SQ FT Location: — (2) Front conference room — (2) Rear communications room -- (2) To be determined EXTERIOR REMOVABLE PORCELAIN STEEL MAGNETIC DRY/ERASE BOARD(S) EXTERIOR BRACKETS FOR DRYIERASE BOARD(S) Location: -- Curbside of body + interior of body for transport MEDIUM WORK STATION(S) I UP TO 48" WIDE Location: — (1) Front curbside slide -out LARGE WORK STATION(S) 1 UPTO 60" WIDE Location: — (1) Rear of body curbside and (1) rear of body streetside both In slide -out rooms OFFICE STAR SPACE #5560 TASK SWIVEL CHAIR(S) HO BOSTROM SIERRA HIGH BACK BUCKET SEAT(S) WI ARMRESTS - Wf LOGO - IND. CONFERENCE TABLE REMOVABLE TABLE Location: — Rear workstations room REMOVABLE TABLE STORAGE Location: — To be determined CORIAN COUNTER TOP UPGRADE - SQ FT Material: — WilsonArt Gilbraltar Pebble Grey CABLE PASS-THRU BULKHEAD DIVIDER (NO OPENING) BULKHEAD DIVIDER WITH SLIDING DOOR- LOCKING Door Type: -- Locking pocket Finish: -- Magnetic dry/erase upper - toward front room and toward rear room 6" x 8" WINDOW(S) - POCKET DOOR(S) WITH HINGED COVER PANELS LAVATORY ENCLOSURE - BRUSHED STAINLESS STEEL #20507 STAINLESS STEEL SINGLE SINK(S) SHURFLO EXTREME SERIES, SMART SENSOR 12V 4.0 GPM WATER PUMP RARITAN #160HF012 ELECTRIC PORCELAIN TOILET W/MACERATOR AND WALL CONTROL PERKO #499DP CHROME WATER INLET FITTING Location: — Rear of body n7/13/2018 PART NO OTY DESCRIPTION HH-50-0400 20 GALLONS - FRESH WATER TANK (PRIMARY) HH-50-0435 30 GALLONS - BLACK WATER / HOLDING TANK (TOILET) HH-50-0500 1 HOLDING TANK DUMP VALVE WITH SEWAGE HOSE HH-50-0510 1 KIB #M21VW TANK LEVEL MONITORING SYSTEM HH-50-0600 1 #21512 SINGLE HANDLE BAR FAUCET HH-50-0700 1 BATHROOM VENT - WALL MOUNTED HH-50-0710 1 GARDNER #21302 24" X 30" BEVELED WALL MIRROR(S) Location: -- Lavatory HH-50-0730 1 HH-50-0740 1 HH-50-07LP 1 HH-50-08LP HI-50-1205 9 HJ-05-0010 1 HJ-06-01 LP 1 HJ-06-0400 1 HK-00-0010 1 #4578M PAPER TOWEL DISPENSER Location: -- Interior galley #4584M TOILET TISSUE DISPENSER Location: — Lavatory GAMCO #CT-2 LAVATORY COUNTER TOP WASTE CHUTE / RECEPTACLE Location: -- Lavatory - next to sink AJW #U180A-TK FOLDED TOWEL DISPENER - TWISTLOCK Location: -- Lavatory ONE-WAY WINDOW OVERLAY(S) Color: -- White 1.2 CU. FT. COUNTERTOP STAINLESS STEEL MICROWAVE - 120V Location: — Overhead cabinet above galley cabinet NORCOLD #DE-0788 3.1 CU. FT. 12V/120V REFRIGERATOR 'Location: - Streetside in galley BLACK & DECKER SPACEMAKER COFFEE MAKER Location: — Under overhead cabinet - Above interior galley CISCO 55" SPARK BOARD TOUCH TABLET DISPLAY Location: - - Front conference area Includes: -- 4k Conferencing camera system, speaker, white board pen and wall mount bracket aae 12 07/13/2018 Paae 13 PART NO OTY IO.ESC9117-I HK-00-0020 o HK-00-0030 2 HK-00-0035 1 HK-00-0040 1 HK-00-0255 11 HK-00-0260 1 HK-31-00LP 1 HK-31-00MP 3 HK-31-0ONP 1 HK-31-01LP 1 HK-50-0010 