Loading...
HomeMy WebLinkAbout08-21-2018 ITEM 12- PURCHASE OF FIRE ENGINE, SPECIFICATION NO. 91672 Meeting Date: 8/21/2018 FROM: Garret Olson, Fire Chief Prepared By: James Blattler, Administrative Analyst Rico Pardo, Accounting Manager SUBJECT: PURCHASE OF FIRE ENGINE, SPECIFICATION NO. 91672 RECOMMENDATIONS 1. Approve the sole source lease purchase of a 2018 Pierce Arrow PUC Type 1 Fire Engine in the amount of $673,096; and 2. Authorize the City Manager or designee, Finance Director or designee and City Attorney or designee to execute all related documents on behalf of the City to execute a five-year (60- month) agreement with JPMorgan Chase Bank and purchase agreement with Pierce Manufacturing to accomplish the above-mentioned lease purchase; and 3. Authorize the Finance Director or designee to execute a lease -purchase purchase order in the amount noted associated with the above-mentioned fleet replacement ; and 4. Authorize the appropriation of $20,000 from the Fleet Completed Projects fund for the additional funding needed to complete the engine build-up. DISCUSSION Background Emergency vehicles are a vital part of the service delivery for the San Luis Obispo City Fire Department. The Fire Department responds to over 6,000 emergency service calls annually. A fire engine pumper (“fire engine”) is staffed with emergency response personnel and is equipped to provide all-hazards emergency services. These services include advanced life support emergency medical services, special and complex rescue services, and fire suppression services to protect the lives and property of the City’s residents, visitors, and businesses. Staff developed a fire engine specification committee that took into account the unique features of the community and sought the best overall fire engine to complement the existing fleet of apparatus. In accordance with the City’s established fleet replacement cycle and after consulting with the Fire Vehicle Mechanic, the new fire engine will replace a 16-year-old fire engine, which will be transitioned to reserve status. The new fire engine provides the same capabilities as the fire engine transitioning to reserve st atus but with greater reliability and less cost and time associated with repair and maintenance. This new fire engine will also include the latest environmental features and systems which significantly reduce adverse emissions-related environmental impacts when compared with the current fire engine. Over the past 16 years, there have been significant improvements in diesel-powered heavy equipment to reduce negative environmental impacts. Packet Pg. 407 Item 12 Lease Purchase Staff is seeking the authorization to execute a lease-purchase agreement for the sole source acquisition of the new fire pumper currently budgeted and approved for replacement as part of the adopted 2017-19 Financial Plan. Following extensive analysis, staff has concluded that the 2018 Pierce Type 1 PUC Pumper would meet the City’s needs. The Pierce fire engine has been the dependable workhorse fire engine of the City for more than a quarter of a century. Features Include: • A more efficient pump system (Pierce PUC Pumper) with a fuel-efficient, low maintenance engine and transmission • A 500-gallon water tank • A foam system (Husky 3 Foam Proportioner) designed to handle structure, wildland, and automobile fires with Class B capabilities • Roof mounted light tower (Will-Burt Night Scan Chief 2.3) that provides greater nighttime visibility • Independent front suspension (Pierce TAK-4) providing better control, braking performance and maneuverability Sole Source Purchase Recommended Staff recommends a sole source purchase award to South Coast Fire Equipment in the amou nt of $673,096 for the purchase of a 2018 Pierce Arrow XT PUC Fire Engine Pumper. City purchasing guidelines allow for sole source when supplies or equipment in use have been uniformly adopted by the City or otherwise standardized. The Pierce fire engine has been the standard apparatus for the City of San Luis Obispo for the last quarter century. While there are other vendors that could provide apparatus, staff is recommending Pierce due to a variety of factors including; equipment standardization and familiarity by both fire suppression and mechanics staff, production time reduction resulting from working experience the City has established with Pierce’s manufacturing staff and the benefits of utilizing local vehicle vendors like Southern California based South Coast Fire Equipment, who has a facility located within the County. South Coast Fire Equipment is providing the purchasing quote (Attachment A) for the pumper at the base price reflective of a nationally utilized cooperative purchasing agreement. Used as a pricing standard throughout the fire service, this master contract is commonly known as the HGAC, or Houston Galveston Area Council Cooperative Purchasing Agreement. While the City is not purchasing through the HGAC, the City’s price for this appara tus is the same as this cooperative purchasing agreement. The Fire Department has a significant equipment and training investment with maintaining Pierce manufactured apparatus. Fire fleet already has an inventory of spare parts, filters and maintenance items specific to the Pierce fir e apparatus platform. This inventory would be costly to retrofit to accommodate another make of apparatus. Additionally, the Fire Department ’s Fire Vehicle Mechanic is specially trained and equipped to provide maintenance to Pierce manufactured fire apparatus. All current front -line and reserve heavy-duty fire apparatus are manufactured by Pierce. Continuing with Pierce heavy duty apparatus maximizes the training and specialty tools already provided to staff, thus controlling costs. Finally, the cost for the Pierce fire engine is competitive compared to that of other manufacturers. Packet Pg. 408 Item 12 CONCURRENCES The Finance Department concurs with Fire Department staff to finance the apparatus purchase and to utilize the Fleet Completed Projects fund to complete the project. ENVIRONMENTAL REVIEW The California Environmental Quality Act does not apply to the recommended action in this report, because the action does not constitute a “Project” under CEQA Guidelines sec. 15278. FISCAL IMPACT Funding for the fire pumper replacement was included in the 2017-19 Financial Plan in the amount of 624,000, with $135,000 coming from the Local Revenue Measure. Equipment Replacement Fund 410 & Local Bond Revenue Fund 101 Project Costs (91672) Adopted Budget (FY 2018-19) $ 624,000 Base Unit Cost $ 622,871 Performance Bond $ 1,941 Sales Tax (7.75%) $ 48,273 California Tire Fee $ 11 Cost from Dealer: $ 673,096 Internal Vehicle Assembly Cost $ 20,000 Total Vehicle/Project Cost $ 693,096 2017-19 Budget Funding Source Cost Increases The total project cost is higher than the original ly projected and budgeted amount of $624,000 due to unexpected increases in steel and aluminum costs, which is partially attributed to recent tariffs. The recent increases in commodity pricing applies to the industry as a whole and is not unique to staff’s recommended vendor. Staff recommends financing the cost of the apparatus purchase in the amount of $673,096 and utilize the Fleet Completed Projects Fund for the additional $20,000 needed to complete in-house equipment purchase and installation. Cost Savings Staff identified two cost saving strategies for the purchase of the fire pumper. First, Pierce offered a total of $26,037 in savings for utilizing its pre-payment incentive program which can be awarded through a lease-purchase, as recommended by staff in this report. Secondly, staff identified several build-up items that can completed in-house for an additional $7,000 in savings. Lease Purchase and Fleet Completed Project Fund Appropriation Staff received a purchasing quote totaling $673,095.08 for the fire engine apparatus. Staff recommends financing the fire engine through a lease-purchase in the quoted amount and appropriate an additional $20,000 from the Fleet Completed Projects Fund to complete the vehicle build-up. Packet Pg. 409 Item 12 Lease-Purchase Terms Staff reviewed financing offers from various financing entities. Staff is recommending that the City enters into a lease agreement with JPMorgan Chase Bank (the City’s bank on record) (Attachment B) to provide financing of the apparatus. JPMorgan Chase Bank offered the most competitive terms and the final interest rate for the lease is set at 3.185%. The following table reflects the annual payments for the lease