1 HK-60-0020 1 HL-00-OOLP 1 HL-50-00LP 2 HN-00-OOLP 1 aAMSL G euN24M4500AFXZA 24' LED SMART HDTV I MONd k )R EQUIVALENT SAMSUNG #IJN4OMU6300FXZA 40" UHD LED HDTV/MONITOR(S) (OR EQUIVALENT) SAMSUNG #UN65NU7100FXZA 65" UHD LED HDTV/MONITOR(S) (OR EQUIVALENT) SUNBRITE #SS-S-43-4K 43" SINGATURE SERIES OUTDOOR LED HDTV 1 MONITOR Location: — Exterior A/V compartment PEERLESS #SF640 FLAT WALL MOUNT FOR 23" TO 46" MONITOR(S) PEERLESS #SF650 FLAT WALL MOUNT FOR 32" TO 56" MONITOR(S) EXTRON DXP1616 HDMI 16 X 16 HD 4K MATRIX SW ITCHER - RACK MOUNTED Location: — Electronics rack EXTRON MKP 2000 BLACK SELECTOR KEY PAD(S) Locations: -- (1) in front conference room -- (1) in rear work stations room — (1) in exterior compartment BLONDER TONGUE HE SERIES 24 POSITION HEADEND PASSIVE COMBINER Location: — Electronics rack HP LASERJET PRO M477FDW LASER MULTIFUNCTION PRINTER APC SMART -UPS 3000 LCD BATTERY BACK-UP (RACK -MOUNTABLE) -- Electrical connection to be #L5-30R I Behind electronics rack -- Includes installation in the vehicle electronics rack CRADLEPOINT AER2100LPE- `(VZ/AT/SP/GN) *"*CHOOSE CARRIER*** Location: — Electronics rack Cellular Carrier: — To be determined Note: — Includes (2) exterior omni-directional antennas MAGELLAN MX500 VEHICLE -MOUNT WEATHER STATION W/DESK TOP DISPLAY CONSOLE + OPTION Includes: -- 9931-500-A-1 - Weather Station w/9-Ft Telescopic Mast -- 8173-A-1 - Weather Display Console (Color) -- 9590 - Weather Micro -Server — 8290 - Weather Master Software for Windows BRG PRECISION #CB440 DIGITAL EVENT CLOCK(S) Location: -- (1) Front interior of body + (1) Rear interior of body 1.0 AUTO DEPLOY SATELLITE DISH / ANTENNA AvL Technologies model 1078K, 1.0 meter transportable auto deploy two-way broadband satellite communications system AvL1078K 1.0 meter precision composite mobile VSAT satellite antenna - AvL AACI antenna controller with - one button - auto -acquisition n7/13/2018 a 121 PART NO QTY DESCRIPTION HN-00-0190 1 HN-00-01 LP 2 HN-00.0210 1 HN-00-02LP 1 HS-01-OOLP 2 I-IS-01-01 LP 2 HS-01.02LP 2 HS-01-03LP 2 IA-05-3XL0 1 IA-06-1000 1 fA-06-3000 2 IA-06-9500 5 IA-10-0500 1 IA-10-1200 1 IA-10-2000 8 IA-11.0100 2 - AVL universal BUQ mounting kit - iDirect X7 land mobile satellite router/modem - iDirect 6 Watt universal Ku -band BUC - Norsat: 1507HA KU band PLL LNB Note: -- Service contract, activation and set up not included Includes: — Exterior hazard label by ladder WINEGARD #SK-SWM3 DIRECTV AUTO MULTI -SATELLITE TV ANTENNA �-- DIRECTV MOBILE SATELLITE RECEIVER WIDVR Note: -- To be connected to the Matrix Switcher — To include IR extenders WINEGARD RS3000 "ROADSTAR" RV TV ANTENNA APPLE TV 4K INTERNET TV - 32 GB HDD Note: -- Connected to Matrix Switcher AXIS Q6155-E PTZ DOME NETWORK CAMERAS) SANDISK 64 GB MEMORY CARD(S) SDXC FOR IP MAST IP CAMERA AXIS T8311 SURVEILLANCE CAMERA JOYSTICK(S) — USB interface connects to a PC for PTZ control of network cameras AXIS P7701 VIDEO DECODER(S) Note: — Connected to Matrix switcher 12 VOLT ELECTRICAL SYSTEM DRIVER'S CONSOLE - FLOOR MOUNT — Aluminum with black Raptor finish SWITCH CONSOLE - MODULE — (1) To be mounted next to side entry door of body for 12VDC switches and components — (1) To be mounted over side entry door of body and to be angled for 120/240VAC switches and components **Doors to be black ** SOUTHCQ #C2-32-25-3 KEYLOCK THUMB LATCH FOR CONSOLE DOORS) Locations: — To be used on module panel doors SWITCH LABEL PACKAGE I.C.C. MARKER LIGHT/REFLECTOR PACKAGE • LED ADDITIONAL LED SIDE MARKER L1GHT(S) BRITAX #L427.203.L12V 12VOLT LED MARKER LIGHT(S) Location: — Rear of body 07/13/2018 Pane 15 PART NO QTY DESCRIPTION IA-it-0110 2 IA-11-0200 6 IA-12-0560 1 IA-12-0680 14 IA-12-0690 13 IA-12-0925 4 IA-12-0975 2 IA-12-1520 5 .IA-12-1530 2 1A-12-1605 1 IA-12-1655 2 BRi T Ax #L42 i.t 02,L12V 12VVLT LLC} MARKER LIGHT(S) - :aHCrl i Location: — Between tandem axles + to be used as side facing turn signals TECNIQ #833-RR00-1 RED LED MARKER LIGHT(S) FOR SLIDE -OUT ROOM(S) WHELEN#60CREGCS RED/WHITE LED CAB DOME LIGHT(S) W/SWITCH TECNIQ #E20-WC00-1 ORION 6" SURFACE MOUNT WHITE LED INTERIOR LIGHT(S) Location: -- Ceiling of command unit Note: -- Location of (1) light -- above electronics rack and to be switched at switch panel -- To include hi/low feature TECNIQ #E20-WCOR-1 ORION 6" SURFACE MOUNT WHITE/RED LED INTERIOR LIGHT(S) Location: — Ceiling of command unit WHELEN #3SCOCDCR LED 3" EXTERIOR COMPARTMENT LIGHTS) Location: — (2) in compartment #2 (generator compartment) and (2) in compartment #6 (TV compartment) Note: — Compartment lights are Not to be switched and to come on automatically whenever the compartment door is opened — Lights in compartment #6 are to be switched via a sealed Carling switch from compartment. WHELEN #OSCOEDCR LED LIGHTS) Location: — (1) In each Cast door compartment Note: — Compartment lights are Not to be switched and to come on automatically whenever the compartment door is opened TECNIQ #E35-WB00-1 12" LINEAR LED SURFACE MOUNT UNDER CABINET STRIP LIGHT(S) Location: -- Under overhead cabinets TECNIQ #D07-W000-1 LED ILLUMINATION LIGHT(S) + #DO7-0S45-1 S.S. 45 DEGREE CASE Location: — Front of body - to illuminate cab steps Note: — Not to be switched - to come on automatically whenever the parking brake is set PAIR LED STRIP LIGHTS Locations: Pair in interior compartment with roll -up door AMDOR #AY9220-22 LUMABAR 22" LED STRIP LIGHT(S) Locations: -- (1) in compartments #3 and #5 Specify angle side: — (1) LH + (1) RH Note: — Compartment lights are Not to be switched and io come on automatically whenever the 07/13/2018 Paae 16 PARTNO C?TY 1}ESC 1IiaT1 141 IA-12-1680 2 IA-12-1661 4 IA-12-1680 4 IA-12-3205 11 IA-12-3500 