agreement. Amount Borrowed 673,096$ Annual Payments*: (1)146,157$ (2)146,157$ (3)146,157$ (4)146,157$ (5)146,157$ Total Amount Paid:730,783$ Annual Inerest Rate:3.185% JPMorgan Chase Bank *Annual payment includes debt service ALTERNATIVE Deny Funding Transfer and Purchase. The City Council could choose to deny or defer the fire engine. Staff does not recommend this option as the pumper replacement was approved as part of the 2017-19 Financial Plan. The existing fire engine has met its useful target life in both years and mileage. Denying or deferring the purchase could result in costly maintenance and repairs due to the aging of this vehicle. The reliability of this vehicle has been degraded to the point of being unpredictable. Attachments: a - Proposal Letter_South Coast_Engine Purchase b - Municipal Lease Proposal - City of San Luis Obispo Packet Pg. 410 Item 12 Packet Pg. 411Item 12 Packet Pg. 412Item 12 Proposal Option List Line Option Type Option Description Qty 1 0766589 Boiler Plates, PUC Pumper 1 Fire Department/Customer - San Luis Obispo City Operating/In conjunction W-Service Center - Operating Miles - 50 Miles Number of Fire Dept/Municipalities - 5 Bidder/Sales Organization - South Coast Delivery - Delivery representative Dealership/Sales Organization, Service - South Coast 2 0661794 Single Source Compliance 1 3 0584456 Manufacture Location, Appleton, Wisconsin 1 4 0584452 RFP Location: Appleton, Wisconsin 1 5 0588609 Vehicle Destination, US 1 6 0764706 SP BMP Truck 1 Fill in Blank - * 7 0610784 Comply NFPA 1901 Changes Effective Jan 1, 2016, With Exceptions 1 8 0533347 Pumper/Pumper with Aerial Device Fire Apparatus 1 9 0588611 Vehicle Certification, Pumper 1 10 0661778 Agency, Apparatus Certification, Pumper/Tanker, U.L.1 11 0537375 Unit of Measure, US Gallons 1 12 0529326 Bid Bond, 10%, Pierce Built Chassis 1 13 0540326 Performance Bond, Not Requested 1 14 0000007 Approval Drawing 1 15 0667955 Drawing, Pump Operator's Panel, Match Previous Unit, Reference Only 1 Fill in Blank - Job# 31202 16 0002928 Electrical Diagrams 1 17 0624892 Arrow XT Chassis, PUC 1 18 0000110 Wheelbase 1 Wheelbase - 177.00 to 179.00 19 0000070 GVW Rating 1 GVW rating - 43,500 20 0000203 Frame Rails, 13.38 x 3.50 x .375, Qtm/AXT/Imp/Vel/DCF 1 21 0050817 Frame Liner, Inv "L" 12.68" x 3.00" x .25", AXT, Front Reinforcement 1 22 0030262 Axle, Front, Oshkosh TAK-4, Non Drive, 19,500 lb, Qtm/AXT/DCF 1 23 0030264 Suspension, Front TAK-4, 19,500 lb, Qtm/AXT/Imp/Vel/Dash CF/Enf 1 24 0087572 Shock Absorbers, KONI, TAK-4, Qtm/AXT/Imp/Vel/DCF/Enf 1 25 0000322 Oil Seals, Front Axle 1 26 0677584 Tires, Front, Goodyear, G296 MSA, 385/65R22.50, 18 ply, Fire Service Load Rating 1 27 0019611 Wheels, Front, Alcoa, 22.50" x 12.25", Aluminum, Hub Pilot 1 28 0530468 Axle, Rear, Meritor RS24-160, 24,000 lb 1 29 0602744 Top Speed of Vehicle, Non-NFPA 2016 Compliant 1 Top Speed of Vehicle - 75 30 0515564 Suspen, Rear, Standens, Spring, 27,000 lb 1 31 0000485 Oil Seals, Rear Axle 1 32 0587216 Tires, Rear, Goodyear, G622 RSD, 12R22.50, 16 ply, Single 1 33 0019625 Wheels, Rear, Alcoa, 22.50" x 8.25", Aluminum, Hub Pilot, Single 1 34 0568081 Tire Balancing, Counteract Beads 1 35 0620570 Tire Pressure Monitoring, RealWheels, AirSecure, Valve Cap, Single Axle 1 Qty, Tire Pressure Ind - 6 36 0003245 Axle Hub Covers w/center hole, S/S, Front Axle 1 37 0001960 Axle Hub Covers, Rear, S/S, High Hat (Pair)1 38 0057936 Covers, Lug Nut, Chrome 1 Customer:City of San Luis Obispo Bid Number: 431 Representative Holmes, Jon Job Number: Organization:South Coast Fire Equipment, Inc Number of Units:1 Requirements Manager: Bid Date:06-01-2018 Description: Arrow XTV PUC Stock Number: Body: Pumper, PUC, Aluminum Price Level:37 (Current: 37) Chassis:Arrow XT Chassis, PUC 6/27/2018 6/27/2018 4:35 PM Page 1431Bid #:Packet Pg. 413 Item 12 Line Option Type Option Description Qty 39 0002045 Mud Flaps, w/logo front & rear 1 40 0544802 Chocks, Wheel, SAC-44-E, Folding 1 Qty, Pair - 01 41 0544806 Mounting Brackets, Chocks, SAC-44-E, Folding, Horizontal 1 Qty, Pair - 01 Location, Wheel Chocks - Left Side Rear Compt 42 0010670 ABS Wabco Brake System, Single rear axle 1 43 0030185 Brakes, Knorr/Bendix 17", Disc, Front, TAK-4 1 44 0000740 Brakes, Meritor, Cam, Rear, 16.50 x 8.63"1 45 0058463 Air Compressor, Brake, Bendix 15.8 CFM 1 46 0000785 Brake Reservoirs, Three 1 47 0587034 Air Dryer, Bendix, AD-IP w/Heat, 2010 1 48 0678701 Brake Lines, Nylon, Special Color 1 49 0020851 Not Required, Air Inlet 1 50 0000845 Air Tank, Additional for Extra Capacity 1 51 0610877 Engine, DDC DD13, 470 hp, 1650 lb-ft, W/OBD, EPA 2016, REPTO, AXT 1 52 0001244 High Idle w/Electronic Engine, Custom 1 53 0590300 Engine Brake, Jacobs Compression Brake, DD13 1 Switch, Engine Brake - f) DD13 54 0552334 Clutch, Fan, Air Actuated, Horton Drive Master 1 55 0037145 Heater, 1000 watt Immersion, Connect to Shoreline 1 56 0043422 Air Intake, w/Ember separator, AXT 1 57 0565965 Exhaust System, 5", 2010 DD13, ISX engine, Horizontal, Right Side 1 58 0683310 Diffuser, Exhaust, Modified For Extraction, 5"x7"x5", Flush With Rub Rail, CARE 1 59 0013278 Exhaust, Modified for Plymovent System, CARE 1 60 0797727 Radiator, Arrow XT 1 61 0001090 Cooling Hoses, Rubber 1 62 0001125 Fuel Tank, 65 Gallon, Left Side Fill 1 63 0001129 Lines, Fuel 1 64 0662965 DEF Tank, 4.5 Gallon, DS Fill, Rear of Axle, Common Air Bottle Door 1 65 0552777 Fuel Pump for Repriming 1 66 0552567 Shutoff Valve, Fuel Line @ Fuel Tank 1 67 0553019 Cooler, Engine Fuel, Imp/Vel, AXT/Qtm/Sab/DCF/SFR/Enf 1 68 0690880 No Selection Required From This Category 1 69 0642579 Trans, Allison 5th Gen, 4000 EVS P, w/Prognostics, Arrow XT 1 70 0621262 Transmission, Shifter, 6-Spd, Push Button, 5+1 Mode, 4000 EVS 1 71 0517604 Transmission Programming, Park to Neutral, PUC 1 72 0797722 Transmission Oil Cooler, Modine, External, AXT 1 73 0001375 Driveline, Spicer 1810 1 74 0669988 Steering, Sheppard M110 w/Tilt, TAK-4, Eaton Pump, w/Cooler 1 75 0001544 Not Required, Steering Assist Cylinder on Front Axle 1 76 0509229 Steering Wheel, 2 Spoke 1 77 0690274 Logo/Emblem, on Dash 1 Text, Row (1) One - S.L.O Text, Row (2) Two - CITY Text, Row (3) Three - FIRE DEPT 78 0606501 Bumper, 16" Extended, Arrow XT 1 79 0640199 Tray, Hose, Center, 16" Bumper, Outside Air Horns 1 Grating, Bumper extension - Grating, Aluminum Capacity, Bumper Tray - 19) 100' of 1.75" 80 0624826 Hose Restraint, Bumper Tray, 2.00" Straps, Fasteners, Pair 2 Type of fastener - seat belt buckle Qty, Pair - 02 81 0510226 Lift & Tow Package, Imp/Vel, AXT, Dash CF 1 82 0522573 Tow Hooks Not Required, Due to Lift and Tow Package 1 83 0786885 SP Coating, Top Flange, Front Bumper, Outside Extr, Line-X Premium w/UV Prot, Black 1 84 0564248 Cab, Arrow XT 2010, 6710 Raised Roof, PUC 1 85 0614530 Engine Tunnel, DD13, Arrow XT 1 86 0677478 Rear Wall, Exterior, Cab, Aluminum Treadplate 1 87 0562666 Cab Lift, Elec/Hyd, Remote, Manual Override, AXT 1 88 0640431 Grille, Bright Finished, Front of Cab, Arrow-XT 1 6/27/2018 4:35 PM Page 2431Bid #:Packet Pg. 414 Item 12 Line Option Type Option Description Qty 89 0002224 Scuffplates, S/S At Cab Door Jambs, 4-Door Cab 1 Material Trim/Scuffplate - c) S/S, Polished 90 0012226 Scuffplates, S/S Corner Guard, Polished, Rear Cab Corners 1 91 0647932 Not Required, Trim, S/S Band, Across Cab Face, AXT/Dash CF/Saber/Enforcer 1 92 0015440 No Chrome Molding, On side of cab 1 93 0521669 Mirrors, Retrac, West Coast Style, Htd/Rmt, w/Htd/Rmt Convex 1 94 0563095 Door, Half-Height, Arrow-XT 4-Door Cab, 10" Raised Roof 1 95 0655608 Door Panel, Polished Stainless Steel, Arrow XT Cab 1 96 0554537 Controls, Electric Roll-Up Windows, 4dr, 3 Driver Controls, AXT 1 97 0563603 Steps, 4-Door Cab, AXT 1 98 0770194 Handrail, Exterior, Knurled, Alum, 4-Door Cab 1 99 0509649 Lights, Cab and Crew Cab Access Steps, P25, LED w/Bezel, 1Lt Per Step 1 100 0005772 Fenders, S/S on cab, w/Radius corner, 2.00" wide 1 101 0557023 Handrail, 10", Below Cab Windshield, Pair 1 102 0042105 No Windows, Side of Crew Cab 1 103 0568043 Windows, front only of CC, 10" raised roof, AXT 2010 1 104 0012094 Windows, Delete Rear of Crew Cab 1 105 0638117 Mounting Provisions, 3/16" Alum, Eng Tnl, Include Blister Ang/Raceway, Color,AXT 1 Color, Cab Interior Paint - a) gray Mounting Provision Spacing - .25" 106 0636428 Motion Device for Gamber Johnson Computer Docking Station, 9" Locking Slide Arm 1 Location - TBD at PRE-CON 107 0797262 Cab Interior, Vinyl, Arrow XT, CARE 1 Color, Cab Interior Vinyl/Fabric - d) Red Cab Interior Rear Wall Material - Painted Aluminum 108 0012430 