1 IA-12-4000 2 IA-13-0570 1 IA-13-0580 1 1A-13-0640 2 IA-13-0660 8 A-15-0025 1 A-15-0027 1 A-15-0028 1 A-15-0029 1 B-03-0503 1 C-00-0025 1 C-40-0500 1 C-40-1400 1 C-40-2000 1 0-00-2000 1 ID-00-2051 1 compartment aoor is opened AMDOR #AY-7500 BLACK NYLON LIGHT BRACKET(S) AMDOR #AY9220-84 LUMABAR 84" LED STRIP LIGHT(S) Locations: — (1) in compartments #1, #4 and #7 — (1) in mast compartment Specify angle side: — (2) LH + (2) RH Note: -- Compartment lights are Not to be switched and to come automatically whenever the compartment door is opened I-- AMDOR #AY-7500 BLACK NYLON LIGHT BRACKET(S) "DOOR OPEN" WARNING CIRCUIT(S) WILED LIGHT -- To be magnetic door switches INDIVIDUAL OPEN DOOR DISPLAY Location: — (1) In cab (floor console mounted) CAB DOORS CONNECTED TO DOOR OPEN WARNING CIRCUIT PAIR OF AMDOR #AY-LB-12HW012 LUMABAR H2O LED CAB AREA GROUND ILLUMINATION LIGHTS -- GROUND LIGHTS ACTIVATION - CAB DOOR(S) AMDOR #AY-9220-12 LED STEPWELL ILLUMINATION LIGHT(S) Specify angle side: -- Left -- To be mounted under steps to illuminate stepwell/steps WHELEN #PELCC LED REAR STEP LIGHT(S) Note: -- (3) to be mounted each side of body + (2) on rear of body -- Not to be switched - to come on automatically whenever the parking brake is set PAIR WHELEN #M6-SERIES STOP -TAIL / BACK-UP / DIRECTIONAL LIGHTS -- PAIR WHELEN #M6BTf LED STOP/TAIL LIGHTS -- PAIR WHELEN #MSBUW LED BACK-UP LIGHTS -- PAIR WHELEN #M6T LED AMBER DIRECTIONAL LIGHTS -- PAIR OF WHELEN #M6FCV4 POLISHED LIGHT HOUSINGS (M6) ECCO #SA917 SELF ADJUSTING BACK-UP ALARM EMERGENCY LIGHT MASTER SWITCH DOOR OPEN AUDIBLE ALARM (GEAR ACTIVATED) GREEN BATTERY INDICATOR LIGHT ENTRY DOOR BUZZER/DOORBELL -- To be used in rear lavatory and used in case of an emergency to let personnel in the forward section know something is wrong. SB-TS2000 STAND ALONE WATER PROOF PROXIMITY KEYPAD Includes: -- (10) Prox Cards & (10) Key Fobs -- Push to exit button 07/13/2018 Pane 17 PART NO CITY DESCRIPTION ID-03-0005 I F-00-0400 4 11 IF-00-0600 1 IF-00-07LP 1 IF-00-3000 1 IF-00-3320 3 IF-02-0001 8 IF-03-OOLP 1 IF-04-0000 28 IF-04-0001 2 IF-04-0510 1 FIRS i ALERT COMBINA T tON SMOKE/CARBON MONOXIDE A • rum COAXIAL WIRING FOR ANTENNA WITH MOUNTING BASE Location: -- Antenna raceway- (10) on body -- (1) on cab roof and run to cab floor console ANTENNA PATCH PANEL Location: — Electronics rack Includes: -- (20) 18" TNC patch cords SURE CALL FUSION2GO #SC-POLYM-50-KIT CELLULAR BOOSTER W/OMNI-DIRECTIONAL ANTENNA WIRING ACCESS COVE PACKAGE BLUE SEA SYSTEMS #5025 12 VOLT COVERED TERMINAL UNIT(S) Location: — (1) cab floor console — (1) in each radio cabinet PHONE OUTLET(S) W/WALL PLATE(S) Location: *"See Drawings -- CATS -RJ45 To be CAT 6 wiring and labeled w/Nelco #LSL-77 labels on each end NETWORK WIRING/CABLE(S) Location: — (1) In nycoil for 42' mast for future use -- To be CAT 6 cables/wiring to labeled w/Nelco #LSL-77 labels on each end — For Future Microwave downlink system NETWORK OUTLET(S) Location: **See Drawings -- CAT6 - RJ45 To be CAT 6 wiring and labeled w/Nelco #LSL-77 labels on each end NETWORK INLET(S) Location: — Curbside I/O compartment -- To be CAT 6 wiring and to be labeled w/Nelco #LSL-77 labels on each end ALTINEX MODEL #PNP402 POP 'N PLUG DUAL SIDED TABLETOP INTERCONNECT BOX Includes: — (2) Input Plates (One Per Side) Each Side Features: —See Layout Sheet In File Folder -- Six Foot (6') Cable Attached to Feed Through Bottom of Unit 07/13/2018 arse 1q FART NO OTY DESCRIPTION iF-V4-O'LP 1 IF-04-0602 28 IF-04-0604 1 IF-06-0000 8 IF-06-0001 8 IF-06-0008 24 I F-06-01 LP 6 I H-00-1000 5 IH-00-1010 7 IJ-00-12LP 2 IJ-00-13LP IJ-00-14LP 1 LEVITON 65270-L 48 48-POR1 CAT 6 PATGi-I FANEL(a) - RACK MOUNTED CAT6 PATCH CORDS - 18" CAT6 PATCH CORDS - 36" TV ANTENNA COAXIAL CABLE & OUTLET(S) HOW AUDIONIDEO CABLE & OUTLET(S) Location: (2) Run from each streetside computer in rear room to monitors — (2) Run from each curbside computer in rear room to monitors -- (2) Run from each front curbside computer in conference room to monitors -- (1) At/near exterior TV compartment and run to Matrix switcher -- (1) Near curbside rear workstation and run to rear HDTV/monitor C2G #29341 SUPER BOOSTER USB EXTENDER KITS — To be rack mounted and run to rear work stations QUAD USB 3,0 INLETS WITH WALL OUTLET(S) Location: -- From raceway to computer for Keyboards and Mouse Rear workstations 12 VOLT OUTLET(S) - CIGARETTE LIGHTER TYPE Location: — (1) Near rear each streetside and curbside rear workstations — (1) In exterior TV compartment KUSSMAUL #091-219-4 FLUSH MOUNT DUAL USB CHARGER OUTLET(S) Location: — (1) in cab w/WP - Weatherproof cover — (6) in rear of body - exact location to be determined JANUS HSPA910PS FIXED WIRELSS TERMINAL(S) Note: —.Service provider to be determined -- Service contract to be supplied by customer CISCO ISR4351 ROUTER W/SECURITY AND VOIP SOFTWARE + OPTIONS Includes the following: -- (1) - Cisco 4351 Voice Bundle with UC license CUBE-10 — (1) - Cisco NIM-4G-LTE-VZ wireless module (Verizon) — (1) - Cisco NIM-4G-LTE-NA wireless module (AT&T) — (1) - Cisco NIM-4FXO tour port network interface module — (8) - Cisco CUCME Phone License - Basic — (8) - Cisco 7821 IP Phone - Cable - Wall Mountable 2 x Total Line - VoIP -Caller ID Speakerphone User Connect License - 2 x Network (RJ-45) -PoE Ports - Monochrome — (1) - Cisco Aironet 15321 IEEE 802.11n 300 Mbps Wireless Access Point - ISM Band - UNII Band -- (1) - Cisco 1520 Series Mesh Access Point Accessories -1520 Series Power Injector -- (1) - Cisco SF300-48PP 48-Port 10/100 PoE+ Managed Switch w//Gfg Uplinks -- (1) - Cisco ATA for paging system includes - 12 Month SMARTnet Service on Router, Phones, Switch, and