Cab Interior, paint color 1 Color, Cab Interior Paint - i) fire smoke gray 109 0032100 Floor, Rubber Padded Cab & Crew Cab - AXT 1 110 0689370 Defroster, No Heater, AXT 1 111 0603353 Air Conditioning, Arrow-XT 2010 1 Paint Color, A/C Condenser - Painted by OEM 112 0660960 Dual Condensate Drain Tubes for A/C Drip Pan, AXT 1 113 0683927 Cover, A/C lines and Connections, Painted 1 114 0012122 Fans, Window Defrost, One (1) Fan on Each Side 1 115 0627914 Sun Visor, Smoked Lexan, Rubber Trim, AXT, Dash CF, Imp/Vel, SFR/Enf 1 Sun Visor Retention - No Retention 116 0507764 Grab Handles, Driver Side Low and Officer Door Post 1 117 0583938 Lights, Engine Compt, Custom, Auto Sw, Wln 3SC0CDCR, 3" LED, Trim 1 Qty, - 01 118 0631830 Fluid Check Access, Saber FR/Enforcer, Arrow XT 1 119 0583039 Not Required, Side Roll and Frontal Impact Protection 1 120 0622617 Seating Capacity, 6 Seats 1 121 0697004 Seat, Driver, Pierce PSV, Air Ride, High Back 1 122 0642282 Seat, Officer, Pierce PSV, Air Ride, High Back, Slides 1 123 0002517 Not Required, Radio Compartment 1 124 0763617 SP Cabinet, Rear Facing, LS, 25.5 W x 29 H x 22 D, Web, Ext Acc, AXT 1 Type of fastener - 1" cam buckle Restraint Location - Top (towards roof of truck) Light, Short Cabinet - Amdor, Interior, White, Left Side Scuffplate, Door Pan, Material/Finish - S/S, Polished Material Finish, Shelf - Painted - Cab Interior Shelf/Tray, Cabinet - (1) Shelf, Adjustable, 0.75" Up-Turned Lip Door, Cab Exterior Cabinet - Double Pan, Non-Locking Door, Exterior Stop - Cable Louvers, Cabinet - Louvers, Back 125 0102783 Not Required, Seat, Rr Facing C/C, Center 1 126 0763611 SP Cabinet, Rear Facing, RS, 20 W x 29 H x 23.5 D, Web, Ext Acc, Sp Mtg, AXT 1 Type of fastener - 1" cam buckle Restraint Location - Top (towards roof of truck) Light, Short Cabinet - Amdor, Exterior, White, Left Side Scuffplate, Door Pan, Material/Finish - S/S, Polished Material Finish, Shelf - 0-No Shelving 6/27/2018 4:35 PM Page 3431Bid #:Packet Pg. 415 Item 12 Line Option Type Option Description Qty 126 Shelf/Tray, Cabinet - (0) None Door, Cab Exterior Cabinet - Double Pan, Non-Locking Door, Exterior Stop - Bumper Louvers, Cabinet - 0-No Louvers 127 0565238 Seat, Forward Facing C/C, DS Outboard, Pierce PSV, Hi-Back, Foldup 1 128 0103319 Not Required, Seat, Forward Facing C/C, Center 1 129 0565248 Seat, Forward Facing C/C, PS Outboard, Pierce PSV, Hi-Back, Foldup 1 130 0690233 Scuffplate, Polished S/S, External EMS Cabinet, Bottom of Door Frame 2 Location - TBD at PRE-CON Qty, - 02 131 0042359 Upholstery, Seats In Cab, All Vinyl, CARE 4 Color, Cab Interior Vinyl/Fabric - d) Red Qty, - 04 132 0511471 No SCBA Brackets Required In Cab Seats, Imp/Vel, AXT 2010, Qtm 2010, Dash CF 1 133 0603867 Seat Belt, ReadyReach 1 Seat Belt Color - Red 134 0553381 Seat Belt Height Adjustment, Arrow XT 1 135 0602464 Helmet Storage, Provided by Fire Department, NFPA 2016 1 136 0647638 Lights, Dome, Weldon Dual LED 4 Lts 1 Color, Dome Lt - Red & White Color, Dome Lt Bzl - Black Control, Dome Lt White - Door Switches and Lens Switch Control, Dome Lt Color - Lens Switch 137 0631779 Light, Map, Overhead, Round Halogen, AXT/Imp/Vel/Dash CF, Hawk EX 1 12vdc power from - Battery switched 138 0626097 Light, Map, Sunnex HS76*-00 Series, Swivel Joint, Clear Lens, Ceiling Mount 1 Location - to the left of the officer's seat same as #26761 Qty, - 01 12vdc power from - Battery switched Control, Map Light - On/Off Base, Map Lt, Sunnex - Square Accessories, Map Lt, Sunnex - No Accessory 139 0650357 Spotlight, Golight/RadioRay, Model 20**4, LED, 2 Lts 1 Location - Just behind lightbar Color, GoLt - White Bracket, Spotlight - Pedestal - 2 Lts 140 0650030 Controller, Spotlight, Golight, Wired Dash Mount, 2 Lts 1 141 0778698 SP Location, Spotlight Controller, Special, Engine Tunnel, Officer's Side 1 142 0610639 Portable Hand Light, Provided by Fire Department, Pumper ULC 1 143 0567652 Cab Instruments, Blk Gags, Blk Bez, AXT MUX 2010 1 144 0509511 Air Restriction Indicator, Imp/Vel, AXT, Dash CF, Enf MUX 1 145 0543751 Light, Do Not Move Apparatus 1 Alarm, Do Not Move Truck - Pulsing Alarm 146 0509042 Messages, Open Door/Do Not Move Truck, MUX w/Color Display 1 147 0551600 Switching, Cab, Rocker MUX, Impel/Velocity, AXT MUX, Dash CF 1 Location, Emerg Sw Pnls - Driver's Side Overhead 148 0617961 Wiper Control, 2-Speed with Intermittent, MUX, AXT/Dash CF 1 149 0548015 Wiring, Spare, 30 A 12V DC 1st 4 Qty, - 04 12vdc power from - Battery direct Wire termination - Butt Splice Location, Spare Wiring - Rear Wall, Crew Cab - DS, Rear Wall, Crew Cab - PS, Engine Tunnel - Driver's Side 2 Sets and This is for custoemr install Handlights 150 0548004 Wiring, Spare, 15 A 12V DC 1st 2 Qty, - 02 12vdc power from - Battery direct Wire termination - Butt Splice Location, Spare Wiring - Officer Dash 151 0548009 Wiring, Spare, 20 A 12V DC 1st 6 Qty, - 06 12vdc power from - Battery direct Wire termination - Butt Splice 6/27/2018 4:35 PM Page 4431Bid #:Packet Pg. 416 Item 12 Line Option Type Option Description Qty 151 Location, Spare Wiring - Center Console 152 0568617 Recess, Dash Panel, Officer Side, AXT 1 153 0655679 Remote Control, Wired, Programmable 3 Button 1 Location - Mounted on the driver side on the unuderside of the overhead 154 0615386 Vehicle Information Center, 7" Color Display, Touchscreen, MUX 1 System Of Measurement - US Customary 155 0606247 Vehicle Data Recorder w/CZ Display Seat Belt Monitor 1 156 0594900 Intercom, Sigtronics US-45S, 5-Pos, 3-Radio, D,O,2C,P 1 Location, Intercom, C Cab - 2) 2 forward facing seats 157 0006288 Cable, Radio to Intercom Interface, Sigtronics, 1 Radio 1 Radio, First Two-Way Model - Motolrola Radio, First Two-Way Make - Motorola High Power 158 0586744 Headset, Sigtronics, SE-48 Over The Head, Flex Mic, Standard 4 Qty, - 04 Location - iNSIDE OF DRIVER AND OFFICER SIDE bACK TO INSIDE THE MIDDELE SEATS 159 0634408 Switcher, Dual Audio, Sigtronics SRS-4 1 160 0633620 Speakers In Cab/Crew, Pairs Panasonic w/Spacers, Wiring and Location Features 2 Location - In are STD location 2 in the forward cab area and rear cab area (corners) Qty, - 02 Location, Wiring - a) driver side instrument panel 161 0640003 Install Customer Provided Modem 1 Location - * Qty, - 162 0559156 Install Customer Provided Two-Way Radio(s)2 Location - in switch panel locations #8 and #9. Qty, - 02 163 0559508 Install Customer Provided Two-Way Radio Remote Head Cable 1 Location - Install cable between area behind officer seat to pump panel. Qty, - 01 164 0687904 Antenna Mount, Custom Chassis, Cable Routed to Behind Officer Seat 1 Location - TBD at PRE-CON Qty, - 01 165 0696439 Antenna Mount, Custom Chassis, Cable Routed to Instrument Panel Area 1 Qty, - 01 Location, Antenna Mount - Right Side 166 0647320 Antenna, Antenna Plus AP-NAV-CWG, AP-Cell/LTE/WiFi/GPS 1 Qty, - 01 Color, Antenna - White Device, Cellular Make & Model - Panasonic Device, GPS Make & Model - TBD at PRE-CON Device, WiFi - TBD at PRE-CON 167 0653520 Camera, Pierce, Mux, R, RS Cameras 1 Camera System Audio - Not Provided 168 0683718 Recess, Rear Vision Camera Into Lightstick Housing 1 169 0615115 Pierce Command Zone, Advanced Electronics & Control System, Diag LEDs, AXT, WiFi 1 170 0624265 Electrical System, Arrow XT MUX 1 171 0034352 Batteries, (6) Odyssey Grp 31, 810 CCA each, SAE Post 1 172 0008621 Battery System, Single Start, All Custom Chassis 1 173 0622896 Battery Compartment, Arrow XT 1 Battery Trays - Roto-Molded Trays 174 0528020 Not Required at Battery, Receptacle, Battery Charging, w/Inverter & Charger 1 175 0012778 No Pick Required, Battery Charger Location 1 176 0530960 Not Required, Remote Battery Charger Indicator 1 177 0016857 Shoreline, 20A 120V, Kussmaul Auto Eject, 091-55-20-120, Super 1 Qty, - 01 Color, Kussmaul Cover - b) red Shoreline Connection - Battery Charger 178 0026800 Shoreline Location 1 Location, Shoreline(s) - DS Cab Side 6/27/2018 4:35 PM Page 5431Bid #:Packet Pg. 417 Item 12 Line Option Type Option Description Qty 179 0647728 Alternator, 430 amp, Delco Remy 55SI 1 180 0092582 Load Manager/Sequencer, MUX 1 Enable/Disable Hi-Idle - e)High Idle enable 181 0648596 Headlights, Rectangular Halogen, AXT/Dash CF/Saber/Enforcer 1 182 0648425 Light, Directional, Wln 600 Cmb, Cab Crn, Imp/Vel/AXT/Qtm/DCF 1 Color, Lens, LED's - m)match LED's 183 0620054 Light, Directional/Marker, Intermediate, Weldon 9186-8580-29 LED 2lts 1 184 0648074 Lights, Clearance/Marker/ID, Front, P25 LED 7 Lts 1 185 0647929 Lights, Directional/Marker, Cab Front Side, Truck-Lite 19036YLED,AXT/EnfMUX/DCF 1 186 0088869 Lights, Clearance/Marker/ID, Rear, Truck-Lite 26250R LED 7Lts 1 187 0766200 SP Lights, Tail, Wln M6BTT* Red LED Stop/Tail & M6T* Am LED Dir, No Trim/Housing 1 Color, Lens - Colored 188 0551758 Lights, Backup, Wln M6BUW, LED, Flange Feature 1 Flange Kit - w)with flange 189 0664481 Bracket, License Plate & Light, P25 LED 1 190 0589905 Alarm, Back-up Warning, PRECO 1040 1 191 0578264 Flash Pattern, California Title13, LED Warning Lights 1 192 0769420 Lights, Perimeter Cab, Amdor AY-LB-12HW020 LED 4Dr 1 Z location - 193 0769572 Lights, Perimeter Pump House, Amdor AY-LB-12HW020 LED 2lts 1 194 0770056 Lights, Perimeter Body, Amdor AY-LB-12HW020 LED 2lts, Rear Step 1 Control, Perimeter Lts - Cab Doors Open and Command Sw Panel Control, Perimeter Lts - Cab Doors Open and Command Sw Panel 195 0556337 Lights, Step, P25 LED at Rear Tailboard, 2lts Perm Lts 1 196 0692056 Light, FRC, 12V SPA530-Q20* LED, Push Up, Side Mount 1st 1 Location, Lights - Left -side back of cab Mount so the Light head sits just above cab facing outward Qty, - 01 To Do Not Move Truck Lt - Not Connected to Lt Switch, Lt Control 1 DC,1 - a) DS Switch Panel Switch, Lt Control 2 DC,2 - f) Pump Operator's Panel Switch, Lt Control 3 DC,3 - d) No Control Switch, Lt Control 4 DC,4 - d) No Control Color, FRC/Rom Lt Housing - FRC, White 197 0692054 Light, FRC, 12V SPA530-Q20* LED, Push Up, Side Mount 2nd 1 Location, Lights - Right-side back of cab Mount so the Light head sits just above cab facing outward Qty, - 01 To Do Not Move Truck Lt - Not Connected to Lt Switch, Lt Control 1 DC,1 - a) DS Switch Panel Switch, Lt Control 2 DC,2 - g) PS Switch Panel Switch, Lt Control 3 DC,3 - d) No Control Switch, Lt Control 4 DC,4 - d) No Control Color, FRC/Rom Lt Housing - FRC, White 198 0776075 Light, Visor, Wln, 12V P*H1* Pioneer LED 1 Qty, - 01 Location, driver's/passenger's/center - centered Color, Wln Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS and Pump Panel Sw DS Scene Light Optics - Flood 199 0532358 Not Required, Deck Lights, Other Hose Bed & Rear Lighting 1 200 0645877 Lights, Hose Bed, Sides, Dual LED Light Strips 1 Control, Hose Bed Lts - Cup Switch At Rear 201 0602609 Lights, Not Required, Rear Work, Provided By Dealer, Non-NFPA 2016 1 202 0645683 Lights, Rear Scene, Wln, M9LZC LED 2 Qty, - 02 Control, Rear Scene Lts - Cab Switch Panel DS Location, Scene Lights - DS Rear Body Bulkhead, High, 1lt and PS Rear Body Bulkhead, High, 1lt 203 0709438 Light, Walking Surface, FRP Flood, LED 1 204 0518282 Pumper, PUC, Aluminum 1 205 0554271 Body Skirt Height, 20"1 206 0515259 Tank, Water, 500 Gallon, Poly, Rectangle, PUC 1 6/27/2018 4:35 PM Page 6431Bid #:Packet Pg. 418 Item 12 Line Option Type Option Description Qty 207 0003405 Overflow, 4.00" Water Tank, Poly 1 208 0028104 Foam Cell Required 1 209 0633066 Sleeve through Tank 2 Qty, Sleeve - 2 Water Tank Sleeve - Plumbing/Hydraulic Diameter - 3" Plumbing 210 0553729 Not Required, Restraint, Water Tank, Heavy Duty 1 211 0003429 Not Required, Direct Tank Fill 1 212 0003424 Not Required, Dump Valve 1 213 0048710 Not Required, Jet Assist 1 214 0030007 Not Required, Dump Valve Chute 1 215 0514778 Not Required, Switch, Tank Dump Master 1 216 0597043 Body Height, PUC 1 Body Height - 89.00" 217 0199241 Hose Bed, Aluminum, Pumper, PUC 1 218 0003481 Hose Bed Capacity, Special 1 Capacity, Hosebed - 800' of 4" 800' of 2.5" 200' of 2.5" Attack Line 219 0003488 Divider, Hose Bed, Unpainted 3 Qty, Hosebed Dividers - 3 220 0530804 Cover, Hose Bed, Alum Treadplate 1 221 0525658 Running Boards, PUC 1 222 0685333 Tailboard, 16" Deep, Full Width, PUC 1 223 0690029 Wall, Rear, Body Material, PUC, PUC Tanker, PRM 1 224 0003531 Tow Bar, Under Tailboard 1 225 0656764 Construction, Compt, Alum, Pumper, PUC 1 226 0518345 LS 177" Rollup, (1) 50" Fwd, (1) 52" Rr, FH/FD Frt&Rr, PUC 1 227 0518346 RS 177" Rollup, (1) 50" Fwd, (1) 52" Rr, FH/FD Frt&Rr, PUC 1 228 0692733 Doors, Rollup, Gortite, Side Compartments 6 Qty, Door Accessory - 06 Color, Roll-up Door, Gortite - Painted to Match Lower Body Latch, Roll-up Door, Gortite - Non-Locking Liftbar 229 0599445 Rear - Rollup Dr/33.50" FF, w/Tailboard, PUC 1 230 0692743 Door, Gortite, Rollup, Rear Compartment, PUC 1 Color, Roll-up Door, Gortite - Satin finish Latch, Roll-up Door, Gortite - Non-Locking Liftbar 231 0616670 Lights, Compt, Pierce LED, Dual Light Strips, Each Side of Door, Pumper/Tanker 7 Qty, - 07 Location, Compartment Lights - All Body Compts 232 0520220 177" Hatch, (2) Lift-up, 14" Wide, Both Sides, PUC 1 Size, Hatch Compt, Height - 19.00" 233 0687514 Lights, Hatch Compt, LED Strip Light, 177", Both Sides 1 234 0771274 Cargo Compt, Floor Lowered, Rearward Section Over Pump, For OAH, PUC 1 235 0546797 SP Notches, Delete PUC Front Body, Square Off Top Front Corners, PUC 1 236 0687145 Shelf Tracks, Recessed, PUC/3rd Generation 1 237 0600350 Shelves, Adj, 500 lb Capacity, Full Width/Depth, Predefined Locations 9 Qty, Shelf - 09 Material Finish, Shelf - Painted - Spatter Gray Location, Shelves/Trays, Predefined - .Location To Be Determined 238 0647091 Tray, Floor Mounted, Slide-Out, 500lb, 2.00" Sides 1 Qty, - 01 Location, Tray Slide-Out, Floor Mounted - R1 Material Finish, Tray - Painted - Spatter Gray 239 0673867 Toolboard, Swing-out, Alum, .188", Peg Board, 3G, Add'l 2 Qty - 2 Location, Pivot - Front Mounting, Toolboard - Adjustable Frt-back Hole Diameter, Pegboard/Toolboard - .203" diameter Finish, Pegboard/Toolboard - Painted - Spatter Gray Location, Toolboard - P2 240 0654369 Recess, Partition, Right of Pump Opertor's Panel, PUC 1 241 0784673 SP Equip Storage, Trans Above Xlays, PUC, 4-way Dr Hinged Fwd, No Divider 1 242 0063064 Rub Rail, Aluminum Extruded, Side of Body, 3rd Gen Body 1 6/27/2018 4:35 PM Page 7431Bid #:Packet Pg. 419 Item 12 Line Option Type Option Description Qty 243 0515441 Fender Crowns, Rear, S/S, W/Removable Fender Liner, Pumper, 3rd Gen 1 244 0519849 Not Required, Hose, Hard Suction 1 245 0527021 Handrails Located @ Front Body 1 246 0664688 Handrails, Rear, PUC 1 247 0000941 No Rear Hose Bed Handrail Required 1 248 0601760 Compt, Air Bottle, Single, Common Triple Dr (DEF/Fuel),Flanged Edge,Fender Panel 1 Door Finish, Fender Compt - Polished Latch, Air Bottle Compt - Southco M1 Series 25 Push to Close Latch Insert, Air Bottle Compt - Rubber Matting 249 0657522 Compt, Air Bottle, Triple, Fender Panel 3 Qty, Air Bottle Comp - 3 Door Finish, Fender Compt - Polished Location, Fender Compt - Triple - DS Fwd, Triple - PS Fwd and Triple - PS Rear Latch, Air Bottle Compt - Southco M1 Series 25 Push to Close Latch Insert, Air Bottle Compt - Rubber Matting 250 0004225 Ladder, 24' Duo-Safety 900A 2-Section 1 251 0004230 Ladder, 14' Duo-Safety 775A Roof 1 252 0638385 Rack, Ladders, in RS Full Depth Body, PUC, Special Ladder Mount 1 Fill in Blank - Ladder storage Door, Material & Finish, Ladder Storage - c) smooth aluminum Latch, Door Ladder Storage - D-Handle latch 253 0014245 Ladder, 10' Duo-Safety Folding 585A, w/Mounting 1 Location, Folding Ladder - Ladder Compartment 254 0004259 Slides, Dura-Surf, Ladder Storage Rack 1 255 0633473 Pike Pole, 8' Fire Hooks Unlimited, New York Roof Hook, Steel, Ram Knob End,RH-8 1 Qty, - 01 256 0084347 Pike Pole, 6' Nupla, Featherlight, w/D Handle, YPDH-6 1 Qty, - 01 257 0539402 Compt, Pike Poles/Fld Ldr In Upper Bdy (1) LS, Long Storage (1) RS, Sm Alum, PUC 1 258 0081834 Trough for D-Handled Trash Hook, Qty 1 Location - In officer's side hatch compartment inside wall next to hosebed Qty, - 01 259 0553862 Stop, Tool Storage Compt.1 Location - Driver's side long tool storage 5' in from the door 260 0787032 Step, Folding, Front of Body, Right Side Only, Trident, PUC 1 Coating, Step - black 261 0794171 Ladder, Top Access, Alum, Rear, PUC, Opposite Ladder Storage 1 262 0591915 Step, Folding - Extra, Body Only, Black, Trident 4 Qty, Folding Step - 04 Location, Additional Step - at the PS rear of the truck below placard Addtional 3 shall be mounted on the left and Right front bulkhead wall 2 per -side 263 0791474 I Zone Bracket, Pair, Retractable, Catwalk/Hatch Compartment 1 Fill in Blank - Location TBD at PRE-CON 264 0515695 Pump, Pierce, 1500 GPM, Single Stage, PUC 1 265 0515822 Seal, Mechanical, Silicon Carbide, PUC Pump 1 266 0515705 Gear Case, Pierce Pump, REPTO-Clutch Drive 1 267 0521309 Pumping Mode, Pump and Roll/Stationary, Basic, PUC 1 268 0515829 Pump Shift, Sure-Shift 1 269 0515833 Transmission Lock-up, Not Req'd, Park to Neutral, Pump, PUC 1 270 0515835 Auxiliary Cooling System, PUC 1 271 0014486 Not Required, Transfer Valve, Stage Pump 1 272 0777650 Valve, Relief