Wireless Access Point Note: — Some items may be changed / upgraded due to possibly being discontinued by Cisco LEVITON 69270-U48 48-PORT CAT 6 PATCH PANEL(S) - RACK MOUNTED a7/15/2018 pane 19 PART NO GTY DESCRIPTION 0-- 5L v l INSTAL_ is S i OMEA Su PLI J MINICOMPUTER(S) Location: -- Under countertops IJ-01-0000 8 INSTALLATION OF CUSTOMER'S RADIO(S) IK-00-0032 1 FRC #BCA121-A00-C3 DUAL REAR/SIDE VISION CAMERAS W/7" LCD MONITOR IK-00-00LP 1 FLIR 4-CH POE NVR W/FLIR 4 X 3MP HD IP CAMERAS - 2TB HDD - SURVEILLANCE SYSTEM Model #'s: — FLIR NVR: #DNR2142 FLIR 3MP Cameras: #PE133E Note: -- To be connected to the Matrix Switcher JB-00.0005 1 SCHOTTKY #31 51-140 DIODE ISOLATOR JC-00-0018 2 INPOWER #DSP-DCS1 DIGITAL VOLTMETER / AMMETER W/LOW VOLT ALARM & LIGHT (DUAL) Location: — (1) cab floor console — (1) rear 12VDC panel by side entry door of body JC-10-0000 J C-10-0030 JC-20-0200 t MANUAL COLE HERSEE #284 PADDLE HANDLE CUT-OFF SWITCH Location: -- Next to driver's seat in cab 1 BLUE SEA DUAL BATTERY SELECTOR SWITCH Location: — Next to driver's seat in cab 1 ELECTRONIC THROTTLE DEVICE Note: -- To be sealed Carling rocker switch with blue indicator light JC-90-1225 1 KUSSMAUL #091-89-12 4000 12V AUTO DUAL BANK CHARGER - REMOTE IND. — Indicator mounted by shoreline inlet LB-25-2010 1 f— KUSSMAUL #091-55-15-120 15A SUPER L/L INLET W/AUTO-EJECT Outlet cover color: -- Gray JC-90-5020 I ADDITIONAL BATTERY SYSTEM - (4) AGM 31 SERIES 12V Location: — Compartment #1 - on slide -out tray Note: -- Three (3) batteries will be separated for auxiliary equipment and one (1) battery will be for communications equipment JC-90-5055 1 12 VDC BATTERY/CHARGING SYSTEM - DUAL JD-75-0000 1 (NFPA) CLEAR LIGHT CUT-OUT - PARK POSITION JE-00.0005 1 WHELEN #3SC0CDCR 3" LED ENGINE COMPARTMENT LIGHT(S) KA-10-0000 1 GENERATOR INSTALLATION -120/240 VOLT KC-02-002L 1 BASS 120/240 MAIN POWER SYSTEM W/ DISTRIBUTION PANEL Panel Location: 07/13/2018 Rang fit► PART NO OTY DE5CRIPTICrN KC-05-OOLP 1 KC-06-1500 1 KC-09-00LP 1 KC-09-1020 1 KC-09-11 LP 1 KC-25-120V 2 KC-30-0006 1 KC-50-0055 1 KC-55-0005 1 KC-70-0110 1 KC-70-0120 1 KH-55-82LP 1 KH-55-83LP 1 LB-00-0501 4 LB-00-0530 4 LB-10-00LP 1 LB-10-0500 3 LB-16-1410 1 LB-16-1500 28 — Hear 12vDC / 120/240 VAC panel - near side entry of body RED LED CHASSIS IGNITION "ON" INDICATOR LIGHT Location: -- On 120/240 VAC panel - above side entry door of body ADDITIONAL FUEL GAUGE - REMOTE MOUNTED 10-FT 50-AMP LANDLINE CORD Note: -- 100A to 50A 50-FT HUBBELL 100 AMP LANDLINE CORD (120/240) Note: --100A to 100A 25-FT 12/3 SAFETY EXTENSION CORD Note: — To be used for the Kussmaui 15 amp auto eject GFI BREAKER -120 VOLT Location of GFI Outlets: — (1) To be wall mounted at printer station + (1) to be wall mounted at galley - For exterior outlets 120/240 VAC HIGH VOLTAGE POWER INPUT SELECTOR -12KW & UP 120/240 