Intake, Akron, w/Pressure Features 1 Pressure Setting - 125 psig 273 0515838 Controller, Pressure, Pierce, PUC 1 274 0516742 Primer, Pierce, for PUC 1 275 0658266 Thermal Relief Valve, w/Amber Warning Light and Alarm, PUC Pump 1 Location, Thermal Relief Discharge - Ground 276 0780359 Manuals, Pump, (2) Total, Electronic Copies, Pierce PUC Pump 1 277 0602496 Plumbing, Stainless Steel and Hose, Single Stage Pump, PUC 1 6/27/2018 4:35 PM Page 8431Bid #:Packet Pg. 420 Item 12 Line Option Type Option Description Qty 278 0795135 Plumbing, Stainless Steel, w/Foam System 1 279 0517852 Inlets, 6.00" - 1500 GPM, Pierce PUC Pump 1 280 0004646 Cap, Main Pump Inlet, Long Handle, NST, VLH 1 281 0084610 Valves, Akron 8000 series- All 1 282 0004660 Inlet, Left Side, 2.50"1 283 0029147 Not Required, Inlet, Right Side 1 284 0520002 Valve, Inlet(s) Recessed, Side Cntrl, PUC 1 Qty, Inlets - 1 285 0521137 Anode, Zinc, Pair, Pump Inlets, PUC 1 286 0004700 Control, Inlet, at Valve 1 287 0092569 No Rear Inlet (Large Dia) Requested 1 288 0092696 Not Required, Cap, Rear Inlet 1 289 0064116 No Rear Inlet Actuation Required 1 290 0009648 No Rear Intake Relief Valve Required on Rear Inlet 1 291 0092568 No Rear Auxiliary Inlet Requested 1 292 0563738 Valve, .75" Bleeder, Aux. Side Inlet, Swing Handle 1 293 0520277 Tank to Pump, (1) 3.00" Valve, 4.00" Plumbing, PUC 1 294 0595508 Outlet, Tank Fill, 1.50", PUC 1 295 0516755 Outlet, Left Side, 2.50" (2), PUC 1 296 0766761 Outlet, Right Side, 2.50", (1), Electric Akron 9335 Controller, PUC 1 Qty, Discharges - 01 297 0766992 Outlet, Right Side, 4" w/4" Valve, Akron 9335 Elec Controller, PUC 1 298 0648906 Outlet, Front, 2.50" w/2.50" Plumbing 1 Fitting, Outlet - 2.50" NST with 90 degree swivel Drain, Front Outlet - Automatic Location, Front, Single - top of left bumper 299 0516777 Outlet, Rear, 2.50", (1), Thru Tank, PUC 1 Qty, Discharges - 01 Location, Outlet - b) driver's side 300 0537394 Not Required, Outlet, Rear, Additional, PUC 1 301 0516824 Outlet, Front of Hose Bed, 2.50", PUC 1 Qty, Discharges - 01 location - Location Left-side Final TBD at PRE-CON 302 0085076 Caps for 1.50" to 3.00" Discharge, VLH 1 303 0563739 Valve, 0.75" Bleeder, Discharges, Swing Handle 1 304 0055095 Not Required, Elbow, Left Side Outlets, 2.50"1 305 0021134 Not Required, Elbow, Right Side Outlets 1 306 0045091 Elbow, Rear Outlets, 45 Degree, 2.50" FNST x 2.50" MNST, VLH 1 307 0537395 Not Required, Elbow, Rear Outlets, Additional 1 308 0527969 Cap, Large Dia Outlet, 4.00", IPO Elbow 1 309 0766944 Control, Outlets, Swing Handle, Elec Right Outlets Akr 9333 w/Analog Gauge, PUC 1 310 0661481 Outlet, 3.00" Deluge w/TFT Extend-a-Gun XG18 riser, 2.50" Valve, Spl. Loc. PUC 1 311 0777124 Monitor, Manual, Customer/Dealer Furnished, Pierce to Install 1 Fill in Blank - TBD at PRE-CON 312 0092086 Nozzle, Akron 499, Triple Stacked Chrome Deluge Tips 1 313 0005070 Deluge Mount, NPT 1 314 0516874 Crosslays, (3), Low (2), Upper (1), 1.50", Std. Cap, W/Poly Trays, PUC 1 315 0029196 Not Required, 2.50" Crosslay 1 316 0533672 Not Required, Hose Restraint, Crosslay, PUC 1 317 0015216 Reel, Booster, Aluminum - Over Pump, Right Side 1 318 0011060 Switch, Reel Rewind - One at Pump Panel 1 319 0055302 Hose, Booster - 200' of .75"/800 PSI 1 320 0005245 Capacity, Hose Reel ,Special 1 Capacity, Reel - 200' of 3/4" 321 0007428 Nozzle for Booster Reel Not Req'd 1 322 0025028 Cutout for Reel Access, W/ Roller Assembly 1 Location - Officer's side above crosslay Qty, - 1 6/27/2018 4:35 PM Page 9431Bid #:Packet Pg. 421 Item 12 Line Option Type Option Description Qty 323 0676021 Foam Sys, Husky 3, Single Agent, PUC, Multi Select Feature 1 Discharge, Foam Locations - Crosslay Lower Rear, Rear in Hosebed, Crosslay Lower Front, Crosslay Upper Front and Hose Reel in Dunnage Right Side Discharge, Foam Locations - Crosslay Lower Rear, Rear in Hosebed, Crosslay Lower Front, Crosslay Upper Front and Hose Reel in Dunnage Right Side 324 0012126 Not Required, CAF Compressor 1 325 0592527 Refill, Foam Tank, Integral, Husky 3 1 326 0031896 Demonstration, Foam System, Dealer Provided 1 327 0005446 Foam Cell, 20 Gallon, Not Reduce Water 1 Type of Foam - Class "A" 328 0697589 Drain, 1.00", Foam Tank #1, Husky 3 Foam System, Quarter Turn 1 329 0091079 Not Required, Foam Tank #2 1 330 0091112 Not Required, Foam Tank #2 Drain 1 331 0515692 Pump Operators Panel, 31", Control Zone, PUC 1 332 0519215 Pump Panel Configuration, Control Zone, Special Layout Information 1 Fill in Blank - As close to job # 31202 333 0516975 Material, Pump Panels, Operators Brushed Stainless, Sides Brushed Stainless, PUC 1 334 0516978 Pump and Plumbing Access, Simple Tilt Service, PUC 1 335 0520016 Not Required, Pumphouse Structure, PUC 1 336 0618458 Light, Pump Compt, Wln 3SC0CDCR LED White, PUC 1 Qty, - 01 337 0516983 Gauges, Engine, Included With Pierce Pressure Controller, PUC 1 338 0005601 Throttle Included w/ Pressure Controller 1 339 0549333 Indicators, Engine, Included with Pressure Controller 1 340 0005780 Control, Air Horn At Pump Panel w/Button 1 341 0511078 Gauges, 4.00" Master, Class 1, 30"-0-600psi 1 342 0511100 Gauge, 2.00" Pressure, Class 1, 30"-0-400psi 1 343 0602710 Gauge, Water Lev, Pierce, In pressure Control, No Mini Slave, PUC, Non-NFPA 2016 1 344 0060753 Water Level Gauge, Wln PSTANK, LED 1-Light, 4-Level 2 Qty, - 02 Activation, Water Level G - pg) pump in gear Location, Water Level Gauge - Each Side Custom Cab 345 0687477 Gauge, Foam Level, Pierce, PUC, PP 1 346 0653081 Light, Pump Operator & Panel, Side Ctrl, PUC, 60354C LED Cab & LED OH Chr Cvr 1 347 0606696 Air Horns, (2) Grover, Stutter Tone, In Bumper 1 348 0606834 Location, Air Horns, Bumper, Each Side, Outside Frame, Inboard (Pos #2 & #6)1 349 0014021 Control, Air Horn, Horn Ring, DS Foot Sw, PS Push Button 1 350 0525667 Siren, Wln 295SLSA1, 100 or 200 Watt 1 351 0016133 Location, Electronic Siren, Swivel Mount Centered Overhead 1 352 0076156 Control, Elec Siren, Head Only 1 353 0601306 Speaker, (1) Wln, SA315P, w/Pierce Polished Stainless Steel Grille, 100 watt 1 Connection, Speaker - siren head 354 0601555 Location, Speaker, Frt Bumper, Recessed, Left Side, Outside Frame,Outbrd (Pos 7)1 355 0056084 Wiring & Mount, Siren, Federal Q2B, Cust Installed 1 356 0006097 Location of Siren, Recessed in Bumper 1 Location, Siren, Mech - a) Left 357 0026161 Control, Mech Siren, DS Foot Sw 1 358 0006086 Switch, Second Siren Brake 1 359 0605191 Lightbar, Wln, Freedom IV-Q, 72", RRRWBR_Opt_RBWRRR 1 Opticom Priority - b) High Opticom Activation - Cab Switch & E-Master Momentary Opticom Activation - DS Switch Filter, Whl Freedom Ltbrs - No Filters 360 0016380 No Additional Lights Req'd, Side Zone Upper 1 361 0540460 Light, Front Zone, Wln M6*C LED, Clear Lens, 4lts Q Bezel 1 Color, Lt DS Frnt Outside - DS Front Outside Red Color, Lt PS Frnt Outside - PS Front Outside Red Color, Lt DS Front Inside - r) DS Front Inside Red 6/27/2018 4:35 PM Page 10431Bid #:Packet Pg. 422 Item 12 Line Option Type Option Description Qty 361 Color, Lt PS Front Inside - r) PS Front Inside Red 362 0058128 Daytime Running Lights, Headlights, Qtm, Vel/Imp, Enf/AXT-MUX, DCF (High Beam) 1 363 0653937 Flasher, Headlight Alternating 1 Headlt flash deactivation - a)w/high beam 364 0540692 Lights, Side Zone Lower, Wln M6*C LED, Clear Lens, 3pr, Ovr 25 1 Location, Lights Front Side - b)each side bumper Color, Lt Side Front - Red Color, Lt Side Middle - Red Color, Lt Side Rear - Red Location, Lights Mid Side - Rearward of Crew Cab Doors Location, Lights Rear Side - Over Rear Wheels 365 0669155 Lights, Door Interior Flash, 4 Dr Cab, Wln M2* LED 1 Color, Lights, Warning - gla) red Color, Lens, LED's - m)match LED's 366 0540774 Lights, Side, Wln M9*C LED, Clear Lens 2 Location, Lights - front of the body each side on hatch compartment Qty, - 02 Color, Lights, Warning - gla) red 367 0564655 Lights, Rear Zone Lower, Wln M6*C LED, Clear Lens, For Tail Lt Housing 1 Color, Lt DS Rear - r) DS Rear Lt Red Color, Lt PS Rear - r) PS Rear Lt Red 368 0535742 Mounting, Light, Recess in D/S Rear Bulkhead, Each 1 369 0541155 Lights, Rear/Side Up Zone, Wln M9*C LED, Clear Lens 4lts 1 Color, Lt, Side Rear Upper DS - Side Rear Upper Red Color, Lt, Side Rear Upper PS - Side Rear Upper Red Color, Lt, Rear Upper DS - r) DS Rear Upper Red Color, Lt, Rear Upper PS - r) PS Upper Rear Red 370 0006551 Not Required, Lights, Rear Upper Zone Blocking 1 371 0590000 No Hose Bed Warn Light Brackets Req'd, Lights Mtd on Hatch/Body Compts, PUC 1 372 0790763 SP Inverter/Bat Charger, Xantrex Freedom 807-2055, 1500W, 120VAC 1 Location, Vanner Inverter - Pump House Location, Inverter Switch - Pump Panel 373 0772906 Light Twr, W-B Chf NS2.3-300 WHL, 2-P*H2 12DC Lts Cld 7.5'1 Color, Tower, Wlb - White Paint Scene Light Optics - Flood 374 0664474 Location, Light Tower, Cab Roof 1 375 0617750 Controller, Light Tower, W-B, Wired Handheld, E-STOP Chf, Chf Pr, Pow Pr 1 376 0664791 Location, Light Tower Controller, Driver's Side Front Body Compartment 1 377 0006790 Receptacle, 20A 120V 3-Pr 3-Wr TL, L5-20R Wtrprf 1 Qty, - 01 AC Power Source - Generator Location, Receptacle(s) - EMS Cabinet(s) 378 0519934 Not Required, Brand, Hydraulic Tool System 1 379 0649753 Not Required, PTO Driven Hydraulic Tool System 1 380 0649750 Not Required, Hydraulic Reels 1 381 0007150 Bag of Nuts and Bolts 1 Qty, Bag Nuts and Bolts - 1 382 0602516 NFPA Required Loose Equipment, Pumper, NFPA 2016, Provided by Fire Department 1 383 0519913 Not Required, Soft Suction Hose 1 384 0027023 No Strainer Required 1 385 0602538 Extinguisher, Dry Chemical, Pumper NFPA 2016 Class, Provided by Fire Department 1 386 0602360 Extinguisher, 2.5 Gal. Pressurized Water, Pumper NFPA 2016,Provided by Fire Dept 1 387 0602679 Axe, Flathead, Pumper NFPA 2016 Classification, Provided by Fire Department 1 388 0602667 Axe, Pickhead, Pumper NFPA 2016 Classification, Provided by Fire Department 1 389 0559682 Paint, Two Tone, Cab, w/Shield, Custom Cab 1 Paint Color, Predefined - #70 Red Paint Color, Upper Area, Predefined - #10 White 390 0646901 Paint Chassis Frame Assy, With Liner, E-Coat, Standard 1 Paint Color, Frame Assembly, Predefined - Standard Black 391 0693797 No Paint Required, Aluminum Front Wheels 1 6/27/2018 4:35 PM Page 11431Bid #:Packet Pg. 423 Item 12 Line Option Type Option Description Qty 392 0693792 No Paint Required, Aluminum Rear Wheels 1 393 0007230 Compartment, Painted, Spatter Gray 1 394 0544129 Reflective Band, 1"-6"-1"1 Color, Reflect Band - A - a) white Color, Reflect Band - B - l) white Color, Reflect Band - C - w) white 395 0007356 Reflective across Cab Face 1 396 0593732 Stripe, Chevron, Rear, Diamond Grade, Pumper, PUC 1 Color, Rear Chevron DG - fluorescent yellow green 397 0065687 Stripe, Reflective, Cab Doors Interior 1 Color, Reflective - e) black 398 0027372 Lettering Specifications, (GOLD STAR Process)1 399 0686428 Lettering, Gold Leaf, 3.00", (41-60)1 Outline, Lettering - Outline and Shade 400 0686084 Lettering, Reflective, 3.00", Each 18 Qty, Lettering - 18 Outline, Lettering - Outline and Shade 401 0530793 Emblem, American Flag, Flat (Not Moving), Pair, Mirror Images 2 Qty, - 02 Location, Emblem - Between the Cab doors Height, Emblem - h) 11" 402 0769765 Lettering, Numerals, Grille, Painted w/ Outline (2)1 403 0772003 Manual, Fire Apparatus Parts, USB Flash Drive, Custom 1 Qty, - 01 404 0772037 Manual, Chassis Service, USB Flash Drive, Custom 1 Qty, - 01 405 0773381 Manual, Chassis Operation, One (1) USB Flash Drive, Custom 1 406 0030008 Warranty, Basic, 1 Year, Apparatus, WA0008 1 407 0595239 (No Pick Required)1 408 0696696 Warranty, Engine, Detroit DD13, 5 Year, WA0180 1 409 0684953 Warranty, Steering Gear, Sheppard M110, 3 Year WA0201 1 410 0596017 Warranty, Frame, 50 Year, Custom Chassis, WA0013 1 411 0595698 Warranty, Axle, 3 Year, TAK-4, WA0050 1 412 0777368 Warranty, Axle, 2 Year, Meritor, General Service, WA0328 1 413 0652758 Warranty, ABS Brake System, 3 Year, Meritor Wabco, WA0232 1 414 0019914 Warranty, Structure, 10 Year, Custom Cab, WA0012 1 415 0595813 Warranty, Paint, 10 Year, Cab, Pro-Rate, WA0055 1 416 0524627 Warranty, Electronics, 5 Year, MUX, WA0014 1 417 0695416 Warranty, Pierce Camera System, WA0188 1 418 0647720 Warranty, Pierce LED Strip Lights, WA0203 1 419 0046369 Warranty, 5-year EVS Transmission, Standard Custom, WA0187 1 420 0685945 Warranty, Transmission Cooler, WA0216 1 421 0688798 Warranty, Water Tank, Lifetime, UPF, Poly Tank, WA0195 1 422 0596025 Warranty, Structure, 10 Year, Body, WA0009 1 423 0693127 Warranty, Gortite, Roll-up Door, 6 Year, WA0190 1 424 0516693 Warranty, Pump, Pierce, PUC, 6 Year Parts, 1 Year Labor, WA0039 1 425 0648675 Warranty, 10 Year S/S Pumbing, WA0035 1 426 0657990 Warranty, Foam System, Husky 3, WA0231 1 427 0595820 Warranty, Paint, 10 Year, Body, Pro-Rate, WA0057 1 428 0595421 Warranty, Goldstar, 3 Year, Apparatus, WA0018 1 429 0683627 Certification, Vehicle Stability, CD0156 1 430 0610841 Certification, Engine Installation, Arrow XT, Detroit DD13, 2016, CD0144 1 431 0686786 Certification, Power Steering, CD0098 1 432 0543934 Certification, Cab Integrity, AXT, CD0011 1 433 0548949 Certification, Cab Door Durability, AXT, CD0002 1 434 0548968 Certification, Windshield Wiper Durability, AXT, CD0006 1 435 0548952 Certification, Electric Window Durability, AXT, CD0003 1 436 0549275 Certification, Seat Belt Anchors and Mounting, AXT, CD0019 1 437 0694929 Certification, Cab Heater and Defroster, AXT, CD0094 1 438 0609805 Certification, Cab Air Conditioning Performance, Arrow XT 2010, CD0140 1 439 0545073 Amp Draw Report, NFPA Current Edition 1 6/27/2018 4:35 PM Page 12431Bid #:Packet Pg. 424 Item 12 Line Option Type Option Description Qty 440 0002758 Amp Draw, NFPA/ULC Radio Allowance 1 441 0799248 Appleton/Florida BTO 1 442 0000048 Engineering Attribute - PUMPER/TANKER, 3rd Gen 1 443 0000012 PIERCE CHASSIS 1 444 0562778 DD13 ENGINE 1 445 0046396 EVS 4000 Series TRANSMISSION 1 446 0520324 PIERCE PUMP, PUC 1 447 0020009 POLY TANK 1 448 0028048 FOAM SYSTEM 1 449 0020006 SIDE CONTROL 1 450 0020007 AKRON VALVES 1 451 0020015 ABS SYSTEM 1 452 0658751 Manufacturing Attribute 1 6/27/2018 4:35 PM Page 13431Bid #:Packet Pg. 425 Item 12 JPMorgan Chase Bank, N.A. Submission to City of San Luis Obispo Bid for Tax-Exempt Bank Qualified Lease Purchase Financing For Acquisition of a Fire Truck July 17, 2018 J. P. Morgan Equipment Finance Contact: Rebecca Lowe, Executive Director Senior Territory Manager JPMorgan Chase Bank, N.A. 560 Mission St., FL 04, San Francisco, CA 94105 Telephone: 925-212-1065 rebecca.a.lowe@jpmorgan.com JPMorgan Chase Bank, N.A. Contact: Lou Mastro, Executive Director Relationship Executive JPMorgan Chase Bank, N.A. 3 Park Plaza Floor 09-STE 900, Irvine CA 92614 Telephone: 949-833-4746 lou.mastro@jpmorgan.com Packet Pg. 426 Item 12 July 17, 2018 Rico Pardo City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Dear Rico: J.P. Morgan (the “Bank”), is pleased to propose for discussion indicative terms to the City of San Luis Obispo (the "Lessee”) for a tax-exempt bank qualified municipal lease purchase agreement in an amount up to $673,096, subject to the following terms and conditions described herein (the “Proposal”). J.P. Morgan has been the market leader in municipal equipment finance credit for over 20 years. JPMorgan Chase Bank, N.A. ranks among the largest providers of credit facilities in the Municipal market today. Our deep familiarity with this sector is viewed as a strong benefit by the Municipal clients with whom we do business. We believe that our experience in providing credit support, coupled with our long experience in deal execution, will ensure an efficient, cost-effective transaction for the City of San Luis Obispo. Client references are available upon request. The proposed indicative terms provided here for discussion do not represent an offer or commitment to lend and are subject to further due diligence, credit analysis and approval, and documentation of detailed terms and conditions satisfactory to J.P. Morgan. Should any part of this proposal conflict with your structuring parameters, we would be happy to discuss mutually acceptable alternatives. The proposed indicative terms are submitted to you in our capacity as a Lessor in an arm’s length commercial transaction. J.P. Morgan is acting solely as a principal and not as a “Municipal Advisor” as defined in Section 15B of the Securities and Exchange Act of 1934, as amended, and the related final rules (the "Municipal Advisor Rules") or any other agent or fiduciary capacity. JPMorgan is providing this information to you in reliance on the Bank exemption in the Municipal Advisor Rules and is not recommending that you take action or refrain from taking action or providing any advice. See “Municipal Advisor Disclosures and Disclaimers” in the Summary of Terms for further information relating to same. Should you have any questions about any aspect of this proposal, please do not hesitate to contact me at (925) 212-1065. Thank you and we look forward to working with the City of San Luis Obispo and your financing team. Yours sincerely, Rebecca Lowe Rebecca Lowe Executive