VAC HIGH VOLTAGE ELBGTRICAL SYSTEM - MULTIPLE SOURCE 120/240 VAC HIGH VOLTAGE MULTI -METER TRANSIENT VOLTAGE SURGE SUPPRESSOR VERTICAL EXHAUST - FOR GENERATOR WRICO PLATINUM 25-KW LOW BOY LIQUID COOLED DIESEL GENERATOR Location: — Compartment #2 Note: — Air Bag Mounting WRICO DELUXE START/STOP GENERATOR CONTROL PANEL W/GAUGES COLEMAN 15,000BTU 120 VOLT A/C- ROOF MOUNT W/CONDENSATE PUMP Cover color: -- White NC THERMOSTAT (WALL MOUNTED) Note: -- To be Coleman #83303362 thermostat AIR CONDITIONING DUCT WORK TO LAVATORY 120V TO 12V CONVERTER(S) - (80 AMP) TWISTLOCK NEMA #L5-30R 12OV13OAMP INTERIOR RECEPTACLE(S) Location: — (1) behind electronics rack for UPS HOUSEHOLD 15 AMP INTERIOR RECEPTACLE(S) - DUPLEX 07/1.3/2018 Pace 21 PART NO QTY r' ' 'filil@IV L6-i 6-i SJP 5 HOUSEHOLD 16 AMP iN T ERiQti RECtPTACLE(S) - DUPLEX (RFD) Note: — At each workstation and to be connected to the on board UPS LB-16-1619 4 LB-25-5003 1 LB-50-0230 1 LK-10-0085 1 LI-50-1000 1 LS-50-0010 1 LX-00-0742 1 JC-90-1010 1 Lf-50-1000 1 LX-05-0006 1 LX-10-0003 1 LX-15-0003 1 LX-20-0002 1 LX-25-0001 1 LX-25-0010 1 LX-26-01 LP 1 LX-99-0014 1 LX-99-2000 1 LX-99-2600 1 RE-13-1000 1 RF-05-0125 1 SD-03-1062 6 SD-06-1062 2 SD-99-0020 1 SD-99-00LP 3 SP-90-0012 2 TA-02-040D 1 TA-08-0200 1 HOUSEHOLD 120V/15 AMP DUPLEX EXTERIOR RECEPTACLE(S) 120V/240V 100A TW ISTLOCK LANOLINE INLET CONN. TO MAIN PANEL MIDDLE ATLANTIC #PDT-1415C-NS POWER STRIP(S) (14) 15A PLUG -INS Location: -- (1) behind electronics rack W1LL-BURT #NS2.3-600WHL (7.5FT) LED SPOT/FLOOD NIGHT SCAN CHIEF LIGHT TOWER 120V J-- CAB MOUNTED TOWER UP INDICATOR LIGHT(S) J=- WILL-BURT #4756919 NFPA HANDHELD REMOTE WITH E-STOP WILL-BURT 42FT HEAVY DUTY PNEUMATIC MAST J-- KUSSMAUL #091-9HP 120 VOLT AIR COMPRESSOR W/METAL BOWL (1.4 CFM) Note: — Shalt include 4091-9H-1 mounting brackets and vibration dampers #0919G-B1-BOWL-M metal bowl GAB MOUNTED TOWER UP INDICATOR LIGHT(S) WILL-BURT 4f905733 INTERNAL MOUNTING BRACKET I-- WILL-BURT #915343 3" TOP TUBE PLATFORM WILL-BURT #902044 NR BASE PLATE J - WILL-BURT #4454001 NON -ROTATING SHELF BRACKET WILL-BURT #904034 SOLENOID VALVE KIT - 12VDC j-- WILL-BURT #912247 HAND HELD REMOTE CONTROL I-- CUSTOM FABRICATED BOX / PLATFORM - TOP OF MAST Note: -- For (2) dome cameras, Zook -up Tight and provisions for microwave downlink antennas -- 70 FEET OF 1-1/4" BLACK NYCOIL CABLE CONDUIT FOUR (4) LED MARKER LIGHT(S) - TOP OF MAST(S) Specify LED Color: — Red Note: -- LED lights to be switched from mast compartment via a Carling switch WHELEN #NP6BW PIONEER NANO MICRO MAST MOUNTED LOOK -UP LIGHT(S) -- LED spot light to be switched from mast compartment via a Carling Switch. PAIR CAST SPEAKERS - THROUGH BUMPER WHELEN #295HFSA7 SIREN SYSTEM WHELEN #M9LZC LINEAR SUPER-LEDO SCENELIGHT(S) - SIDE WHELEN #M9LZC LINEAR SUPER-LEDO SCENELIGHT(S) - REAR REVERSE