Director Equipment Finance 560 Mission Street, Floor 04 San Francisco, CA 94105-2907 Email – rebecca.a.lowe@jpmorgan.com Rebecca Lowe Executive Director Lou Mastro Executive Director Packet Pg. 427 Item 12 City of San Luis Obispo Tax-Exempt Bank Qualified Municipal Lease Purchase Summary of Terms and Conditions July 17, 2018 J.P. Morgan is pleased to submit the following equipment financing proposal. This document is for discussion purposes only and is contingent upon the Lessee’s compliance with the requirements of the Internal Revenue Code of 1986 (“Code”), as amended, and all applicable state laws related to Lessee’s ability to enter into a tax-exempt lease-purchase financing for the intended purposes. The final terms and conditions are subject to credit approval and may be different from the terms and conditions outlined below. TRANSACTION SUMMARY Lessee: City of San Luis Obispo Lessor: JPMorgan Chase Bank, N.A. or any affiliate of JPMorgan Chase Bank, N.A., its successors and/or assigns (“JPMorgan Chase”/“Lessor”/ or “Bank”). Transaction: Fixed-rate, fully amortizing, tax-exempt lease-purchase agreement (“Agreement”). Use of Proceeds: To finance a Fire Truck, the legal title of which will vest with Lessee during the term of the Agreement. All equipment proposed for financing will be subject to final review and acceptance by Lessor prior to closing. Financing Amount: Estimated to be $673,096 (Additional Financing Amount shall be available upon mutual consent of Lessee and Lessor) Bank Qualified: This proposal assumes that Lessee will not issue more than $10 million in tax- exempt obligations this calendar year and that the Lessee will designate this lease as a “qualified” tax-exempt obligation. Commencement Date: Anticipated to be on or around August 15, 2018 or a mutually agreed upon date. TRANSACTION DETAILS Financing Term: A) Five (5) Years B) Seven (7) Years C) Ten (10) Years Payment / Frequency: Equal quarterly payments of principal and interest in arrears, commencing August 15, 2018, which allows for the equipment to be delivered . Please see sample amortization schedules attached. Interest Rate: A) 3.185% B) 3.199% C) 3.272% Adjustment to Rate: The Interest Rate and Payment will be subject to the index below based upon the then current 3-year Interest Rate Swap (mid) (“Index Rate”) for Option A, the then current 4-year Interest Rate SWAP (mid) (“Index Rate”) for Option B, and the then current 5-year Interest Rate SWAP (mid) (“Index Rate”) for Option C as published in Bloomberg, which was 2.875%, 2.885% & Packet Pg. 428 Item 12 2.885% as of July 17, 2018. The Interest Rate will be the applicable Swap Rate multiplied by the Bank’s Tax Exempt Factor of 79.00% plus a Spread, as outlined below. For every change (increase or decrease) in the Index Rate a corresponding adjustment will be made to the Interest Rate to maintain Lessor’s economics. The final Interest Rate and Payment will be agreed to 3 days prior to closing. Option A Interest Rate = (Index Rate x 79.00%) + spread 3-Year Swap = (2.875% x 79.00%) + 0.9138% = 3.185% Option B Interest Rate = (Index Rate x 79.00%) + spread 4-Year Swap = (2.885% x 79.00%) + 0.9199% = 3.199% Option C Interest Rate = (Index Rate x 79.00%) + spread 5-Year Swap = (2.885% x 79.00%) + 0.9929% = 3.272% Upon request, if the City would like to secure the Interest Rate, a Rate Lock transaction is available and can be discussed. Lessor reserves the right to adjust the pricing proposed in order to maintain Lessor’s anticipated economic return as a result of material adverse change. Prepayment: The Financing may be prepaid without penalty, in whole but not in part, prior to maturity, on any payment date after the initial 12 months from Commencement, subject to 30 days prior written notice. If Lessee prepays the financing prior to the 12th month from Commencement, the payment may be subject to a fixed rate / “make whole” break funding charge. Disbursement of Proceeds: The transaction will fund via an initial escrow deposit, to a mutually agreeable escrow agent, equal to the full Financing Amount. Disbursements will be made to vendors or as reimbursements to Lessee (in compliance with Treasury Reg. 1.150-2) as funds are required. Security: Lessee will grant Lessor a first priority security interest in the financed equipment. UCC I and UCCII filings will be completed as applicable. Appropriation: This Agreement shall be subject to appropriation. The Agreement will require appropriation for payment for any and all equipment on a lease schedule. Appropriation for partial payment or for select assets within a schedule will not be permitted. OTHER TERMS Documentation: The terms of this financing will be evidenced by agreements, instruments and documents (“Lease Documents”) usual and customary for a Tax-Exempt Lease Purchase. The Lease Documents must be acceptable to Lessor and its counsel. Lessee shall be responsible for its own expenses related to review of the lease documents and delivery of opinion of counsel. Conditions Precedent: Usual and customary conditions to issuance of the financing including acceptable legal documentation which will include an opinion of counsel that the financing is valid, binding and enforceable . Additionally, documentation will provide that interest earned by the Lessor in this transaction will be excluded from gross income for federal tax purposes. Packet Pg. 429 Item 12 Representations and Warranties: Usual representations and warranties for like situated Lessees and the Facility’s type and tenor, including, without limitation, absence of material adverse change, absence of material litigation, absence of default or potential default and continued accuracy of representations. Representations and warranties relating to Absence of Sovereign Immunity (or waiver of sovereign immunity, if applicable) will also be required for all governmental entities. Maintenance & Insurance: All maintenance and insurance are the responsibility of Lessee. Lessee shall bear all risk of loss or damage of the Equipment and will be responsible for keeping the Equipment insured with companies satisfactory to Lessor. Lessor, its parent and/or affiliates, its successors and ass igns must be named as loss payee and additional insured as applicable, on all insurance policies. Evidence of such insurance must be satisfactory to Lessor. Waiver of Jury Trial: The Lessee hereby consents to the adjudication of any and all claims pursuant to Judicial Reference as provided in California Code of Civil Procedure Section 638, and the judicial referee shall be empowered to hear and determine any and all issues in such Reference whether fact or law. Anti-Corruption Laws and Sanctions: The documentation shall contain representations and warranties that the Lessee has implemented and maintains in effect policies and procedures designed to ensure compliance by the Lessee, its subsidiaries and their respective directors, officers, employees and agents with Anti-Corruption Laws and applicable Sanctions, and the Lessee, its subsidiaries and their respective officers and employees and to the knowledge of the Lessee, its directors and agents, are in compliance with Anti -Corruption Laws and applicable Sanctions in all material respects. None of (a) the Lessee, any subsidiary or any of their respective directors, officers or employees, or (b) to the knowledge of the Lessee, any agent of the Lessee or any subsidiary that will act in any capacity in connection with or benefit from the credit facility established hereby, is a Sanctioned Person. No Borrowing or credit facility, use of proceeds or other transaction contemplated by this Agreement will violate any Anti-Corruption Law or applicable Sanctions. Waiver of Immunity: Lessee hereby expressly and irrevocably waives any immunity (including sovereign, crown or similar immunity) and any defenses based thereon from any suit, action or proceeding or from any legal process in any forum with respect to Lease. Governing Law: All aspects of the credit(s) being discussed including this Term Sheet and any Lease Documents would be governed by the laws of the State of California. Proposal Expiration: This proposal will expire if acceptance does not occur by July 31, 2018 (unless extended in writing by Lessor). Confidentiality Statement: J.P. Morgan confirms that it will not use confidential information obtained from you by virtue of the potential transaction contemplated by this proposal or our other relationships with you in connection with the performance by J.P. Morgan of such services for other companies. You also acknowledge that J.P. Morgan will not use in connection with the potential transaction contemplated by this preliminary proposal, or furnish to you, confidential information obtained from other companies. Packet Pg. 430 Item 12 Municipal Advisor Disclosures and Disclaimers: The Lessee acknowledges and agrees that (i) the transaction contemplated herein is an arm’s length commercial transaction between the Lessee and the Bank, (ii) in connection with such transaction, the Bank is acting solely as a principal and not as an advisor including, without limitation, a “Municipal Advisor” as such term is defined in Section 15B of the Securities and Exchange Act of 1934, as amended, and the related final rules (the "Municipal Advisor Rules"), agent or a fiduciary of the Lessee, (iii) the Bank is relying on the Bank exemption in the Municipal Advisor Rules, (iv) the Bank has not provided any advice or assumed any advisory or fiduciary responsibility in favor of the Lessee with respect to the transaction contemplated hereby and the discussions, undertakings and procedures leading thereto (whether or not the Bank, or any affiliate of the Bank, has provided other services or advised, or is currently providing other services or advising the Lessee on other matters), (v) the Bank has financial and other interests that differ from those of the Borrower, and (vi) the Lessee has consulted with its own financial, legal, accounting, tax, and other advisors, as applicable, to the extent it deemed appropriate. Please feel free to contact me at (925) 212-1065 if you have any questions, or would like to discuss this proposal in greater detail. Upon receipt of the accepted proposal, we will promptly begin the approval process so that we may be in a position to finalize this transaction with you. Thank you for allowing us to be of service! Yours sincerely, Rebecca Lowe Lou Mastro Executive Director Executive Director City of San Luis Obispo Accepted Date: _____________________________ By: ________________________________________ Title: ______________________________________ Option: ______________________________________ SAMPLE AMORTIZATIONS TABLES Option A - 60-month Packet Pg. 431 Item 12 L o a n A m o r t i z a t i o n Average rate.....................................................3.185% starting debt ending Date balance takedowns service interest principal balance 8/15/2018 - 673,095.08 - - - 673,095.08 11/15/2018 673,095.08 - 36,539.14 5,359.52 31,179.62 641,915.46 2/15/2019 641,915.46 - 36,539.14 5,111.25 31,427.89 610,487.57 5/15/2019 610,487.57 - 36,539.14 4,861.01 31,678.13 578,809.44 8/15/2019 578,809.44 - 36,539.14 4,608.77 31,930.37 546,879.07 11/15/2019 546,879.07 - 36,539.14 4,354.52 32,184.61 514,694.46 2/15/2020 514,694.46 - 36,539.14 4,098.25 32,440.88 482,253.58 5/15/2020 482,253.58 - 36,539.14 3,839.94 32,699.19 449,554.38 8/15/2020 449,554.38 - 36,539.14 3,579.58 32,959.56 416,594.82 11/15/2020 416,594.82 - 36,539.14 3,317.14 33,222.00 383,372.82 2/15/2021 383,372.82 - 36,539.14 3,052.61 33,486.53 349,886.29 5/15/2021 349,886.29 - 36,539.14 2,785.97 33,753.17 316,133.12 8/15/2021 316,133.12 - 36,539.14 2,517.21 34,021.93 282,111.19 11/15/2021 282,111.19 - 36,539.14 2,246.31 34,292.83 247,818.36 2/15/2022 247,818.36 - 36,539.14 1,973.25 34,565.88 213,252.47 5/15/2022 213,252.47 - 36,539.14 1,698.02 34,841.12 178,411.36 8/15/2022 178,411.36 - 36,539.14 1,420.60 35,118.54 143,292.82 11/15/2022 143,292.82 - 36,539.14 1,140.97 35,398.17 107,894.65 2/15/2023 107,894.65 - 36,539.14 859.11 35,680.03 72,214.62 5/15/2023 72,214.62 - 36,539.14 575.01 35,964.13 36,250.49 8/15/2023 36,250.49 - 36,539.14 288.64 36,250.49 - Total 730,782.77 57,687.69 673,095.08 Option B - 84-month L o a n A m o r t i z a t i o n Packet Pg. 432 Item 12 Average rate.....................................................3.199% starting debt ending Date balance takedowns service interest principal balance 8/15/2018 - 673,095.08 - - - 673,095.08 11/15/2018 673,095.08 - 26,926.62 5,383.08 21,543.54 651,551.54 2/15/2019 651,551.54 - 26,926.62 5,210.78 21,715.83 629,835.71 5/15/2019 629,835.71 - 26,926.62 5,037.11 21,889.51 607,946.20 8/15/2019 607,946.20 - 26,926.62 4,862.05 22,064.57 585,881.63 11/15/2019 585,881.63 - 26,926.62 4,685.59 22,241.03 563,640.60 2/15/2020 563,640.60 - 26,926.62 4,507.72 22,418.90 541,221.70 5/15/2020 541,221.70 - 26,926.62 4,328.42 22,598.20 518,623.50 8/15/2020 518,623.50 - 26,926.62 4,147.69 22,778.93 495,844.57 11/15/2020 495,844.57 - 26,926.62 3,965.52 22,961.10 472,883.47 2/15/2021 472,883.47 - 26,926.62 3,781.89 23,144.73 449,738.74 5/15/2021 449,738.74 - 26,926.62 3,596.79 23,329.83 426,408.91 8/15/2021 426,408.91 - 26,926.62 3,410.21 23,516.41 402,892.50 11/15/2021 402,892.50 - 26,926.62 3,222.13 23,704.49 379,188.01 2/15/2022 379,188.01 - 26,926.62 3,032.56 23,894.06 355,293.95 5/15/2022 355,293.95 - 26,926.62 2,841.46 24,085.15 331,208.79 8/15/2022 331,208.79 - 26,926.62 2,648.84 24,277.78 306,931.02 11/15/2022 306,931.02 - 26,926.62 2,454.68 24,471.94 282,459.08 2/15/2023 282,459.08 - 26,926.62 2,258.97 24,667.65 257,791.43 5/15/2023 257,791.43 - 26,926.62 2,061.69 24,864.93 232,926.50 8/15/2023 232,926.50 - 26,926.62 1,862.83 25,063.79 207,862.71 11/15/2023 207,862.71 - 26,926.62 1,662.38 25,264.24 182,598.47 2/15/2024 182,598.47 - 26,926.62 1,460.33 25,466.29 157,132.19 5/15/2024 157,132.19 - 26,926.62 1,256.66 25,669.95 131,462.23 8/15/2024 131,462.23 - 26,926.62 1,051.37 25,875.25 105,586.98 11/15/2024 105,586.98 - 26,926.62 844.43 26,082.19 79,504.80 2/15/2025 79,504.80 - 26,926.62 635.84 26,290.78 53,214.02 5/15/2025 53,214.02 - 26,926.62 425.58 26,501.04 26,712.98 8/15/2025 26,712.98 - 26,926.62 213.64 26,712.98 - Total 753,945.30 80,850.22 673,095.08 Option C - 120-month L o a n A m o r t i z a t i o n Average rate.....................................................3.272% Packet Pg. 433 Item 12 starting debt ending Date balance takedowns service interest principal balance 8/15/2018 - 673,095.08 - - - 673,095.08 11/15/2018 673,095.08 - 19,798.32 5,505.91 14,292.40 658,802.68 2/15/2019 658,802.68 - 19,798.32 5,389.00 14,409.32 644,393.36 5/15/2019 644,393.36 - 19,798.32 5,271.13 14,527.18 629,866.17 8/15/2019 629,866.17 - 19,798.32 5,152.30 14,646.02 615,220.16 11/15/2019 615,220.16 - 19,798.32 5,032.49 14,765.82 600,454.34 2/15/2020 600,454.34 - 19,798.32 4,911.71 14,886.61 585,567.73 5/15/2020 585,567.73 - 19,798.32 4,789.94 15,008.38 570,559.35 8/15/2020 570,559.35 - 19,798.32 4,667.17 15,131.15 555,428.21 11/15/2020 555,428.21 - 19,798.32 4,543.40 15,254.92 540,173.29 2/15/2021 540,173.29 - 19,798.32 4,418.61 15,379.70 524,793.58 5/15/2021 524,793.58 - 19,798.32 4,292.81 15,505.51 509,288.07 8/15/2021 509,288.07 - 19,798.32 4,165.97 15,632.34 493,655.73 11/15/2021 493,655.73 - 19,798.32 4,038.10 15,760.22 477,895.51 2/15/2022 477,895.51 - 19,798.32 3,909.18 15,889.14 462,006.38 5/15/2022 462,006.38 - 19,798.32 3,779.21 16,019.11 445,987.27 8/15/2022 445,987.27 - 19,798.32 3,648.17 16,150.14 429,837.12 11/15/2022 429,837.12 - 19,798.32 3,516.06 16,282.25 413,554.87 2/15/2023 413,554.87 - 19,798.32 3,382.87 16,415.44 397,139.43 5/15/2023 397,139.43 - 19,798.32 3,248.60 16,549.72 380,589.71 8/15/2023 380,589.71 - 19,798.32 3,113.22 16,685.10 363,904.62 11/15/2023 363,904.62 - 19,798.32 2,976.74 16,821.58 347,083.04 2/15/2024 347,083.04 - 19,798.32 2,839.14 16,959.18 330,123.86 5/15/2024 330,123.86 - 19,798.32 2,700.41 17,097.91 313,025.95 8/15/2024 313,025.95 - 19,798.32 2,560.55 17,237.77 295,788.18 11/15/2024 295,788.18 - 19,798.32 2,419.54 17,378.77 278,409.41 2/15/2025 278,409.41 - 19,798.32 2,277.39 17,520.93 260,888.48 5/15/2025 260,888.48 - 19,798.32 2,134.07 17,664.25 243,224.23 8/15/2025 243,224.23 - 19,798.32 1,989.57 17,808.74 225,415.49 11/15/2025 225,415.49 - 19,798.32 1,843.90 17,954.42 207,461.07 2/15/2026 207,461.07 - 19,798.32 1,697.03 18,101.29 189,359.78 5/15/2026 189,359.78 - 19,798.32 1,548.96 18,249.35 171,110.42 8/15/2026 171,110.42 - 19,798.32 1,399.68 18,398.63 152,711.79 11/15/2026 152,711.79 - 19,798.32 1,249.18 18,549.14 134,162.66 2/15/2027 134,162.66 - 19,798.32 1,097.45 18,700.87 115,461.79 5/15/2027 115,461.79 - 19,798.32 944.48 18,853.84 96,607.95 8/15/2027 96,607.95 - 19,798.32 790.25 19,008.06 77,599.88 11/15/2027 77,599.88 - 19,798.32 634.77 19,163.55 58,436.33 2/15/2028 58,436.33 - 19,798.32 478.01 19,320.31 39,116.03 5/15/2028 39,116.03 - 19,798.32 319.97 19,478.35 19,637.68 8/15/2028 19,637.68 - 19,798.32 160.64 19,637.68 - Total 791,932.64 118,837.56 673,095.08 Packet Pg. 434 Item 12