RELAY FOR REAR SCENE LIGHTS SIDE AND REAR SCENE LIGHT(S) - CONTROLLED FROM MODULE SWITCH CONSOLE INSTALLATION OF CUSTOMER HAND LIGHT(S) Location: — To be determined WHELEN #SSFPOS HEADLIGHT FLASHER VANNER #9860GCPE ELECTRONIC LED FLASHER UNIT 07/13/2018 PART NO GTY DESCRIPTION Tv-10-0010 4 I HELEN *la, MO DUO SUPER -LED WARNING LIGHT S - REDAV HI T G LAN i TC-14-0022 2 WHELEN #M4RCS SERIES SUPER -LED WARNING LIGHT(S) - RED - CLEAR LENS -STEADY BURN TC-14-0902 2 I-- WHELEN #M4FC CHROME FLANGE TC-16-0022 2 WHELEN #M6RCS SERIES SUPER -LED WARNING LIGHT(S) - RED - CLEAR LENS -STEADY BURN TC-17-0022 4 WHELEN #M7RCS SERIES SUPER -LED WARNING LIGHT(S) - RED - CLEAR LENS -STEADY BURN TC-17-0902 4 I-- WHELEN #M7FC CHROME FLANGE TC-19-0007 2 WHELEN #M9ACS SERIES SUPER -LED WARNING LIGHT(S) AMBER - CLEAR LENS -STEADY BURN TC-19-0902 2 I-- WHELEN #M9FC CHROME FLANGE TC-19-0022 6 WHELEN #M9RCS SERIES SUPER -LED WARNING LIGHT(S) - RED - CLEAR LENS -STEADY BURN TC-19-0902 6 1-- WHELEN #M9FC CHROME FLANGE UB-1 0-18LP 1 WHELEN #F4N7QLED FREEDOM IV 72" LED LIGHT BAR WIOPTIONS Options: — (1) #F4795H - Pre -wire for GTT 795H Opticom Emitter -- (1) #795H - Add GTT 795H Opticom Emitter -- (6) #F4DLR - Add Super -LED Lighthead, 1 Long Red/Red UC-00-0050 1 UD-10-0105 1 VB-14-0CJL 1 V9-MB-E000 1 VD-00-0500 1 VD-02-0995 3 WA-90-0050 1 WA-95-0050 1 WB-00-0020 1 WB-05-0500 1 WB-05-0600 1 WB-05-1000 1 W B-05-1500 1 WB-05-2000 1 W B-05-2200 1 ZA-O0-0002 1 ZA-00-Q100 1 ZC-00-0002 1 ZC-05-001A 1 PAIR FRONT LIGHT BAR MOUNTING BRACKETS - BODY -- Brackets to be painted to match body color WHELEN #L31H4FGREEN SUPER LED BEACON(S) CLEAR LENS Location: — On top of light tower RCP and switched from hand held controller for light tower ALCO-LITE #CJL-14 COMBINATION LADDER Location: — Compartment #4 EXTENSION LADDER MOUNTING BRACKETS Location: — Compartment #4 ROADSIDE EMERGENCY SAFETY KIT (8-PIECE) ABC 5 LB. DRY CHEMICAL FIRE EXTINGUISHER WNEHICLE BRACKET Location: — To be mounted at final inspection BODY MANUFACTURER'S MANUAL(S) W RING MANUAL(S) ENGRAVED LABEL PACKAGE -- SEATING CAPACITY TAG -- DO NOT WEAR HELMET W.HILE SEATED LABEL — NO SMOKING/FASTEN SEAT BELT LABEL -- ENGRAVED FLUID CAPACITY AND TYPE PLATE -- OVERALL HEIGHT/LENGTH/OVWR PLATE — REAR STEP LABEL CHASSIS RELATED EXPENSES CHASSIS FLOORPLAN ADMINISTRATIVE -- 10-YEAR / 100,000 MILE CONVERSION/UPFIT WARRANTY Paoe 22 07/13/2018 Pa . e 23 PART NO QTY DESCRIPTION ZC-05-004A i ZC-05-005A 1 ZC-05-006A 1 ZD-00-000A 1 ZD-00-000B 1 ZD-00-000C 1 ZD-00-0600 1 -- LIFEIME ivMODULAH 180iir b T RUCTURAL WARRANTY -- 10-YEAR / 100,000 MILE LIMITED ELECTRICAL WARRANTY --10-YEAR / 100,000 MILE LIMITED PAINT WARRANTY -- FACTORY LIAISON 1 PROJECT COORDINATOR -- ENGINEERING/PRE-CONSTRUCTION REVIEW -- IN-HOUSE PRE -DELIVERY 1 DETAILING J INSPECTION DELIVERY + VEHICLE FAMILIARIZATION TO END USER